Professional Documents
Culture Documents
FOR
GAIL PETROCHEMICAL COMPLEX-II, VIJAIPUR (M.P.)
102-MASTER INDEX
MASTER INDEX
2. STANDARD SPECIFICATIONS
SL. NO OF
DESCRIPTION STANDARD NO. REV
NO. SHEETS
1. Standard specification for earthwork for 6-65-0006 2 7
underground piping
2. Standard specification for chain link fencing 6-65-0013 2 7
3. Standard specification for classification of soil 6-65-0016 2 6
for Earth Work in site grading
4. Site grading & rock cutting for site grading 6-65-0017 3 12
5. Standard specification for Earth filing in 6-65-0023 2 5
Dykes/Fire Walls and Turfing
6. Standard specification for fabrication and laying 6-65-0030 3 11
of underground piping
7. Standard specification for misc. civil & 6-65-0035 2 7
structural works for U/G piping & other civil
works
8. Standard specification for underground sewer 6-65-0042 2 7
system - pre cast R.C.C. pipes
9. Film lining covered with concrete lining for 6-65-0046 2 8
earthen reservoir
10. Technical Specification Civil & Structural 6-68-0001 3 4
Works-General Scope
11. Technical Specification Civil & Structural 6-68-0002 3 16
Works-Materials
102-MASTER INDEX
SL. NO OF
DESCRIPTION STANDARD NO. REV
NO. SHEETS
12. Technical Specification Civil & Structural 6-68-0003 4 14
Works-Earthwork
13. Technical Specification Civil & Structural 6-68-0004 4 30
Works-Plain and Reinforced Cement Concrete
14. Technical Specification Civil & Structural 6-68-0006 5 24
Works-structural steel works
3. ENGINEERING STANDARDS
Sl. No of
Description Document No. Rev
No sheets
Standard specification for health, safety &
1. environment (HSE) management at 6-82-0001 4 55
construction sites
Std. Specs. for positive material identification
2. 6-82-0002 1 9
(PMI) at construction sites
Inspection & Test Plan (ITPs) for Civil,
3. Structural & Architectural work (Item rate 6-82-1700 1 65
contract).
102-MASTER INDEX
5. DRAWINGS
Sl. Rev
Description Drg. No.
No.
1. Overall Plot Plan A095-000-16-47-0-001 F
2. Detail of raw water reservoir A095-023-16-47-0-907 A
3. Details of Chain link fencing (with angle A095-000-16-47-3-705 1
iron post)
102-MASTER INDEX
MASTER INDEX
2. SUMMARY OF PRICES 01
102-MASTER INDEX
GAIL INDIA LTD.
1.1 GAIL (India) Limited [GAIL] proposed to implement Gas Sweetening Unit (GSU) , C2/C3
Recovery Unit and Associated Utilities and off sites for Petrochemical Complex-II at Vijaipur in
Madhya Pradesh .
1.2 GAIL has appointed Engineers India Limited (EIL) as their Consultant for implementation of
the Project. EIL on behalf of GAIL, invites bids through e-tendering on Domestic Competitive
Bidding basis for RAW WATER RESERVOIR for GAIL Petrochemical Complex-II, Vijaipur,
(Dist. Guna, M.P.) under single stage two e-envelopes system bidding from competent
Agencies with sound technical and financial capabilities and meeting the Bid Evaluation
Criteria as stated under para 4.0 below.
2.1 The entire work broadly comprises of Civil, Structural and Architectural works involving
Compacted Earth filling including HDPE sheets below Reservoir/ Pump House Structures as
per Specifications, Standards, job specific requirements etc. for GAIL Vijaipur Project
including supply of all materials, Cement, Reinforcement bars and Structural Steel. Detailed
scope of work and supply shall be as given in the Bidding document.
2.2 TIME SCHEDULE: 12 (Twelve) months from the date of issue of Fax of Acceptance.
3.0 SALIENT FEATURES OF BIDDING DOCUMENT
IFB Page 1 of 5
Bids to be submitted on GAIL’s E-Tendering website (https://etender.gail.co.in). Bidders
shall submit their bids i.e. UN-PRICED Bid in Collaboration Folders of e-tendering system
and Price Bid in SRM as attachment. We have enclosed Price Schedule Formats as an
excel attachment in Bidding Document. Bidders are requested to download the same and
quote their prices strictly as per the format without altering the content of it. The bid will be
submitted in two parts as follows:
3.1.2 PART-II (PRICED Bid):- To be submitted as an SRM attachment. Price bid should contain
only the prices, without any condition whatsoever. Bids complete in all respects should be
submitted on or before last date and time of Bid submission. The Bids submitted online in
GAIL’s e-tendering system will only be considered for evaluation. Physical Bids sent
through Fax / e-mail / Courier / Post will not be accepted.
i. Bidder should have completed at least one work of construction of Reservoir / Civil &
Structural work (Which must include water retaining works) of value not less than ` 725
Lakh during the last seven (7) years, in an Industrial Plant, reckoned from the due date of
bid submission,
5.1.1 TURNOVER
The minimum annual turnover achieved by the bidder as per the audited financial results
during any one of the three immediate preceding financial years shall be ` 725 Lakh.
The minimum working capital of the bidder as per immediate preceding year’s audited
financial results shall be ` 145 Lakh.
If the bidder’s working capital is inadequate, the bidder shall supplement this with a letter
issued by his Banker, having a net worth not less than ` 100 Crores, confirming the
availability of line of credit to meet the specified working capital required as above.
IFB Page 2 of 5
6.0 GENERAL
6.1 Experience of only the bidding entity shall be considered. A job executed by a bidder for its
own plant/ projects cannot be considered as experience for the purpose of meeting
requirement of BEC of the tender. However, jobs executed for Subsidiary/ Fellow
subsidiary/ Holding company will be considered as experience for the purpose of meeting
BEC subject to submission of tax paid invoice(s) duly certified by Statutory auditor of the
bidder towards payments of statutory tax in support of the job executed for Subsidiary/
Fellow subsidiary/ Holding company. Such bidders to submit these documents in addition to
the documents specified in the bidding documents to meet BEC.
6.2 A job completed by a bidder as a sub-contractor shall be considered for the purpose of
meeting the experience criteria of Bid Evaluation Criteria (BEC) subject to submission of
final completion certificate for the job (with which bidder intends to qualify) issued from the
Owner/ End-user.
6.3 The bidder is not put on holiday by GAIL or EIL or black listed by any Government
Department/ Public Sector on due date of submission of bid. If the documents were issued
inadvertently / downloaded from website, offers submitted by such bidders shall not be
considered for opening / evaluation / award.
6.4 Payment of Bidding Document fee shall be by Crossed Bank Draft/ Banker’s cheque from
any Indian Scheduled Bank in favour of GAIL (India) Limited, payable at New Delhi and the
same shall be submitted in physical form along with EMD. The bid of any bidder shall be
considered only if the bid is accompanied by the prescribed Bidding Document fee in the
form of demand draft along with EMD.
7.0 BID SECURITY /EARNEST MONEY DEPOSIT (EMD): Amount shall be as per clause no.
3.0 As above.
7.1 The Bidder shall submit the bid security in Indian Rupees and shall be in the form of
Demand Draft/ Banker’s Cheque/ Letter of Credit in favour of GAIL (India) Ltd., payable at
New Delhi (issued by an Indian scheduled Bank or a branch of an International bank) or in
the form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format
enclosed with bidding document. GAIL shall not be liable to pay any bank charges,
commission or interest on the amount of bid security.
7.2 In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from
any Indian scheduled Bank or a branch of an International bank situated in India and
registered with the Reserve Bank of India as scheduled foreign bank. However, in case of
Bank Guarantee from banks other than the Nationalized Indian bank, the bank must be a
commercial bank having net worth in excess of Rs. 100 Crores and a declaration to this
effect should be made by such commercial bank either in the bank guarantee itself or
separately on its letterhead.
7.3 The bid security shall be valid for two (02) months beyond the validity of the bid as specified
in the Bidding Document i.e. 5 (Five) months beyond deadline for bid submission.
7.4 Bids without Earnest Money Deposit(EMD) / Bid Security will not be considered and will be
summarily rejected, subject to exemptions as mentioned at clause no. 13.0
8.0 Bidder can download the Bidding Document from EIL’s website http://engineersindia.com
or GAIL’s website http://www.gailonline.com and GAIL’s e-Tendering website
https://etender.gail.co.in . However, bidders have to submit their bids only through e-
tendering website of GAIL.
IFB Page 3 of 5
Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further,
bidder shall give an undertaking on their letter head that the content of the bidding
document have not been altered or modified.
9.0 No extension in the bid due date / time shall be considered on account of delay in receipt of
any document by mail.
10.0 The following documents in addition to uploading the bid on the GAIL’s e-Tendering
website shall also be submitted in Original in physical form within 7 days from the final bid
due date subject to the conditions that the scanned copies of the same have been
uploaded in e-Tender by the bidder within the due date and time indicated in the e-
Tender at the address mentioned in Instruction to Bidders of Bidding Document:
11.0 The bidder shall furnish documentary evidence by way of copies of work order, completion
certificate and Balance Sheet or Audited Financial Statements including Profit & Loss
Account etc. along with the Bid to establish his experience and track record meeting
qualification criteria. Bidders should ensure submission of complete information/
documentation in the first instance itself. Qualification may be completed based on the
details so furnished without seeking any subsequent additional information. Subsequent to
the submission of bid, bidders are not allowed to change the price or substance of the bid
i.e. scope of work, specifications, delivery schedule, completion period etc. including
modification of the bid to meet the BEC of the tender.
12.0 GAIL/EIL reserve the right to assess bidder’s capability to execute this work by taking into
account various aspects such as performance during evaluation of bids.
15.0 GAIL/EIL will follow Purchase Preference Policy as per prevailing guidelines of Government
of India.
16.0 Bids must be accompanied with the bid security as mentioned above. Bids not accompanied
with requisite bid security or bid security not in the requisite form specified above, shall be
considered as non – responsive and such Bids shall be rejected.
IFB Page 4 of 5
17.0 GAIL / EIL shall not be responsible for any costs or expenses incurred by Bidder in
connection with the preparation or delivery of Bids, including costs and expenses related
with visits to the site
18.0 Bids sent through Fax / E-Mail / Computer floppy shall not be accepted.
19.0 Bids received after stipulated last date and time, due to any reasons what-so-ever, including
postal delays, will not be considered.
20.0 GAIL/ EIL reserve the right to reject any or all Bids received without assigning any reason.
22.0 Fax and Telephone numbers of EIL, New Delhi are: Fax: 91-11-26191714 / 26167664;
Telephone: 91-11-2676-2079 /2057. E-mail: rajeev.jain@eil.co.in swapnil.v@eil.co.in
This Invitation of Bids (IFB) is an integral and inseparable part of Bidding Document.
IFB Page 5 of 5
GAIL (INDIA) LIMITED
NOTICE FOR INVITATION FOR BIDS (IFB)
(BIDDING DOCUMENT NO. A095/T-119/10-11/RKS/06)
(ON DOMESTIC COMPETITIVE BIDDING BASIS)
Engineers In dia Limite d, on b ehalf of GAIL (India) Limite d, in vites e-bids from
eligible bidders for following works.
Description Bidding IFB and Bidding Date of Pre Last Date &
Document Document on Bid Meeting time for
Fee Website submission
(Non- of Bid
refundable)
RAW WATER ` 5,000/- From: 25.02.2011 11.03.2011 25.03.2011
RESERVOIR to 25.03.2011 at 1100 upto 1400 hrs
hours (IST), (IST)
at EIL, New
Delhi
Contact Person: AGM (C&P), Engineers India Limited, New Delhi; Fax: 00- 91-11-26191714, 26167664.
Telephone: 00-91-11-26762079 / 26762057 E-mail: rajeev.jain@eil.co.in , swapnil.v@eil.co.in
For detailed IFB and bidding doc ument, visit EIL’s w ebsite http://www.engineersindia.com or GAIL’s w ebsite
http://www.gailonline.com or GAIL’s e-tendering website https://etender.gail.co.in and Govern ment w ebsite
https://tenders.gov.in .
To
NAME OF WORK: RAW WATER RESERVOIR WORKS FOR GAIL PETROCHEMICAL COMPLEX-II,
VIJAIPUR (M.P.)
(Bidding Document No. A095/T-119/10-11/RKS/06)
Dear Sir,
We hereby confirm that we have downloaded complete set of Bidding Document from EIL/GAIL/GOVT. website.
We undertake that the contents of the above Bidding Document shall be kept confidential and further that the
drawings, specifications and documents shall not be transferred and that the said documents are to be used only
for the purpose for which they are intended.
A) We intend to bid as requested for the subject works and furnish following details with respect to our
quoting office:
________________________
________________________
________________________
________________________
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
SIGNATURE : _________________________
NAME : _________________________
DESIGNATION : _________________________
DATE : _________________________
NOTE : Bidder is requested to furnish the details mentioned at (A) and (B) or (C) immediately after
(SIGNATURE OF BIDDER)
DO NOT OPEN - THIS IS A QUOTATION
Client : GAIL (INDIA) LIMITED
From : To :
AGM(C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066
(To be pasted on the outer envelope containing BID SECURITY) (PART III)
==================================================================
DO NOT OPEN - THIS IS A QUOTATION
From : To :
AGM(C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066
(To be pasted on the outer envelope containing BID DOCUMENT FEE) (PART IV)
==================================================================
DO NOT OPEN - THIS IS A QUOTATION
Client : GAIL (INDIA) LIMITED
From : To :
AGM(C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066
(To be pasted on the outer envelope containing POWER OF ATTORNEY & INTEGRITY PACT) (PART V)
==================================================================
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 1 of 17
INDEX
GENERAL
1. SCOPE OF BID:
1.1. The Employer/Purchaser/Owner/GAIL as defined in the General Conditions of
Contract, hereinafter “the Employer” wishes to receive bids as described in the
Bidding Documents.
1.2. The scope of work is provided in the Technical Section of the Bidding Document.
1.3. The successful bidder will be expected to complete the scope of works within the
period stated in Special Conditions of Contract.
1.4. The term “bid”, Bidding Document and “tender” and their derivatives (such as
“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are
synonymous and ‘day’ means calendar day. Singular means plural.
1.5. The Words “Bidder’s Qualification Criteria (BQC)”, “Qualification criteria”, “BEC”
are synonymous.
1.6. In the event of this tender being cancelled, the tender fee shall be refunded to the
concerned bidder.
2. ELIGIBLE BIDDERS:
2.1. Bidder shall, as part of their bid, submit a written Power of Attorney authorizing
the signatory of the Bid to commit the bidder.
2.2. Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder
shall furnish all necessary supporting documentary evidence to establish the
bidder’s claim of meeting qualification criteria.
2.3. The bidder shall furnish, as part of his bid, documents establishing the bidder’s
eligibility to bid and his qualifications to perform the Contract if his bid is accepted.
2.4. The invitation of bid is open to any bidder.
2.5. The bidder shall not be under a declaration of ineligibility by Employer/Consultant
for corrupt or fraudulent practices as defined in ITB clause no. 37.
2.6. The bidder is not put on holiday by GAIL or EIL or black listed by any Government
Department/ Public Sector on due date of submission of bid. If the documents
were issued inadvertently / downloaded from website, offers submitted by such
bidders shall not be considered for opening / evaluation / award.
3. ONE BID PER BIDDER
3.1. A bidder shall submit only one bid in the same bidding process. A Bidder who
submits or participates in more than one bid will cause all the proposals in which
the bidder has participated to be disqualified.
4. COST OF BIDDING
4.1. The bidder shall bear all costs associated with the preparation and submission of
the bid, and Employer / Consultant, will in no case be responsible or liable for this
cost, regardless of the conduct or outcome of the bidding process.
5. SITE VISIT
5.1. Location of Site:
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 4 of 17
The Project site is located at Vijaipur which in the district Guna of Madhya
Pradesh.
5.2. The bidder is advised to visit and examine the site of works and its surroundings
and obtain for himself on his own responsibility all information that may be
necessary for preparing the bid and entering into the Contract. The cost of visiting
the site shall be at Bidder's own expenses. Claims and objections due to
ignorance of existing conditions will not be considered after submission of the bid
and during implementation.
5.3. The bidder and any of his personnel or agents will be granted permission by the
Employer/Consultant to enter upon his premises and lands for the purpose of
such inspection, but only upon the explicit condition that the Bidder, his personnel
or agents will release and indemnify the Employer/Consultant and his personnel
and agents from and against all liability in respect thereof and will be responsible
for personnel injury (whether fatal or otherwise), loss of or damage to property
and any other loss, damage, cost and expenses incurred as a result hereof.
Employer/Consultant shall provide necessary assistance, if required, to the
bidder(s) for the purpose of site visit.
5.4. Contact person:
Sh. Vijay Kumar Pal,
Chief Manager (O&M)
Mob : 9425354101
Land Line : 07544274603
BIDDING DOCUMENTS
6. CONTENT OF BIDDING DOCUMENT
6.1. The bid documents hosted on GAIL and EIL Websites are as stated below and
should be read in conjunction with any Amendment/ addenda issued / hosted in
accordance with clause 8 of ITB:
Part-I :Volume IA : Commercial Section
Part-I :Volume IB : Technical Section
Part-II : Price Part
6.2. The bidder is expected to examine IFB, e-bidding guidelines on GAIL website, all
instructions, form/formats, terms, specifications and drawings etc., enclosed in the
bid documents. The invitation for bid (IFB) together with all its attachment thereto,
shall be considered to be read, understood and accepted by the bidder. Failure to
furnish all information required by the Bid Documents or submission of a bid not
substantially responsive to the Bidding Documents in every respect will be at
bidder’s risk and may result in the rejection of the Bid.
7. CLARIFICATION ON BIDDING DOCUMENTS
7.1. A prospective bidder requiring any information or clarification of the bidding
documents, may notify the Employer / Consultant in writing by e-mail / fax / post at
Consultant’s mailing address indicated in the bidding document (Engineers India
Ltd., Engineers India Bhawan, 1 Bhikaiji Cama Place, New Delhi – 110066, India.
Fax No. 0091 11 26167664 / 26191714, e-mail: rajeev.jain@eil.co.in;
swapnil.v@eil.co.in. All questions / queries should be referred to Consultant at
least 02 (Two) days before scheduled date of pre-bid meeting.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 5 of 17
10.3.1.1. Part – II shall contain original Schedule of Prices (SOP) duly filled, signed and
stamped on each page.
10.4. Envelope III; Superscribing “Bid Security”- PART-III in physical form.
10.4.1. Part-III: Bid Security in original physical form.
10.4.1.1. Part-III shall contain original Bid security in separate sealed envelope.
10.5. Envelope IV; Superscribing “Bidding Document Fee”- PART-IV in physical
form.
10.5.1. Part-IV: Bidding document fee.
10.5.1.1. Part-IV shall contain original bidding document fee as explained in the IFB.
10.6. Envelope V; Superscribing “Power of Attorney” and “Integrity Pact”- PART-
V in physical form.
10.6.1.1. Part-V: Power of Attorney and Integrity Pact.
10.6.1.2. Part-V: shall contain original Power of Attorney in the name of signatory of bid and
Integrity Pact duly signed by authorised person(s).
11. BID PRICES
11.1. The bidder shall e-quote bid prices on the appropriate format for “Schedule of
Prices” enclosed as part of bidding document.
11.2. The bidder shall e-quote the prices in the Schedule of Prices 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, GCC, SCC or any other part of bidding
document, the prices quoted shall deemed to be inclusive of cost incurred for
such activity.
11.3. Unless stated otherwise in the bidding documents, the Contract shall be for the
total works as described in Bidding Document for the specified Sections (as
specified in the IFB) for which bidder intends to quote based on the prices in
Schedule of Prices submitted by the bidder and accepted by the
Employer/Consultant. Bid for part scope of work quoted sections shall be rejected.
11.4. Prices must be filled in format for `Schedule of Prices' enclosed as part of bidding
document. If quoted in separate typed sheets and any variation in item
description, unit or quantity is noticed, the bid is liable to be rejected.
11.5. All duties and taxes shall be as per Special Conditions of Contract (SCC).
11.6. Prices quoted by the bidder, shall remain firm and fixed and valid until completion
of the Contract and will not be subject to variation on any account.
11.7. Bidder may note that Employer / Consultant will not issue any concessional form
for CST / LST.
11.8. The Bidder shall quote the prices both in figures as well as in words, as per the
requirement. There should not be any discrepancies between the price indicated
in figures and the price indicated in words.
11.9. Alternative bids shall not be considered.
11.10. Discount, if any, must indicate in the column provided in Schedule of Prices only.
Conditional discount, if offered, shall not be considered for evaluation.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 8 of 17
15.3. The bidder is requested, as far as possible, to submit any queries by courier or by
fax to reach Employer/Consultant’s office not later than 02 (Two) days before the
meeting. It may not be practicable at the meeting to answer queries received late,
but queries and responses/clarifications will be transmitted in accordance with the
following sub-clause.
15.4. The text of the queries raised and the responses given, together with any
responses prepared after the meeting will be transmitted without delay (without
identifying the sources of the questions) to all who have purchased or downloaded
the bidding documents. Any modifications of the bidding documents listed in
clause 6.1 of ITB that may become necessary as a result of the pre-bid meeting
shall be made by the Employer exclusively through the issue of an addendum
pursuant to clause 8 of ITB and not through the minutes of the pre-bid meeting
15.5. Non- attendance of the pre-bid meeting will not be a cause for disqualification of
the bidder.
16. FORMAT AND SIGNING OF BID
16.1. The bidder shall submit e-bid as per Clause 10 of this ITB on GAIL’s e-tender
website: (https://etender.gail.co.in) as per guidelines given therein.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 10 of 17
16.2. The e-bid shall be signed (e-signed) by the person or persons duly authorised to
sign on behalf of the bidder. The digital signature used for signing the bid shall be
issued in the name of such authorised person and the certificate details, available
from the signed documents, should indicate the details of the signatories. All
documents/files of the bid shall be signed by using the digital signature issued in
the name of the person having valid POA at the time of bid submission. Any
consequences resulting due to such signing (e-signing) shall be binding on the
bidder.
16.3. The bid shall contain no alterations, omissions or additions, unless such
corrections are initialled by the person or persons signing the bid.
17. ZERO DEVIATION:
17.1. Bidder to note that this is a ZERO deviation bidding document. Employer /
Consultant will appreciate submission of offer based on the terms and conditions
in the enclosed GCC, SCC, ITB, Scope of Work, and Technical Specification etc.
to avoid wastage of time and money in seeking clarifications on technical /
commercial aspect of the offer. Bidders may note that no technical and
commercial clarifications will be sought for after the receipt of the bid.
17.2. Not withstanding to the above, bids with the following deviation(s) to the bid
conditions shall be summarily rejected without any post bid reference to the
bidder:
17.2.1. Firm prices
17.2.2. Earnest money deposit (EMD) / Bid bond
17.2.3. Scope of work
17.2.4. Specifications
17.2.5. Price schedule
17.2.6. Delivery / Completion Schedule.
17.2.7. Period of validity of bid
17.2.8. Price Reduction Schedule (PRS).
17.2.9. Performance Bank Guarantee (PBG) / Security Deposit.
17.2.10. Guarantee
17.2.11. Arbitration / Resolution of dispute
17.2.12. Force Majeure.
17.2.13. Applicable laws
17.2.14. EPF registration
17.2.15. Any other condition specifically mentioned in the tender documents elsewhere that
non-compliance of the clause lead to rejection of the bid.
17.2.16. In case Bidder stipulate deviations, Owner/ EIL have the right to reject such bid at
its absolute discretion without giving any opportunity for such Bidder to make good
such deficiency.
18. E-PAYMENTS
18.1. GAIL (India) Limited has initiated payments to suppliers and Contractors
electronically and to facilitate the payments electronically, the bidder should have
an account with HDFC Bank or ICICI Bank or State Bank of India so that the
payment through e-banking be made to the bidder, in case work is awarded to
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 11 of 17
him. The bidder should give their account number and other details in any one of
the above banks to facilitate payment through E-banking.
SUBMISSION OF BIDS
19. SEALING AND MARKING OF BIDS
19.1. E-Bid shall be submitted in the following manner in separate e-envelopes with file
names as per the details given below:
Part-I – Techno-commercial / un-priced bid
Part-II - Priced Bid
Part-III - Original Bid security in physical form.
Part-IV – Bid Documents Fee in physical form as explained in IFB.
Part-V- Power of Attorney and Integrity Pact in physical form.
19.2. Techno Commercial Un-priced Bid: (Part I) Original Bid of Techno–
commercial Un-priced Bid shall be named as “Techno-Commercial Un-Priced
Bid”.
19.3. Price Bid: (Part II) Original Price Bid shall be named as “Price Bid” and
uploaded as per SRM attachment.
19.4. Bid Security: (Part III) in physical form : Original of bid security and five copies of
the same shall be submitted in sealed envelope clearly super scribing “Bid
Security for Raw Water Reservoir Works for GAIL Petrochemical Complex-II,
Vijaipur “Original” and “(5) five Copies”. Scanned copies of the same shall be
uploaded in the e-bid along with un-priced bid with file name “Bid Security”.
19.5. Bid Document Fee (Part-IV) in physical form : Original of Bid Document Fee as
explained in IFB shall be sealed in an envelope clearly super-scribing “Bid
Document Fee” for Raw Water Reservoir Works for GAIL Petrochemical
Complex-II, Vijaipur Scanned copy of the same shall be uploaded in the e-bid
along with un-priced bid with the file name as “Bid Document Fee”.
19.6. Power of Attorney and Integrity Pact (Part-V) in physical form: Original of Power
of Attorney and Integrity Pact and five copies of the same shall be sealed in an
envelope clearly super scribing “Power of Attorney” and “Integrity Pact” for Raw
Water Reservoir Works for GAIL Petrochemical Complex-II, Vijaipur
“Original” and “(5) five copies”. Scanned copies of the same shall be uploaded
along with the un-priced bid with file name as “Power of Attorney” and Integrity
Pact.
19.7. All envelopes containing the documents in physical form required to be submitted
by the bidder shall have Bid Document Number and shall be submitted at address
mentioned in Cl.19.8below.
The documents (i) Bid Document Fee, ii) EMD/Bid Bond, iii) Power of Attorney &
Integrity Pact required in physical form as mentioned in IFB/ITB.
Above document which has been uploaded, shall be received within 7 days
from the date of un-priced bid opening, failing which the bid will be rejected
irrespective of their status/ranking in tender and notwithstanding the fact
that a copy of EMD was earlier uploaded by the Bidder.
19.8. Bids must be received online by GAIL through their e-tendering website and
documents in other envelopes containing Physical Forms must be received by EIL
at the following address:
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 12 of 17
AGM (C&P)
Engineers India Limited
EI-Annexe, 2nd Floor
1, Bhikaiji Cama Place,
R.K. Puram, New Delhi-110 066
Attn.: Mr. RAJEEV JAIN
19.9. Each envelope shall indicate name and address of the bidder to enable the bid to
be returned unopened, if required.
19.10. If the envelope is not sealed and marked as above, the Employer will assume no
responsibility for the misplacement or premature opening of the bid.
20. DEADLINE FOR SUBMISSION OF BID
20.1. The bid must be submitted on line at GAIL e-tender site (http://etender.gail.co.in)
within due date and time for bid submission as specified in clause 3.0 (f) of IFB
and all envelopes containing the documents in physical form as specified in
clause no 19.1 shall be submitted within 7 days from the bid due date as
mentioned in clause no. 19.7.
20.2. The Employer/Consultant may, in exceptional circumstances and at its discretion,
on giving reasonable notice by e-mail / fax or any written communication to all
prospective bidders who have downloaded the bid document extend the deadline
for the submission of bids in which case all rights and obligations of the Employer
/ Consultant and bidders, previously subject to the original deadline will thereafter
be subject to deadline as extended.
21. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
21.1. E-system of GAIL shall close immediately after the deadline for submission of bid
prescribed by the Consultant pursuant to clause 20 of ITB.
21.2. Unsolicited bids or bids being submitted in physical form / to address other than
one specifically stipulated in the bid document will not be considered for opening /
evaluation / award and will be returned to such bidders.
22. MODIFICATION AND WITHDRAWAL OF BIDS
22.1. The bidder may modify, re-submit or withdraw its e-bid after the bid submission,
but, before the due date of submission as per provision of e-tendering system of
GAIL.
22.2. Deleted
22.3. No bid shall be modified after the deadline for submission of bid.
22.4. 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 on the bid form. Withdrawal of a bid during this interval shall result in the
bidder’s forfeiture of its bid security, pursuant to clause 14.7 of ITB.
23.3. Bidder’s names, the presence (or absence) and amount of bid security, and any
other such details as the consultant may consider appropriate will be announced
by the Consultant.
24. PROCESS TO BE CONFIDENTIAL
24.1. Information relating to the examination, clarifications, evaluation and comparison
of bids, and recommendations for the award of a Contract shall not be disclosed
to bidders or any other person officially concerned with such process. Any effort
by a bidder to influence the Employer/Consultant in any manner in respect of bid
evaluation or award will result in the rejection of that bid.
25. CONTACTING THE EMPLOYER/CONSULTANT
25.1. From the time of the bid opening to the time of the Contract award, if any bidder
wishes to contact the Employer for any matter relating to the bid it should do so in
writing.
25.2. Any effort by a bidder to influence the Employer/Consultant in any manner in
respect of bid evaluation or award will result in the rejection of that bid.
26. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
26.1. Techno-Commercial Bid Evaluation.
26.2. The Employer / Consultant will examine the bids to determine whether they are
complete, whether any computational errors have been made, whether required
securities have been furnished, whether the documents have been properly
signed, and whether the bids are generally in order.
26.3. Prior to the detailed evaluation, the Employer / Consultant will determine whether
each bid is of acceptable quality, is generally complete and is responsive to the
Bidding Documents. For the purposes of this determination, a responsive bid is
one that conforms to all the terms, conditions and specifications of the Bidding
Documents without deviations, objections, conditionality or reservations.
26.4. No deviation, whatsoever, is permitted in the Bidding Documents and the price
bids of those bidders whose technical and commercial bids contain any exception
to the conditions and stipulations of the Bidding Documents shall not be opened.
26.5. The Employer / Consultant’s determination of a bid’s responsiveness is to be
based on the contents of the bid itself without recourse to extrinsic evidence. If a
bid is not responsive, it will be rejected by the Employer / Consultant, and may not
subsequently be made responsive by the bidder by correction of the
nonconformity.
26.6. The Employer / Consultant will carry out a detailed evaluation of the bids
previously determined to be responsive in order to determine whether the
technical aspects are in accordance with the requirements set forth in the Bidding
Documents. In order to reach such a determination, the Employer / Consultant will
examine and compare the technical aspects of the bids on the basis of the
information supplied by the bidders, taking into account the following factors:
(a) Overall completeness and compliance with the Technical Specifications;
quality, function and operation of any process control concept included in the
bid. The bid that does not meet minimum acceptable standard of
completeness/ specifications defined in the bid document, consistency and
detail will be rejected as non-responsive.
(b) Any other relevant factor, if any that the Employer / Consultant deems
necessary or prudent to be taken into consideration.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 14 of 17
26.7. Requisite forms contains all necessary information including those required for
meeting qualifying criteria stipulated in IFB, etc.
27. DELETED
28. PRICE BID OPENING
28.1. The Employer/Consultant shall inform the time, date and venue for price bid
opening to all such bidders who qualify pursuant to techno-commercial bid
evaluation. Bidders may be required to attend price bid opening at a short notice
of 24 hours.
28.2. The Employer / Consultant will open price bids of all bidders notified to attend
price bid opening in presence of authorised bidders’ representatives present at
the time of priced bid opening. The bidder’s representatives who are present shall
sign bid-opening statement evidencing their attendance.
28.3. The bidder’s name, prices, and such other details as the Employer / Consultant, at
its discretion, may consider appropriate will be announced and recorded at the
time of bid opening.
29. ARITHMETIC CORRECTIONS
29.1. The bids will be checked for any arithmetic errors as follows.
29.2. Where there is a discrepancy between the amount in figures and in words, the
amount in words will govern and
29.3. Where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall
prevail and the total price shall be corrected.
29.4. If the bidder does not accept the correction of errors, its bid will be rejected and
the bid security will be forfeited.
30. DELETED
31. EVALUATION AND COMPARISON OF BIDS
31.1. The “Schedule of Rates/Prices” quoted inclusive of all taxes and duties in the
“Summary of Prices” shall be taken up for evaluation.
31.2. Evaluated prices, after considering loading for extended stay compensation as per
clause 27.0 of SCC, shall be worked out and work shall be awarded on the bidder
whose evaluated price is the lowest.
31.3. In case a Bidder does not quote for any items of Schedule of Prices, and the
estimated price impact of unquoted items is more than 10% of his quoted price, the
bid will be rejected. If such price impact of unquoted items is 10% or less of his
total quoted price and under special circumstances, Owner/ EIL decide to consider
the bid, then for the purpose of comparison, the unquoted items shall be loaded by
price impact calculated on the basis of highest of the rates quoted by other bidders
and estimated rate. If after evaluation, such bidder is found to be the lowest
evaluated bidder, the rates for the missing item shall be considered as included in
quoted bid price.
31.4. Deleted.
31.5. Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices,
offered by the Bidders after opening of the prices, shall not be considered.
However, if reduction is from the recommended Bidder, such reduction shall be
taken into account for arriving at the contract value.
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 15 of 17
31.6. The unit prices quoted in the price bid is to be considered for evaluation and no
cognizance will be given to the supplementary/supporting document attached to
the price bid, break-up of prices, etc.
31.7. If discounts and prices etc., are not filled up in the Schedule of Prices and are not
as per the requirements of the Bidding Document, the same shall be omitted from
evaluation.
AWARD OF CONTRACT
32. AWARD OF WORK.
32.1. The Employer / Consultant will award the Contract to the successful bidder (s)
whose bid has been determined to be substantially responsive, meets the
technical & financial criteria and / or have been determined as a lowest bid on
lowest quote basis and capacity of Bidders is as per qualification criteria based on
IFB and is determined to be qualified to satisfactorily perform the Contract.
32.2. Employer also reserves the right to negotiate the quoted prices before award of
work.
33. EMPLOYER / CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT
ANY BID
33.1. The Employer/Consultant 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 the
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
Employer / Consultant’s action.
34. NOTIFICATION OF AWARD
34.1. Prior to the expiration of period of bid validity GAIL will notify the successful bidder
in writing by fax / e-mail to be confirmed in writing, that his bid has been accepted.
The notification of award / Fax of Acceptance will constitute the formation of the
Contract.
34.2. The Progressive Delivery / Completion period shall commence from the date of
notification of award / Fax of Acceptance (FOA).
34.3. The notification of award will constitute the formation of a Contract, until the
Contract has been effected pursuant to signing of Contract.
35. CONTRACT AGREEMENT
35.1. Contract documents for agreement shall be prepared after the acceptance of bid.
Until the final contract documents are prepared and executed this bid document
together with the annexed documents, modifications, deletions agreed upon by
the Employer / Consultant and bidders acceptance there of shall constitute a
binding contract between the successful Bidder and the Employer / Consultant
based on terms contained in the aforesaid documents and the finally submitted
and accepted prices.
35.2. The Contract document shall consist of the following:
a) Original Bidding Document along with its enclosures issued.
b) Amendment / Corrigendum to original Bidding Document issued, if any.
c) Fax of Acceptance.
d) Detailed Letter of Award / Acceptance along with Statement of Agreed
GAIL (India) Limited Instructions to Bidders
Raw Water Reservoir Works
Job No. A095 Page 16 of 17
without any prejudice to other rights available to GAIL under the contract
such as forfeiture of CPBG / Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice
after execution of work, GAIL shall have full right to forfeit any amount due to
the vendor/ contractor along with forfeiture of CPBG/ Security Deposit
furnished by the vendor/ contractor.
d) Further, such bidder/ vendor / contractor shall be put on Blacklist/ Holiday
list of GAIL debarring them from future business with GAIL.
PROPOSAL FORMS
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 2 of 34
FORM F-1
To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
________________________________________
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 3 of 34
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 4 of 34
FORM F-2
To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066 India
Dear Sir,
We confirm that this bid is valid for a period of three (3) months from the date of opening of
Techno- Commercial Bid, and it shall remain binding upon us and may be accepted by any
time before the expiration of that period.
If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent)
of the Contract Price, for the due performance with in fifteen days of such award.
Until a final Contract is prepared and executed, the bid together with your written acceptance
thereof in your notification of award shall constitute a binding Contract between us.
We understand that Bidding Document is not exhaustive and any action and activity not
mentioned in Bidding Documents but may be inferred to be included to meet the intend of the
Bid Documents shall be deemed to be mentioned in Bidding Documents unless otherwise
specifically excluded and we confirm to perform for fulfillment of Agreement and completeness
of the Work in all respects within the time frame and agreed price.
We understand that you are not bound to accept the lowest priced or any bid that you may
receive.
------------------
(SIGNATURE)
(SIGNATURE OF WITNESS)
NAME :
ADDRESS:
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 5 of 34
ANNEXURE-I
Dear Sirs,
1. OWNER will have the full liberty without reference to us and without affecting this
guarantee to postpone for any time or from time to time the exercise of any of the powers
and rights conferred on OWNER under the contract with the said CONTRACTOR and to
enforce or to forbear from enforcing any powers or rights or by reason of time being given
to the said CONTRACTOR and such postponement or forbearance would not have the
effect of releasing the BANK from its obligation under this DEBT.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 6 of 34
3. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the CONTRACTOR but
shall in all respects and for all purposes be binding and operative until payment of all
money due to OWNER in respect of such liabilities is paid.
5. The BANK also agrees that OWNER at its option shall be entitled to enforce this guarantee
against the surety, as a principal debtor in the first instance without proceeding against
CONTRACTOR and not withstanding any security or other guarantee that OWNER may
have in relation to the CONTRACTOR's liabilities.
6. The Bank Guarantee's payment of an amount is payable on demand and in any case
within 24 hours of the presentation of the letter of invocation of Bank Guarantee. Should
the banker fail to release payment on demand, a penal interest of 24% per annum shall
become payable immediately and any dispute arising out of or in relation to the said Bank
Guarantees shall be subject to the jurisdiction of Delhi Courts.
7. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Contractor up to a total amount of (amount of guarantees in words and figures) and we
undertake to pay you, upon your first written demand declaring the Contractor to be in
default under the contract and without caveat or argument, any sum or sums within the
limits of (amount of guarantee) as aforesaid, without your needing to prove or show
grounds or reasons for your demand or the sum specified therein.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 7 of 34
9. We have power to issue this guarantee in your favour under memorandum and Article
of Association and the undersigned has full powers to do so under the Power of
Attorney / Resolution of the Board of Directors dated_________ accorded to him by
the bank.
Yours faithfully,
Place:
WITNESS:
1................................................... (Signature)
.................................................. (Printed Name)
2. ................................................. (Designation)
................................................... (Common Seal)
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 8 of 34
ANNEXURE-II
Ref................
Bank Guarantee No.---------
Date...............
In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression
shall unless repugnant to the context or meaning thereof include its successors, executors,
administrators and assignees, having awarded to M/s............................. having its registered
office at ............................... hereinafter referred as the 'CONTRACTOR', which expression shall
unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assignees, a contract hereinafter referred to as the 'Contract' for related
works................ referred to as the 'WORK' on terms and conditions set out, inter-alia in the
Owner's Contract No.............dated............ valued at........................................ (in words & figures)
and as the Owner having agreed to make an advance payment for the performance of the above
contract to the CONTRACTOR amounting to.............................(in words & figures) as an
advance against Bank Guarantee to be furnished by the CONTRACTOR.
We........................................... hereinafter referred to as the BANK which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assignees having our office at......................... do hereby undertake to give the irrevocable
and unconditional guarantee and do hereby undertake to pay the OWNER on first demand
without any demur, reservation, contest, recourse, protest and without reference to the
CONTRACTOR any and all monies payable by the CONTRACTOR by reason of any breach by
the said CONTRACTOR of any of the terms and conditions of the said Contract to the extent
of..................... till the said advance is adjusted as aforesaid at any time upto.......................... We
agree that the guarantee herein contained shall continue to be enforceable till the sum due to the
Owner on account of the said advance is adjusted/recovered in full as aforesaid or till the Owner
discharges this guarantee.
The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK
under this guarantee, from time to time to vary the advance or to extend the time for performance
of the works by the CONTRACTOR. The BANK shall not be released from its liability under
these presents by any exercise of the Owner of the liberty with reference to the matter aforesaid.
The Owner shall have the fullest liberty, without reference to CONTRACTOR and without
affecting this guarantee to postpone for any time or from time to time the exercise of any powers
vested in them or of any right which they might have against the CONTRACTOR, and to exercise
the same at any time in any manner, and either to enforce or to forebear to enforce any power,
covenants contained or implied in the Contract between the OWNER and the CONTRACTOR or
any other course or remedy or security available to the OWNER and the BANK shall not be
released of its obligations under these presents by any exercise by the OWNER of its liberty with
reference to matters aforesaid or other acts of omission or commission on the part of the
OWNER or any other law would, but for this provision, have the effect of releasing the BANK.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 9 of 34
The right of the OWNER to recover the outstanding sum of advance upto Rs.................. from the
BANK in the manner aforesaid will not be affected or suspended by reason of the fact that any
dispute or disputes has or have been raised by the CONTRACTOR and/or that any dispute or
disputes is or are pending before any officer, tribunal or court and any demand made by OWNER
on the BANK shall be conclusive and binding.
The BANK further undertakes not to revoke this guarantee during its currency without previous
consent of the OWNER and further agrees that the guarantee contained shall continue to be
enforceable till the OWNER discharges this guarantee.
The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee
against the BANK as a principal debtor, in the first instance, notwithstanding any other security or
guarantee that OWNER may have in relation to the CONTRACTOR's liabilities towards the said
advance.
The Bank Guarantee's payment of an amount is payable on demand and in any case within 24
hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to
release payment on demand, a penal interest of 24% per annum shall become payable
immediately and any dispute arising out of or in relation to the said Bank Guarantee's shall be
subject to the jurisdiction of Delhi Courts.
Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Contractor up to a total amount of (amount of guarantees in words and figures) and we
undertake to pay you, upon your first written demand declaring the Contractor to be in default
under the contract and without caveat or argument, any sum or sums within the limits of (amount
of guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your
demand or the sum specified therein.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended
from time to time for such periods as may be advised by M/s on whose behalf this
guarantee has been given.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do so under the Power of Attorney/ resolution
of the Board of Directors dated............... accorded to him by the BANK.
Dated.................this.............day of...............20 ...............
Signed by
(Person duly authorised by Bank)
Place:
WITNESS :
1...................................... (Signature)
...................................... (Printed Name)
2...................................... (Designation)
......................................
(Common Seal)
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 10 of 34
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 11 of 34
FORM F-3
Dear Sir(s),
This guarantee shall be irrevocable and shall remain valid upto ____________ [this date should
be 5 months after the date finally set out for closing of e-bidding]. If any further extension of this
guarantee is required, the same shall be extended to such required period on receiving
instructions from
M/s._________________________________________________________________________
whose behalf this guarantee is issued.
In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this
___________day of ____________200 __at____________.
WITNESS:
(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 12 of 34
1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per
stamp duty applicable. The non-judicial stamp paper should be in the name of the
issuing bank. In case of foreign bank, the said banks guarantee to be issued by its
correspondent bank in India on requisite non-judicial stamp paper.
3. The bank guarantee by bidders will be given from bank as specified in ITB
4. A letter from the issuing bank of the requisite Bank Guarantee confirming that said
bank guarantee /all future communication relating to the Bank Guarantee shall be
forwarded to the Employer at its address as mentioned at ITB under intimation to
Consultant.
5. Bidders must indicate the full postal address of the bank along with the bank’s
e-mail/ Fax no. from where the earnest money bond has been issued.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 13 of 34
FORM F-4
DETAILS OF SIMILAR WORK DONE DURING PAST SEVEN YEARS
Sr. Description Location Full Postal Value of Date of Scheduled Date of Reasons for
of the work of the Address and Contract Commence- Completion Actual delay in
No
work phone nos. of ment of Time Completion project
.
Client & Name of Work (Months) completion,
Officer-in-Charge if any
Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.
The Work completed earlier than seven years need not be indicated here
The list of work, not of similar nature need not be indicated here
Failing to comply aforementioned instructions may lead to rejection of bid.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 14 of 34
FORM F-5
Bidder shall furnish their experience details with reference to the Work, which pre-qualify them
in line with Bid Evaluation Criteria mentioned in IFB.
S. DESCRIPTION DETAILS
NO.
DETAILS OF Similar works EXECUTED BY BIDDER (Complying the requirement of
IFB)
1. Name of project, location
2. Description of work
As Executed:
6. Completion Dates • Date of award : _______________
• Starting date :_______________
• Scheduled Completion Date : ________
• Actual Completion Date : ________
• Reasons for delay, if any : ________
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 15 of 34
S. DESCRIPTION DETAILS
NO.
• Whether Completion Certificate enclosed.
YES NO
• Annual Turnover Statement
YES NO
Note: Bidder should indicate details of similar experience separately for each work,
which they consider suitable in line with Bid evaluation criteria, stipulated in
IFB. Detail of more Projects may be furnished in the same format. Bidder to
note that non-submission of relevant documents may lead to rejection of their
bid. Owner reserves the right to evaluate the bids on the details furnished
without seeking any subsequent additional information.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 16 of 34
FORM-5 (A)
ANNUAL TURNOVER
2008-2009
2007-2008
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 17 of 34
FORM-5 (B)
FINANCIAL DETAILS
Description Year
Amount
(Rs.)
1. Current assets
2. Current Liabilities
3. Working Capital (1-2)
4. Net Worth
Owners funds (Paid up share capital and Free Reserves
& Surplus)
5. Profits before taxes (PBT)
1. Attached are copies of the audited balance sheets, including all related notes, and
income statement for the last Audited Financial year, as indicated above, complying
with the following conditions
In case of tenders having the bid closing date up to 30th September of the
relevant financial year and audited financial results of immediate preceding
financial year is not available, in such a case the audited financial results of the
year immediately prior to that relevant financial year will be considered as last
financial year for “Net Worth” and “Working Capital” calculations as specified in
Financial BEC. Wherever, the bid closing date is after 30th September of the
relevant financial year, bidder has to compulsorily submit the audited financial
results for the immediate preceding financial year.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 18 of 34
FORM F-6
DELETED
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 19 of 34
FORM F-7
The Bidder shall submit the details of all construction equipments, Tools & tackles etc. in the following format, proposed to be deployed as
Indicated in Special Conditions of Contract (SCC).
Note -1. In case of equipment are to be hired, Bidder shall indicate the source of Hiring and enclose the consent letter from such
sources.
2. Bidder shall clearly indicate the expected date of availability of Owned/ Hired equipment.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 20 of 34
FORM F-8
NAME OF WORK :
The Bidder shall submit herein details of Head Office and Project/Site Organisation proposed to be
deployed for execution of the work. Bidder shall also furnish the bio-data of Site-in-Charge and key
personnel to be deployed.
Bidder understand that the said proposal represents the minimum deployment and the Bidder
acknowledges that the said deployment may have to be augmented with additional number and/or
categories, if required if directed by Engineer-in-Charge in order to compete the work within the
completion schedule and quoted lump sum price.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 21 of 34
FORM F-9
NAME OF WORK :
Dear Sir(s),
We confirm that our Bid complies with the total Techno-Commercial requirements of
Bidding Document and its amendments (if any) without any deviation.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 22 of 34
FORM F-10
Dear Sir(s),
We confirm that the following PF account is under operation and shall be used for all PF related
activities for the labour engaged by us for the work (awarded to us).
PF REGISTRATION NO. :
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 23 of 34
FORM F-11
COMMERCIAL QUESTIONNAIRE
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 24 of 34
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 25 of 34
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 26 of 34
FORM F-12
LETTER OF AUTHORITY
No. Date:
Yours faithfully,
Signature
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.
Not more than two persons are permitted to attend techno –commercial un-priced and price
bid opening.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 27 of 34
FORM F-13
LIST OF ENCLOSURES
1. Power of Attorney of the Signatory to the Bidding Document and Integrity Pact.
2. Bid Security
3. Bidding Document Fee.
4. Integrity Pact
1. Documentary evidence required for meeting the stipulated experience and financial
criteria(s) as stipulated in IFB.
2. Execution schedule with interlinking of various activities in form of bar chart meeting the
progressive delivery / completion schedule.
3. Documents required as per the ITB duly signed and sealed on each page, in token of
confirmation that Bid Documents are considered in full while preparing the bid and in case of
award, work will be executed in accordance with the provisions detailed in Bidding
Documents.
4. QA/QC Manuals.
5. Health Safety and Environment (HSE) Policy and HSE Manual
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 28 of 34
FORM F-14
CHECK LIST
Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to
facilitate the bidder to make sure that the necessary data / information as called for in the bid
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 ensure compliance and tick (√) against following points:
2.0 Confirm that the following details have been submitted in the
Un-priced part of e-bid
j) Deleted.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 29 of 34
4.0 Confirm that the Price Part of e-Bid as per Price Schedule
format enclosed with Bidding Document has been duly
filled in for each item, signed and stamped on each page
separately
5.0 Confirm that any correction in documents submitted in
Physical form alongwith Un-priced part of e-bid has been
initialled and stamped by the authorized person.
6.0 Confirmation that no deviations are taken against
commercial and technical specifications of the bid
document.
7.0 Confirm that audited balance sheets for last three financial
years & duly filled in Form 5(A) & 5(B) are enclosed in the
offer for financial assessment.
8.0 Confirm that all the documents as specified under IFB
required for meeting the BEC are enclosed in the bid
separately.
9.0 Confirm that duly filled, stamped and signed Integrity Pact
has been submitted.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 30 of 34
FORM F-15
NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11- 26191714 / 26167664 and also by e-mail to rajeev.jain@eil.co.in;
swapnil.v@eil.co.in
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 31 of 34
FORM-16
Bidder may be aware that a new Act “Micro, Small and Medium Enterprises
Development Act 2006” (‘MSMED’) has come into force from 2 October 2006, which
has repeated the provisions of the old Act regarding Small Scale Industrial
undertakings.
As per the MSMED Act, enterprises engaged in the manufacture/production of goods
or rendering/providing of services are to be classified into Micro, Small and Medium
enterprises based on the investment in plant and machinery/equipment.
The term enterprises stated in the above paragraph includes Proprietorship, Hindu
undivided family, Association of persons, Cooperative Society, Partnership firms,
undertaking or any other legal entity.
For the ready reference the definition of Micro, Small and Medium enterprises is given
below:
(#) In calculating the investment in plant & machinery, the cost of pollution control,
research and development, industrial safety devices and such other items as may
be specified will be excluded
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 32 of 34
“We (Bidder) confirm that we are a micro /small / medium enterprise under
the MSMED Act 2006.” (Please strike off whichever status is not applicable)
Please note that if Bidder do not provide the above confirmation in Bidding
Document then it will be presumed that they do not qualify as a micro or
small enterprise under the MSMED Act 2006.
(II) Further, with respect to micro and small enterprises, the MSMED Act
defines the term ‘supplier’ as an enterprise which has filed a memorandum
with the authority specified by the respective State Government.
If the Bidder is a micro / small enterprise and havefiled a memorandum with the
specified authority, then Bidder to confirm the following:
“We ( Bidder) are a supplier within the definition of section 2(n) of the MSMED
Act ________ (Yes/No).”
If the response to the above is ‘Yes”, Bidder to provide Purchaser a copy of the
Enterpreneurs Memorandum (EM) filed with the authority specified by the respective
State Government.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 33 of 34
FORM F-17
DECLARATION
We confirm that we are not under any liquidation, court receivership or similar proceedings.
We also confirm that we have not been banned or delisted by any Government or Quasi
Government agencies of PSU.
We also confirm that the content of the Bidding Document including Corrigendum/Addendum
(if any) have not been altered or modified.
Note:
1. This certificate should be issued in the Letter Head of the Bidder.
PROPOSAL FORM
GAIL (India) Limited Proposal Forms
Raw Water Reservoir Works
Job No. A095 Page 34 of 34
FORM F-18
Dear Sir(s),
It is expressly understood and agreed by and between the Contractor and the Owner that the Owner is entering into this agreement
solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the
Government of India is not a party to this agreement and has no liabilities that the Owner is an independent legal entity with power and
authority to enter into contracts, solely in its own behalf under the applicable laws of India and general principles of Contract Law. The
Contractor expressly agrees, acknowledges and understands that the Owner is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts,
omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly, contractor hereby expressly waives,
releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Government
of India arising out of this contract and covenants not to sue to Government of India as to any manner, claim, cause of action or things
whatsoever arising of or under this agreement.
PROPOSAL FORM 34
ADDENDUM TO ITB FOR E-PROCUREMENT
Addendum to Instruction to Bidders
GAIL (India) Ltd., has developed a secured and user friendly system which will enable
Vendors/Bidders to Search, View, Download tenders directly from GAIL (India) Ltd.
secured website and also enables them to participate and submit Online Bids/Offers in the
E-Procurement site directly from the website in secured and transparent manner
maintaining confidentiality and security throughout the tender evaluation process and
award.
Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL
(India) Ltd. Website https://etender.gail.co.in should follow the following steps which
shall permit them to Search, Display/View, Download and Submit their electronic
Bids/Offers online in a secured manner ensuring confidentiality.
ii) Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid.
iii) No bid can be modified after the dead line for submission of bids.
Note: All e-tender notices and Bid Documents are available only in soft copies such as
Microsoft Word, Excel ,PDF files. For downloading / viewing PDF files use Adobe 6
Software utility which can be installed free of cost from Vendors home page link by any
vendor onto his own computer.
e-Procurement administrator would take possible care to allot an User id and Password
within 4 working days .An Email ( system generated) shall be sent to your email – Id (
mentioned by you in the Registration form) giving details of your User- ID and password.
On Receipt of User Id, Please reset the password immediately by logging to our E-
tendering site.
User Id and passwords are unique to each vendor and the vendor can use the same to
view/download/participate in all e-tenders of GAIL.
Note: Without login registration I.D vendor cannot participate in e-tender. There will be
single login I.D permission for one single vendor. There can be more than one I.D for the
same vendor at different location address.
Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation
(tender). Any vendor willing to participate in GAIL tenders can obtain User Id as
described above. Each vendor will get one user id. Vendors are requested to designate
one officer from their organization who will submit bids on line.
Vendors are advised to apply for user id at least 7 days prior to the last date of bid
submission in their own interests. User ids shall be given within 4 days subject to
condition that information furnished by the bidder is complete in all respect. GAIL shall
not be responsible for any delays in allocation of user id/password and the ensuing
consequences including but not limited to timely submission of bids.
This is a unique digital code which can be transmitted electronically and primarily
identifies a unique sender. The objective of digital signature is to guarantee that the
individual sending the message is who he or she really claims to be just like the written
signature. The Controller of Certifying Authorities of India (CCA) has authorized certain
trusted Certifying Authorities(CA) who in turn allot on a regular basis Digital
Certificates. Documents which are signed digitally are legally valid documents as per the
Indian I T Act (2000).
In order to bid for GAIL e-tenders all the vendors are required to obtain a legally valid
Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA)
operating under the Root Certifying Authority of India (RCAI), Controller of Certifying
Authorities (CCA) of India.
Note: In terms of I.T Act 2000, only a digitally signed document will be considered as
valid signed document.
The Digital Certificate is issued by C. A. in the name of a person authorized for filing
Bids/Offers on behalf of his Company. The certificate is installed / stored in his computer
or preferably received by him (his authorized person) in form as USB token. a
Vendor/Bidder can submit their Bids/Offers On-line only after digitally signing the
bid/documents with the above allotted Digital Signatures.
7) STEPS FOR OBTAINING DIGITAL CERTIFICATE :
8) PRE-BID MEETING:
During the pre-bid meeting, GAIL may also arrange demonstration of the e-Procurement
portal to the interested vendors.
Bidders are required to submit the DD along with EMD in physical form.
However, if the bidder is unable to submit EMD in original on the due date, he may
upload a scanned copy of the EMD while submitting the bid electronically, provided the
original EMD, copy of which has been uploaded, is received within 7 days from the date
of unpriced bid opening, failing which the bid will be rejected irrespective of their status/
ranking in tender and notwithstanding the fact that a copy of EMD was earlier uploaded
by the bidder.
11) SUBMISSION OF DOCUMENTS:
Bidders are required to upload all Tender forms and supporting documents which form
part of the bid/tender in the e-Procurement (COLLABORATION ,C-Folders) site only.
However, documents specified to be submitted physically viz: Bid Document Fee etc.
need to be submitted in a sealed envelope in accordance with the method described in
RFQ. The same should reach Engineers India Limited, Attn: AGM (C & P), EI-Annexe,
2nd Floor, 1, Bhikaiji Cama Place, New Delhi – 110066, India (cut -out slip placed
below). Bidder shall ensure that all the documents relevant to bid are uploaded in time
and failure to upload the same before bid submission date is the sole responsibility of
bidder. Under no circumstances, GAIL shall entertain any request for acceptance of bid
documents in physical form, which were required to be uploaded in e-form.
Note:
i) Bidder is required to save/store their bid documents for each item into their computers
before submitting their bid into e-tendering system by pressing the Hold Button.
ii) Bidder is required to fill up the price/rate strictly in the Schedule of Rate(SOR) attached
with the tender.
Bidders are requested to upload small sized documents preferably ( upto 2 MB) at a time
to facilitate easy uploading into e-Procurement site. GAIL does not take any
responsibility in case of failure of the bidder to upload the documents within specified
time of tender submission.
The Prices are to be submitted online strictly as per the Schedule of Rates(SOR). GAIL
shall not be responsible for any failure on the part of the bidder to follow the instructions.
Before the bid is uploaded, the bid comprising of all attached documents should be
digitally signed using digital signatures issued by an acceptable Certifying Authority
(CA) in accordance with the Indian IT Act 2000. If any modifications are required to be
made to a document after attaching digital signatures, the digital signature shall again be
attached to the modified documents before uploading the same.
The Authenticity of above digital signatures shall be verified through authorized CA after
bid opening and in case the digital signature is not authorized/valid, the bid will be
rejected. Bidder shall be responsible for ensuring the validity of digital signatures and
proper usage of the same by responsible persons who can bind the bidder. Scanned copy
of Power of Attorney of the signatory issued by the bidding company should be
submitted on line along with other documents as per tender conditions.
*Links to some licensed CA's IN India are provided below. Foreign Bidders may
obtain the Digital certificate from these CAs.
1http://www.ncodesolutions.com
2http://www.safescrypt.com/
3http://www.tcs-ca.tcs.co.in/
4http://www.mtnltrustline.com/
13) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format
provided in our E-Tender. No new conditions shall be added by the bidder.
The bid along with all the copies of documents should be submitted in e-form only
through GAIL e-Procurement portal.
System does not allow for submission / receipt of bids beyond the deadline for bid
submission. However, if the bidder for some reason intends to change the bid already
entered, he may change/revise the same on or before the last date and time of submission.
The system time displayed on GAIL’s e-Procurement webpage shall be final and binding
on the bidders for all purposes pertaining to various events of the subject tender and no
other time shall be taken into cognizance.
Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid.
Bidders must use any computer having Windows 2000 or Windows XP versions or
higher of Window operating system and an internet Web Browser version Internet
explorer V6.0 or higher recommended.
16) Proxy: If any bidder is unable to access GAIL’s e-Procurement site or Bid Documents,
the bidder may please check whether they are using proxy to connect to internet or their
PC is behind any firewall and may contact their system administrator to enable
connectivity. Please note that Port 443 and Port 8443 should be enabled on
proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy
settings is another option.
Ready Reckoner for e-tendering
Bidders to follow the instructions given in the “Ready Reckoner” for uploading their e-bids in
e-tendering website of GAIL.
Page 1 of 1
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
TABLE OF CONTENTS
Sl No Chapters Page No
3. PC/Laptop setting
-Installation of DSC Token 03
-Active Component Setting 04
-Tips for Digital Signature 06
4. Bidding procedure
-Obtaining valid User ID 08
-Downloading the Purchaser’s Documents 08
-Uploading the Bid 10
-Submission of Bid 14
7. Disclaimer 16
-------------------------------------------------
Page 1 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
IMPORTANT LINKS
FAQs
Ready Reckoner for Bidder
Legal Disclaimer/T&C/Privacy Policy
Page 2 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
PC/LAPTOP SETTING
Page 3 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
INCASE THE ROOT OF THE HEIRARCHY i.e CCA INDIA 2007 DOES NOT APPEAR, THEN PLEASE
CONSULT THE CERTIFICATE PROVIDER.
1 OPEN INTERNET EXPLORER > TOOLS > INTERNET OPTIONS > SECURITY
TAB > TRUSTED SITES > SITES > ADD THE SITE: https://etender.gail.co.in.
Page 4 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
4. NOW CLICK ON START BUTTON AND THEN CLICK ON THE RUN AND TYPE
THE FOLLOWING:
REGSVR32 GIVE ONE SPACE AND THEN DRAG THE “CAPICOMM.DLL” FILE
FROM DESKTOP AND PUT THE DRAGGED FILE NEXT TO REGSVR32.
SCREEN WILL LOOK AS BELOW:
Page 5 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
I) WHILE USING DIGITAL SIGNATURE DURING BIDDING PROCESS, WHEN THE BIDDER
CLICKS ON “SIGN” BUTTON THE SIGNATURE DETAIL IS NOT BEING DISPLAYED AND
INSTEAD “ERROR ON PAGE” APPEARS.
Page 6 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
NOTE:
1. IN CASE YOU DO NOT SEE THE OBJECTS (caccaCtl.autodld and nCode.GailTest) THEN
PLEASE FOLLOW THE STEPS DEFINED IN PARA B ABOVE. IN CASE YOU STILL DO NOT
GET THESE OBJECTS THEN PLEASE CONTACT YOUR IT ADMINISTRATOR AND SET
YOUR SECURITY SETTINGS TO ENABLE THESE OBJECTS INSTALLED IN YOUR PC WHILE
USING E-TENDER SITE.
Page 7 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
BIDDING PROCEDURE:
NOTE: PLEASE ENSURE THAT THE BROWSER SETTING OF PC/LAPTOP HAS BEEN
CARRIED OUT AS EXPLAINED ABOVE FOR PROPER FUNCTIONING OF DIGITAL
SIGNATURE DURING BIDDING PROCESS.
THE OPTION ‘Request User ID (For New Bidders)’ IS AVAILABLE IN THE HOME PAGE/LOGIN
PAGE OF E-TENDER PORTAL (https://etender.gail.co.in). THIS OPTION IS TO BE USED BY THE
BIDDER ONLY ONCE FOR OBTAINING USER ID & PASSWORD AND NOT BE CARRIED OUT FOR
EVERY TENDER OF GAIL. HENCE THIS PROCESS IS REQUIRED FOR NEW BIDDERS ONLY WHO
ARE FIRST TIME PARTICPATING IN E-TENDER. ALSO REFER FAQs FOR ‘How do I get a Valid
User ID to access GAIL e-procurement’
• SYSTEM DISPLAYS PROCESS BID AND HELP DOCUMENT ON LEFT SIDE OF SCREEN
• CLICK ON THE PROCESS BID FOR DOWNLOADING / VIEWING OF TENDERS
• FIND THE LIST OF PUBLISHED ACTIVE BID INVITATIONS/TENDERS.
• KEEP THE COLUMNS (NUMBER OF DOCUMENT, NAME, STATUS, PROCESSED BY ME )
BLANK AND CLICK ON START
• FOR VIEWING THE DETAIL OF TENDER CLICK ON THE INTERESTED BID INVITATION
NUMBER (80000……..) , UNDER NUMBER COLUMN.
Page 8 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
• CLICK ON SOR FILE UNDER THE COLUMN ‘Description’ AS ABOVE TO VIEW SOR. THE
SAME CAN BE DOWNLOADED BY SAVING THE FILE ON YOUR SYSTEM.
Collaboration-Tender/Tech Spec
• EXPAND ON Case Folder for Bid Invitation AS SHOWN ABOVE, THE Shared Documents
NODE APPEARS UNDER IT AND FURTHER EXPAND IT TO SEE THE Tender documents.
CLICK ON Tender documents.
• RIGHT HAND SIDE OF THE SCREEN FOLLOWING APPEARS.
Page 9 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
Copy as
Bookmar
Folder Contents Copy k All None
Name Current Version Status Changed by Changed on
Tender.doc.p7sec 31.05.2007
Tender document (982KB) released Rajiv Kumar
20:01:07
• AFTER ENTERING INTO THE SITE WITH THE USERID AND PASSWORD OF BIDDER,
CLICK ON Process bid APPEARING ON THE LEFT SIDE OF THE SCREEN.
Process Bid
• ENTER THE APPLICABLE BID INVITATION NUMBER UNDER THE HEAD Number of
Document AS PER BELOW AND CLICK ON START.
8000001979
Start
• CLICK ON BID INVITATION NUMBER, FOLLOWING SCREEN APPEARS
• CLICK ON REGISTER AND THEN CLICK ON CREATE BUTTON AS BELOW.( FOR FIRST
TIME BIDDING AGAINST A TENDER ONLY)
Register Create Hold Change Refresh Pay Tender Fees Verify BI Sign
• CLICK ON ‘MY NOTES’ TAB AS SHOWN BELOW. THEN CLICK ON ‘CHANGE’ BUTTON
FOR UPLOADING PRICE(SOR) DOCUMENT
Page 10 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
Attach only PRICE BID here. Go to ‘Collaboration’ link below to attach Technical Documents.
Description
Path browse
Add Sign
• GO TO BROWSE AS ABOVE UNDER Path, SELECT THE FILE (filled in SOR file) TO
BE ATTACHED. SIGN IT FIRST WITH YOUR DIGITAL SIGNATURE BY CLICKING ON
‘Sign’ . THE SIGNATURE DETAIL OF THE INDIVIDUAL TO WHOM THE CERTIFICATE
IS ISSUED WILL APPEAR IN POP-UP WINDOW. SELECT THE SIGNATURE AND
PRESS OK BUTTON.
• ANOTHER FILE WITH EXTENSION “P7SEC” GETS CREATED JUST BELOW THE
ORIGINAL FILE IN THE SAME FOLDER.
• CLICK browse AGAIN AND SELECT THE “P7SEC” FILE ATTACHMENT AND ADD
• HERE YOUR FILE (FILLED IN SOR-PRICES) GETS ADDED THAT IS YOUR PRICE
BID.(CHECK THE SAME-BY CLICKING IT)
• CLICK ON ‘HOLD’ BUTTON ON TOP LEFT OF THE SCREEN FOR SAVING YOUR BID. IN
ORDER TO CONTINUE BIDDING FURTHER PRESS CHANGE BUTTON.
Collaboration-Tender/Tech Spec
Page 11 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
• EXPAND ON Case Folder for Bid Invitation AS SHOWN ABOVE, THE Shared Documents
NODE APPEARS UNDER IT AND FURTHER EXPAND IT TO SEE THE Tender documents.
CLICK ON Tender documents.
Copy as
Bookmar Past
Folder Contents Create Copy k e Delete
• CLICK ON DOCUMENT
Cancel
• UNDER THE NAME FIELD, ENTER THE NAME OF THE DOCUMENT (Viz. Tender
Document) TO BE UPLOADED.
Create Document
Name :Tender document
Page 12 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
Description
Continue Cancel
Browse
Page 13 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
SUBMISSION OF BID
• BEFORE, CLICKING on SUBMIT BUTTON, ENSURE THAT ALL DOCUMENTS UNDER PRICE
AND TECHNICAL ARE ATTCHED. CLICK ON ‘CHECK’ BUTTON FOR SYSTEM TO CHECK
YOUR BID FOR ITS COMPLETENESS.
• THEN CLICK ‘SUMBIT’ BUTTON FOR SUBMISSION OF BID. THE SYSTEM WILL
RECONFIRM FOR SUBMISSION OF YOUR OFFER. PRESS OK TO PROCEED. DIGITAL
SIGNATURE IS REQUIRED DURING SUBMISSION OF BID. SELECT YOUR SIGNATURE
AND FINALLY PRESS OK TO PROCEED SUBMITTING YOUR OFFER.
• AFTER SUBMISSION, YOU MAY CHECK THE STATUS OF YOUR BID BY CLICKING ON
‘BASIC DATA’ UNDER GENERAL DATA. UNDER BID STATUS COLUMN ‘ Bid Submitted’
WILL APPEAR. IN CASE OF BID STATUS SHOWN AS ‘HELD’ UNDER BID STATUS
COLUMN, IT MEANS BID IS NOT YET SUBMITTED.
THE E-MAIL-ID OF BIDDER IS REGISTERED IN OUR E-TENDER SYSTEM AT THE TIME WHEN
THE BIDDER SUBMITS HIS REQUEST FOR OBTAINING VALID USER-ID AS EXPLAINED ABOVE.
IN CASE THE BIDDER IS REQUIRED TO GET THEIR REGISTERED E-MAIL ID CHANGED IN OUR
E-TENDER SYSTEM, THE UNDERMENTIONED STEPS ARE TO BE FOLLOWED.
Page 14 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
¾ THE TENDER BASIC DATA WILL BE DISPLAYED. SCROLL DOWN AND USE ARROW
(AVAILABLE ON BOTTOM RIGHT OF THE SCREEN) FOR NEXT PAGE. THE CONTACT
DETAIL (E-MAIL ID & PHONE NUMBER) OF DEALING OFFICER OF THE TENDER WILL BE
DISPLAYED. NOTE THE E-MAIL ID OF DEALING OFFICER.
1. PLEASE ENTER YOUR USER ID & PASSWORD FOR LOGIN TO THE E-TENDER PORTAL
FOR BIDDING. IN CASE, PASSWORD IS FORGOTTON, DO NOT TRY ENTERING
PASSWORD REPEATEDLY AS THIS WILL LOCK YOUR USER-ID. PLEASE USE ‘FORGOT
YOUR PASSWORD HELP’ OPTION AVAILABLE IN THE HOME PAGE OF THE PORTAL AND
INPUT THE DETAIL LIKE E-MAIL ID OR USER ID. AFTER THIS PROCESS THE NEW
PASSWORD WILL BE ALOTTED BY THE SYSTEM AND FORWARDED TO YOUR
REGISTERD E-MAIL ID ON SAME DAY.
2. IN CASE YOUR USER-ID IS LOCKED DUE TO REPEATED ENTRY OF WRONG PASSWORD,
PLEASE SEND AN E-MAIL TO THE PURCHASER/DEALING OFFICER OF THE RESPECTIVE
E-TENDER WITH A COPY TO vendorsap@gail.co.in OR CONTACT HIM OVER TELEPHONE
FOR UNLOCKING.
3. DURING BIDDING PROCESS, YOU MAY SAVE THE BID BY PRESSING ON Hold BUTTON.
FOR FURTHER CONTUNUING BIDDING PROCESS, ENSURE THAT THE BID IS IN Process
Response BY CLICKING Change BUTTON. BIDDING PROCESS CANNOT BE CARRIED OUT
INCASE THE BID IS IN Display Response.
4. IN ORDER TO SUCCESSFULLY CLOSE /LOG OFF FROM THE E-TENDERING SYSTEM,
CLICK ON Log off ON TOP LEFT CORNER OF THE E-TENDER HOME PAGE.
5. IN CASE YOU DO NOT LOGOUT PROPERLY AS ABOVE, YOUR TRANSACTION MAY GET
LOCKED FOR SOMETIME. IN THIS CASE, YOU MAY NOT BE ABLE TO PROCESS THE BID.
THE TRANSACTION GETS AUTOMATICALLY UNLOCKED AFTER 10 MINUTES
APPROXIMATELY. YOU NEED TO LOG-OFF FROM THE SYSTEM AS EXPLAINED ABOVE
AND RE-LOGIN AFTER 10 MINUTES (INCASE OF LOCKED TRANSACTION) TO FURTHER
PROCESSING YOUR BID.
6. YOU NEED TO HAVE BROADBAND CONNECTIVITY FOR IMPROVED PERFORMANCE
DURING BIDDING PROCESS.
7. PL. READ FAQs AVAILABLE IN THE HOME PAGE OF THE E-TENDER PORTAL.
8. BID IS TO BE SUBMITTED IN TOTALITY BEFORE DUE DATE & TIME. IN CASE THE
BIDDER IS TRYING TO SUBMIT THE BID AFTER DUE DATE & TIME, THE MESSAGE
APPEARS AS ‘END TIME HAS BEEN REACHED’ AND THE SYSTEM MAY DISPLAY AS
BID SUBMITTED TEMPORARILY IN THE CURRENT SESSION. BUT AFTER LOG OFF FROM
THE CURRENT SESSION AND RELOGIN, THE BID STATUS WILL BE SHOWN AS ‘HELD’ IN
THIS SCENARIO. IN NUTSHELL, THE BID WILL NOT GET SUBMITTED WHEN TRYING TO
SUBMIT BID AFTER DUE DATE AND TIME HAS REACHED.
Page 15 of 16
Ready Reckoner for Bidder Revision: 6, Dated June 18, 2010
DISCLAIMER:
(IT MAY BE NOTED THAT THIS IS AN EFFORT TO HELP BIDDERS WITH SHORT READY
RECKONER FOR UPLAODING OF BIDS DURING BIDDING PROCESS. FOR DETAILS YOU MAY
READ HELP DOCUMENT AVAILABLE IN SYSTEM. GAIL DO NOT STAND RESPONSIBLE ON
FAILURE TO UPLOAD THE BIDS SUCCESSFULLY BASED ON THESE INSTRUCTIONS)
Page 16 of 16
GENERAL CONDITIONS OF CONTRACT
General Conditions of Contract
SECTION- I DEFINITIONS
1. Definition of Terms: 1.1 In this CONTRACT (as here-in-after defined) the following words
and expressions shall have the meanings hereby assigned to them
except where the context otherwise required.
1.1.4 The "WORK" shall mean and include all items and things to be
supplied/ done and services and activities to be performed by the
CONTRACTOR in pursuant to and in accordance with
CONTRACT or part thereof as the case may be and shall include
all extra, additional, altered or substituted works as required for
purpose of the CONTRACT.
1.1.5 The "PERMANENT WORK" means and includes works which will
be incorporated in and form a part of the work to be handed over
to the EMPLOYER by the CONTRACTOR on completion of the
CONTRACT.
1
General Conditions of Contract
1.1.12 The "DRAWINGS" shall include maps, plans and tracings or prints
or sketches thereof with any modifications approved in writing by
the ENGINEER- IN-CHARGE and such other drawing as may,
from time to time, be furnished or approved in writing by the
ENGINEER-IN-CHARGE.
2
General Conditions of Contract
1.1.20 "PLANS" shall mean all maps, sketches and layouts as are
incorporated in the CONTRACT in order to define broadly the
scope and specifications of the work or works, and all
reproductions thereof.
1.1.21 "SITE" shall mean the lands and other places on, under, in or
through which the permanent works are to be carried out and any
other lands or places provided by the EMPLOYER for the purpose
of the CONTRACT.
3
General Conditions of Contract
2. General Information 2.1 a) Location of Site: The proposed location of Project site is defined
in the Special Conditions of Contract.
2.3 Water Supply: Contractor will have to make his own arrangements
for supply of water to his labour camps and for works. All pumping
installations, pipe net work and distribution system will have to be
carried out by the Contractor at his own risk and cost.
4
General Conditions of Contract
provided the Contractor makes his own arrangement for the water
meter which shall be in custody of the Employer and other pipe
net works from source of supply and such distribution pipe
network shall have prior approval of the Engineer-in-Charge so as
not to interfere with the layout and progress of the other
construction works. In such case, the rate for water shall be
deducted from the running account bills.
2.4.3 At all times, IEA regulations shall be followed failing which the
EMPLOYER has a right to disconnect the power supply without
any reference to the CONTRACTOR. No claim shall be
entertained for such disconnection by the
ENGINEER-IN-CHARGE. Power supply will be reconnected only
after production of fresh certificate from authorized electrical
supervisors.
2.4.4 The EMPLOYER is not liable for any loss or damage to the
CONTRACTOR's equipment as a result of variation in voltage or
frequency or interruption in power supply or other loss to the
CONTRACTOR arising therefrom.
5
General Conditions of Contract
2.4.6 The power supply required for CONTRACTOR's colony near the
plant site will be determined by the EMPLOYER and shall be as
per State Electricity Board's Rules and other statutory provisions
applicable for such installations from time to time. In case of
power supply to CONTRACTOR's colony, the power will be made
available at a single point and the CONTRACTOR shall make his
own arrangement at his own cost for distribution to the occupants
of the colony as per Electricity Rules and Acts. The site and
colony shall be sufficiently illuminated to avoid accidents.
2.4.7 The CONTRACTOR will have to provide and install his own lights
and power meters which will be governed as per Central/State
Government Electricity Rules. The metres shall be sealed by the
EMPLOYER.
2.4.10 The CONTRACTOR shall ensure at his cost that all electrical lines
and equipment and all installations are approved by the State
Electricity Inspector before power can be supplied to the
EMPLOYER.
2.5 Land for Contractor’s Field Office, Godown and Workshop: The
EMPLOYER will, at his own discretion and convenience and for
the duration of the execution of the work make available near the
site, land for construction of CONTRACTOR's Temporary Field
Office, godowns workshops and assembly yard required for the
execution of the CONTRACT. The CONTRACTOR shall at his
own cost construct all these temporary buildings and provide
suitable water supply and sanitary arrangement and get the same
approved by the ENGINEER-IN-CHARGE.
6
General Conditions of Contract
3. Submission of Tender: 3.1 TENDER must be submitted without making any additions,
alterations, and as per details given in other clauses hereunder.
The requisite details shall be filled in by the TENDERER at space
provided under “Submission of Tender at the beginning of GCC of
Tender Document. The rate shall be filled only in the schedule
given in this Tender Document.
7
General Conditions of Contract
ix) Latest Balance Sheet and Profit & Loss Account duly
audited.
8
General Conditions of Contract
4.5.1 The TENDERER shall contain the name, residence and place of
business of person or persons making the tender and shall be
signed by the TENDERER with his usual signature. Partnership
firms shall furnish the full names of all partners in the tender. It
should be signed in the partnership's name by all the partners or
by duly authorised representatives followed by the name and
designation of the person signing. Tender by a corporation shall
be signed by an authorised representative, and a Power of
Attorney in that behalf shall accompany the tender. A copy of the
constitution of the firm with names of all partners shall be
furnished.
9
General Conditions of Contract
6. Earnest Money: 6.1 The bidder must pay Earnest Money as given in the letter /notice
inviting tenders and attach the official receipt with the tender failing
which the tender is liable to be rejected and representatives of
such tenderers will not be allowed to attend the tender opening.
Earnest Money can be paid in Demand Drafts or Bank Guarantee
or Banker’s Cheque or Letter of Credit from any Indian scheduled
bank or a branch of an International bank situated in India and
registered with Reserve Bank of India as scheduled foreign
bank. However, other than the Nationalised Indian Banks, the
banks whose BGs are furnished, must be commercial banks
having net worth in excess of Rs. 100 crores and a declaration
to this effect should be made by such commercial bank either in
the bank guarantee itself or separately on a letter head.
10
General Conditions of Contract
7 Validity: 7.1 Tender submitted by tenderers shall remain valid for acceptance
for a period of "4 MONTHS" from the date of opening of the
tender. The tenderers shall not be entitled during the said period
of 4 months, without the consent in writing of the EMPLOYER, to
revoke or cancel his tender or to vary the tender given or any term
thereof. In case of tender revoking or canceling his tender or
varying any term in regard thereof without the consent of
EMPLOYER in writing, the EMPLOYER shall forfeit Earnest
Money paid by him alongwith tender.
9 Right of Employer to 9.1 The right to accept the tender will rest with the EMPLOYER. The
Accept or Reject Tender: EMPLOYER, however, does not bind himself to accept the lowest
tender, and reserves to itself the authority to reject any or all the
tenders received without assigning any reason whatsoever. At the
option of the Employer, the work for which the tender had been
invited, may be awarded to one Contractor or split between more
than one bidders, in which case the award will be made for only
that part of the work, in respect of which the bid has been
accepted. The quoted rates should hold good for such
eventualities.
10 Time Schedule 10.1 The WORK shall be executed strictly as per the TIME SCHEDULE
specified in TENDER/CONTRACT Document. The period of
construction given in Time Schedule includes the time required for
mobilisation as well as testing, rectifications if any, retesting and
completion in all respects to the entire satisfaction of the
ENGINEER-IN- CHARGE.
11
General Conditions of Contract
11 Tenderer’s Responsibility 11.1 The intending tenderers shall be deemed to have visited the SITE
and familiarised submitting the tender. Non-familiarity with the
site conditions will not be considered a reason either for extra
claims or for not carrying out the works in strict conformity with the
DRAWINGS and SPECIFICATIONS or for any delay in
performance.
12 Retired Government or 12.1 No Engineer of Gazetted rank or other Gazetted Officer employed
Company Officers in Engineering or Administrative duties in an Engineering
Department of the States/ Central Government or of the
EMPLOYER is allowed to work as a CONTRACTOR for a period
of two years after his retirement from Government Service, or from
the employment of the EMPLOYER without the previous
permission of the EMPLOYER. The CONTRACT, if awarded, is
liable to be cancelled if either the CONTRACTOR or any of his
employees is found at any time to be such a person, who has not
obtained the permission of the State/Central Government or of the
EMPLOYER as aforesaid before submission of tender, or
engagement in the CONTRACTOR'S service as the case may be.
13 Signing of the Contract: 13.1 The successful tenderer shall be required to execute an
AGREEMENT in the proforma attached with TENDER
DOCUMENT within 15 days of the receipt by him of the
Notification of Acceptance of Tender. In the event of failure on
the part of the successful tenderer to sign the AGREEMENT within
the above stipulated period, the Earnest Money or his initial
deposit will be forefeited and the acceptance of the tender shall be
considered as cancelled.
14 Field Management & 14.1 The field management will be the responsibility of the
Controlling/Coordinating ENGINEER-IN-CHARGE, who will be nominated by the
Authority: EMPLOYER. The ENGINEER-IN-CHARGE may also authorise
his representatives to assist in performing his duties and functions.
12
General Conditions of Contract
15 Note to Schedule of 15.1 The Schedule of Rates should be read in conjunction with all the
Rates: other sections of the tender.
15.4 The quantities shown against the various items are only
approximate. Any increase or decrease in the quantities shall not
form the basis of alteration of the rates quoted and accepted.
15.5 The EMPLOYER reserves the right to interpolate the rates for such
items of work falling between similar items of lower and higher
magnitude.
16 Policy for Tenders Under 16.1 Only Those Tenders which are complete in all respects and are
Consideration: strictly in accordance with the Terms and Conditions and
Technical Specifications of Tender Document, shall be considered
for evaluation. Such Tenders shall be deemed to be under
consideration immediately after opening of Tender and until such
time an official intimation of acceptance /rejection of Tender is
made by GAIL to the Bidder.
17 Award of Contract: 17.1 The Acceptance of Tender will be intimated to the successful
Tenderer by GAIL either by Telex/ Telegram/ Fax or by Letter or
like means-defined as LETTER OF ACCEPTANCE OF TENDER.
17.2 GAIL will be the sole judge in the matter of award of CONTRACT
and the decision of GAIL shall be final and binding.
18 Clarification of Tender 18.1 The Tender is required to carefully examine the Technical
Document: Specifications, Conditions of Contract, Drawings and other details
relating to WORK and given in Tender Document and fully inform
himself as to all conditions and matters which may in any way
affect the WORK or the cost thereof. In case the Tenderer is in
doubt about the completeness or correctness of any of the
contents of the Tender Documents he should request in writing for
an interpretation/clarification to GAIL in triplicate. GAIL will then
13
General Conditions of Contract
19 Local Conditions: 19.1 It will be imperative on each tenderer to inform himself of all local
conditions and factors which may have any effect on the execution
of WORK covered under the Tender Document. In their own
interest, the tenderer are requested to familiarise themselves with
the Indian Income Tax Act 1961, Indian Companies Act 1956,
Indian Customs Act 1962 and other related Acts and Laws and
Regulations of India with their latest amendments, as applicable
GAIL shall not entertain any requests for clarifications from the
tenderer regarding such local conditions.
19.2 It must be understood and agreed that such factors have properly
been investigated and considered while submitting the tender. No
claim for financial or any other adjustments to VALUE OF
CONTRACT, on lack of clarity of such factors shall be entertained.
20 Abnormal Rates: 20.1 The tenderer is expected to quote rate for each item after careful
analysis of cost involved for the performance of the completed
item considering all specifications and Conditions of Contract.
This will avoid loss of profit or gain in case of curtailment or
change of specification for any item. In case it is noticed that the
rates quoted by the tenderer for any item are unusually high or
unusually low, it will be sufficient cause for the rejection of the
tender unless the EMPLOYER is convinced about the
reasonableness after scrutiny of the analysis for such rate(s) to be
furnished by the tenderer (on demand).
21 Priority of Contract 21.1 Except if and the extent otherwise provided by the Contract, the
Documents provisions of the General Conditions of Contract and Special
Conditions shall prevail over those of any other documents
forming part of the CONTRACT. Several documents forming the
CONTRACT are to be taken as mutually explanatory of one
another, but in case of ambiguities or discrepancies the same
shall be explained and adjusted by the ENGINEER-IN-CHARGE
who shall thereupon issue to the Contractor instructions thereon
and in such event, unless otherwise provided in the Contract, the
priority of the documents forming the Contract shall be as follows :
14
General Conditions of Contract
21.2 Headings and Marginal Notes: All headings and marginal notes to
the clauses of these General Conditions of Contract or to the
SPECIFICATIONS or to any other Tender Document are solely
for the purpose of giving a concise indication and not a summary
of the contents thereof, and they shall never be deemed to be part
thereof or be used in the interpretation or construction thereof the
CONTRACT.
22 Special Conditions of 22.1 Special Conditions of Contract shall be read in conjunction with
Contract: the General Conditions of Contract, specification of Work,
Drawings and any other documents forming part of this
CONTRACT wherever the context so requires.
22.5 The materials, design and workmanship shall satisfy the relevant
INDIAN STANDARDS, the JOB SPECIFICATIONS contained
herein and CODES referred to. Where the job specification
stipulate requirements in addition to those contained in the
standard codes and specifications, these additional requirements
shall also be satisfied.
23 Contractor to obtain his 23.1 The CONTRACTOR in fixing his rate shall for all purpose
own Information: whatsoever reason may be, deemed to have himself
independently obtained all necessary information for the purpose
of preparing his tender and his tender as accepted shall be
deemed to have taken into account all contingencies as may arise
15
General Conditions of Contract
16
General Conditions of Contract
24 Contract Performance 24.1 The CONTRACTOR shall furnish to the EMPLOYER, within 15
Security: days from the date of notification of award, a security in the sum
of 10% of the accepted value of the tender or the actual value of
work to be done whichever is applicable due to any additional
work or any other reasons, in the form of a Bank draft/Banker’s
cheque or Bank Guarantee or irrevocable Letter of credit (as per
proforma enclosed) as Contract Performance Security with the
EMPLOYER which will be refunded after the expiry of DEFECTS
LIABILITY PERIOD.
17
General Conditions of Contract
18
General Conditions of Contract
27 Price reduction 27.1 Time is the essence of the CONTRACT. In case the
schedule: CONTRACTOR fails to complete the WORK within the stipulated
period, then, unless such failure is due to Force Majeure as
defined in Clause 26 here above or due to EMPLOYER's
defaults, the Total Contract price shall be reduced by ½ % of the
total Contract Price per complete week of delay or part thereof
subject to a maximum of 5 % of the Total Contract Price, by way
of reduction in price for delay and not as penalty. The said
amount will be recovered from amount due to the Contractor/
Contractor’s Contract Performance Security payable on demand.
27.2 All sums payable under this clause is the reduction in price due to
delay in completion period at the above agreed rate.
19
General Conditions of Contract
28 Rights of the employer to 28.1 Whenever any claim against the CONTRACTOR for the payment
forfeit contract of a sum of money arises out or under the CONTRACT, the
performance security: EMPLOYER shall be entitled to recover such sum by
appropriating in part or whole the Contract Performance Security
of the CONTRACTOR. In the event of the security being
insufficient or if no security has been taken from the
CONTRACTOR, then the balance or the total sum recoverable,
as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the
CONTRACTOR. The CONTRACTOR shall pay to the
EMPLOYER on demand any balance remaining due.
29 Failure by the contractor 29.1 If the CONTRACTOR refuses or fails to execute the WORK or
to comply with the any separate part thereof with such diligence as will ensure its
provisions of the completion within the time specified in the CONTRACT or
contract: extension thereof or fails to perform any of his obligation under
the CONTRACT or in any manner commits a breach of any of
the provisions of the CONTRACT it shall be open to the
EMPLOYER at its option by written notice to the CONTRACTOR:
20
General Conditions of Contract
29.4 The EMPLOYER shall also have the right to proceed or take
action as per 29.1(a) or (b) above, in the event that the
CONTRACTOR becomes bankrupt, insolvent, compounds with
his creditors, assigns the CONTRACT in favour of his creditors
or any other person or persons, or being a company or a
corporation goes into voluntary liquidation, provided that in the
said events it shall not be necessary for the EMPLOYER to give
any prior notice to the CONTRACTOR.
30 Contractor remains liable 30.1 In any case in which any of the powers conferred upon the
to pay compensation if EMPLOYER BY CLAUSE 29.0 thereof shall have become
21
General Conditions of Contract
action not taken under exercisable and the same had not been exercised, the
clause 29: non-exercise thereof shall not constitute a waiver of any of the
conditions hereof and such powers shall notwithstanding be
exercisable in .the event of any further case of default by the
CONTRACTOR for which by any clause or clauses hereof he is
declared liable to pay compensation amounting to the whole of
his Contract Performance Security, and the liability of the
CONTRACTOR for past and future compensation shall remain
unaffected. In the event of the EMPLOYER putting in force the
power under above sub-clause (a), (b) or (c) vested in him under
the preceding clause he may, if he so desired, take possession of
all or any tools, and plants, materials and stores in or upon the
works or the site thereof belonging to the CONTRACTOR or
procured by him and intended to be used for the execution of the
WORK or any part thereof paying or allowing for the same in
account at the CONTRACT rates or in case of these not being
applicable at current market rates to be certified by the
ENGINEER-IN-CHARGE whose certificate thereof shall be final,
otherwise the ENGINEER-IN- CHARGE may give notice in
writing to the CONTRACTOR or his clerk of the works, foreman
or other authorised agent, requiring him to remove such tools,
plant, materials or stores from the premises (within a time to be
specified in such notice), and in the event of the CONTRACTOR
failing to comply with any such requisition, the
ENGINEER-IN-CHARGE may remove them at the
CONTRACTOR's expense or sell them by auction or private sale
on account of the CONTRACTOR and at his risk in all respects
without any further notice as to the date, time or place of sale and
the certificate of the ENGINEER-IN-CHARGE as to the expenses
of any such removal and the amount of the proceeds and
expenses of any such sale shall be final and conclusive against
the CONTRACTOR.
31 Change in constitution: 31.1 Where the CONTRACTOR is a partnership firm, the prior
approval of the EMPLOYER shall be obtained in writing, before
any change is made in the constitution of the firm. Where the
CONTRACTOR is an individual or a Hindu undivided family
business concern, such approval as aforesaid shall,likewise be
obtained before such CONTRACTOR enters into any agreement
with other parties, where under, the reconstituted firm would have
the right to carry out the work hereby undertaken by the
CONTRACTOR. In either case if prior approval as aforesaid is
not obtained, the CONTRACT shall be deemed to have been
allotted in contravention of clause 37 hereof and the same action
may be taken and the same consequence shall ensure as
provided in the said clause.
22
General Conditions of Contract
34 Employer not bound by 34.1 The CONTRACTOR shall not be entitled to any increase on the
personal scheduled rates or any other right or claim whatsoever by reason
representations: of any representation, explanation statement or alleged
representation, promise or guarantees given or alleged to have
been given to him by any person.
35 Contractor's office at 35.1 The CONTRACTOR shall provide and maintain an office at the
site: site for the accommodation of his agent and staff and such office
shall be open at all reasonable hours to receive instructions,
notice or other communications. The CONTRACTOR at all time
shall maintain a site instruction book and compliance of these
shall be communicated to the ENGINEER-IN CHARGE from time
to time and the whole document to be preserved and handed
over after completion of works.
23
General Conditions of Contract
36 Contractor's subordinate 36.1 The CONTRACTOR, on or after award of the WORK shall name
staff and their conduct and depute a qualified engineer having sufficient experience in
carrying out work of similar nature, to whom the equipments,
materials, if any, shall be issued and instructions for works given.
The CONTRACTOR shall also provide to the satisfaction of the
ENGINEER-IN- CHARGE sufficient and qualified staff to
superintend the execution of the WORK, competent sub-agents,
foremen and leading hands including those specially qualified by
previous experience to supervise the types of works comprised in
the CONTRACT in such manner as will ensure work of the best
quality, expeditious working. Whenever in the opinion of the
ENGINEER-IN- CHARGE additional properly qualified
supervisory staff is considered necessary, they shall be
employed by the CONTRACTOR without additional charge on
accounts thereof. The CONTRACTOR shall ensure to the
satisfaction of the ENGINEER-IN-CHARGE that
SUB- CONTRACTORS, if any, shall provide competent and
efficient supervision, over the work entrusted to them.
24
General Conditions of Contract
37 Sub-letting of works: 37.1 No part of the CONTRACT nor any share or interest therein shall
in any manner or degree be transferred, assigned or sublet by
the CONTRACTOR directly or indirectly to any person, firm or
corporation whatsoever without the consent in writing, of the
ENGINEER/EMPLOYER except as provided for in the
succeeding sub-clause.
25
General Conditions of Contract
38 Power of entry: 38.1 If the CONTRACTOR shall not commence the WORK in the
manner previously described in the CONTRACT documents or if
he shall at any time in the opinion of the ENGINEER-I
N-CHARGE.
ii) fail to carry out the WORK in accordance with the Time
Schedule, or
iv) fail to carry out and execute the WORK to the satisfaction of
the ENGINEER-IN-CHARGE, or
then in any such case, the EMPLOYER shall have the power to
enter upon the WORK and take possession thereof and of the
materials, temporary WORK, construction plant, and stock
thereon, and to revoke the CONTRACTOR's licence to use the
same, and to complete the WORK by his agents, other
CONTRACTORS or workmen or to relate the same upon any
terms and to such other person, firm or corporation as the
26
General Conditions of Contract
27
General Conditions of Contract
40 Other agencies at site: 40.1 The CONTRACTOR shall have to execute the WORK in such
place and conditions where other agencies will also be engaged
for other works such as site grading, filling, and levelling,
electrical and mechanical engineering works, etc. No claim shall
be entertained due to WORK being executed in the above
circumstances.
42 Right of various 42.1 i) The EMPLOYER reserves the right to distribute the work
interests: between more than one agency(ies). The
CONTRACTOR shall cooperate and afford other
agency(ies) reasonable opportunity for access to the
WORK for the carriage and storage of materials and
execution of their works.
43 Patents and royalties: 43.1 The CONTRACTOR, if licensed under any patent covering
equipment, machinery, materials or compositions of matter to be
used or supplied or methods and process to be practised or
employed in the performance of this CONTRACT, agrees to pay
all royalties and licence fees which may be due with respect
thereto. If any equipment, machinery, materials, composition of
matters, be used or supplied or methods and processes to be
practised or employed in the performance of this CONTRACT,is
covered by a patent under which the CONTRACTOR is not
licensed then the CONTRACTOR before supplying or using the
equipment, machinery materials, composition method or
processes shall obtain such licences and pay such royalties and
licence fees as may be necessary for performance of this
CONTRACT. In the event the CONTRACTOR fails to pay any
such royalty or obtain any such licence, any suit for infringement
of such patents which is brought against the CONTRACTOR or
the EMPLOYER as a result such failure will be defended by the
CONTRACTOR at his own expense and the CONTRACTOR will
pay any damages and costs awarded in such suit. The
CONTRACTOR shall promptly notify the EMPLOYER if the
CONTRACTOR has acquired the knowledge of any plant under
28
General Conditions of Contract
44 Liens: 44.1 If, at any time there should be evidence or any lien or claim for
which the EMPLOYER might have become liable and which is
chargeable to the CONTRACTOR, the EMPLOYER shall have
the right to retain out of any payment then due or thereafter to
become due an amount sufficient to completely indemnify the
EMPLOYER against such lien or claim and if such lien or claim
be valid, the EMPLOYER may pay and discharge the same and
deduct the amount so paid from any money which may be or
may become due and payable to the CONTRACTOR. If any lien
or claim remain unsettled after all payments are made, the
CONTRACTOR shall refund or pay to the EMPLOYER all money
that the latter may be compelled to pay in discharging such lien
or claim including all costs and reasonable expenses.
EMPLOYER reserves the right to do the same.
29
General Conditions of Contract
44.3 The final payment shall not become due until the CONTRACTOR
delivers to the ENGINEER-IN-CHARGE a complete release or
waiver of all liens arising or which may arise out of his agreement
or receipt in full or certification by the CONTRACTOR in a form
approved by ENGINEER-IN-CHARGE that all invoices for labour,
materials, services have been paid in lien thereof and if required
by the ENGINEER-IN-CHARGE in any case an affidavit that so
far as the CONTRACTOR has knowledge or information the
releases and receipts include all the labour and material for which
a lien could be filled.
45 Delays by employer or 45.1 In case the CONTRACTOR's performance is delayed due to any
his authorised agents: act or omission on the part of the EMPLOYER or his authorised
agents, then the CONTRACTOR shall be given due extension of
time for the completion of the WORK, to the extent such omission
on the part of the EMPLOYER has caused delay in the
CONTRACTOR's performance of his WORK.
46 Payment if the contract is 46.1 If the CONTRACT shall be terminated as per Tender pursuant to
terminated: Clause no. 29 of GCC, the CONTRACTOR shall be paid by the
EMPLOYER in so far as such amounts or items shall not have
already been covered by payments of amounts made to the
CONTRACTOR for the WORK executed and accepted by
ENGINEER-IN-CHARGE prior to the date of termination at the
rates and prices provided for in the CONTRACT and in addition
to the following:
30
General Conditions of Contract
47 No waiver of rights: 47.1 Neither the inspection by the EMPLOYER or any of their officials,
employees, or agents nor any order by the EMPLOYER for
payment of money or any payment for or acceptance of the
whole or any part of the Work by the EMPLOYER nor any
extension of time, nor any possession taken by EMPLOYER
shall operate as a waiver of any provision of the CONTRACT, or
of any power herein reserved to the EMPLOYER, or any right to
damages herein provided, nor shall any waiver of any breach in
the CONTRACT be held to be a waiver of any other subsequent
breach.
48 Certificate not to affect 48.1 No interim payment certificate(s) issued by the Engineer-in-
right of employer and Charge of the EMPLOYER, nor any sum paid on account by the
liability of contractor: EMPLOYER, nor any extension of time for execution of the work
granted by EMPLOYER shall affect or prejudice the rights of the
Employer against the CONTRACTOR or relieve the
CONTRACTOR of his obligations for the due performance of the
CONTRACT, or be interpreted as approval of the WORK done or
of the equipment supplied and no certificate shall create liability
for the EMPLOYER to pay for alterations, amendments,
variations or additional works not ordered, in writing, by
EMPLOYER or discharge the liability of the CONTRACTOR for
the payment of damages whether due, ascertained, or certified or
not or any sum against the payment of which he is bound to
indemnify the EMPLOYER.
49 Language and measures: 49.1 All documents pertaining to the CONTRACT including
Specifications, Schedules, Notices, Correspondence, operating
and maintenance Instructions, DRAWINGS, or any other writing
shall be written in English language. The Metric System of
measurement shall be used in the CONTRACT unless otherwise
specified.
50.2 However, the EMPLOYER shall have the lien on all such works
performed as soon as any advance or progressive payment is
made by the EMPLOYER to the CONTRACTOR and the
31
General Conditions of Contract
CONTRACTOR shall not subject these works for use other than
those intended under this CONTRACT.
51 Release of information: 51.1 The CONTRACTOR shall not communicate or use in advertising,
publicity, sales releases or in any other medium, photographs, or
other reproduction of the Work under this CONTRACT or
description of the site dimensions, quantity , quality or other
information, concerning the Work unless prior written permission
has been obtained from the EMPLOYER.
52 Brand names: 52.1 The specific reference in the SPECIFICATIONS and documents
to any material by trade name, make or catalogue number shall
be construed as establishing standard or quality and
performance and not as limited competition. However,
TENDERER may offer other similar equipments provided it
meets the specified standard design and performance
requirements.
53 Completion of contract: 53.1 Unless otherwise terminated under the provisions of any other
relevant clause, this CONTRACT shall be deemed to have been
completed at the expiration of the PERIOD OF LIABILITY as
provided for under the CONTRACT.
54 Spares: 54.1 The CONTRACTOR shall furnish to the EMPLOYER all spares
required for COMMISSIONING of the plants, recommendatory
and/or mandatory spares, which are required essential by the
manufacturer/supplier. The same shall be delivered at SITE,
3(Three) months before COMMISSIONING.
55 Execution of work: 55.1 All the Works shall be executed in strict conformity with the
provisions of the CONTRACT Documents and with such
explanatory detailed drawings, specification and instructions
as may be furnished from time to time to the
CONTRACTOR by the ENGINEER-IN-CHARGE whether
mentioned in the CONTRACT or not. The CONTRACTOR
shall be responsible for ensuring that works throughout are
executed in the most substantial, proper and workmanlike
manner with the quality of material and workmanship in strict
accordance with the SPECIFICATIONS and to the entire
satisfaction of the ENGINEER-IN-CHARGE. The
CONTRACTOR shall provide all necessary materials
equipment labour etc. for execution and maintenance of
WORK till completion unless otherwise mentioned in the
CONTRACT.
32
General Conditions of Contract
56 Co-ordination and inspection 56.1 The coordination and inspection of the day-to-day work
of work: under the CONTRACT shall be the responsibility of the
ENGINEER-IN-CHARGE. The written instruction regarding
any particular job will normally be passed by the
ENGINEER-IN-CHARGE or his authorised representative.
A work order book will be maintained by the CONTRACTOR
for each sector in which the aforesaid written instructions will
be entered. These will be signed by the CONTRACTOR or
his authorised representative by way of acknowledgement
within 12 hours.
57 Work in monsoon and 57.1 Unless otherwise specified elsewhere in the tender, the
dewatering: execution of the WORK may entail working in the monsoon
also. The CONTRACTOR must maintain a minimum labour
force as may be required for the job and plan and execute
the construction and erection according to the prescribed
schedule. No extra rate will be considered for such work in
monsoon.
58 Work on Sundays and 58.1 For carrying out Work on Sundays, and Holidays, the
Holidays: CONTRACTOR will approach the ENGINEER-IN-CHARGE
or his representative at least two days in advance and obtain
permission in writing. The CONTRACTOR shall observe all
labour laws and other statutory rules and regulations in
force. In case of any violations of such laws, rules and
regulations, consequence if any, including the cost thereto
shall be exclusively borne by the CONTRACTOR and the
EMPLOYER shall have no liability whatsoever on this
account.
59 General conditions for 59.1 The working time at the site of work is 48 hours per week.
construction and erection Overtime work is permitted in cases of need and the
work: EMPLOYER will not compensate the same. Shift working at
2 or 3 shifts per day will become necessary and the
CONTRACTOR should take this aspect into consideration
for formulating his rates for quotation. No extra claims will
be entertained by the EMPLOYER no this account. For
carrying out work beyond working hours the CONTRACTOR
will approach the ENGINEER-IN-CHARGE or his authorised
representative and obtain his prior written permission.
33
General Conditions of Contract
60 Alterations in specifications, 60.1 The WORK covered under this CONTRACT having to be
design and extra works: executed by the CONTRACTOR on a lumpsum firm
price/item rate quoted by him, the EMPLOYER will not
accept any proposals for changes in VALUE OF
CONTRACT or extension in time on account of any such
changes which may arise to the CONTRACTOR's scope of
WORK as a result of detailed Engineering and thereafter
during the execution of WORK. The only exception to this
will be a case where the EMPLOYER requests in writing to
the CONTRACTOR to upgrade the SPECIFICATIONS or
the size of any major pieces of equipments, plant or
machinery beyond what is normally required to meet the
scope of WORK as defined in the CONTRACT
DOCUMENT.
34
General Conditions of Contract
35
General Conditions of Contract
61 Drawings to be supplied by 61.1 The drawings attached with tender are only for the general
the employer guidance to the CONTRACTOR to enable him to visualize
the type of work contemplated and scope of work involved.
The CONTRACTOR will be deemed to have studied the
DRAWINGS and formed an idea about the WORK
involved.
36
General Conditions of Contract
Agreement
No.___________________________________________
Signed:_________________
_________________
(CONTRACTOR)
(ENGINEER-IN-CHARGE)
37
General Conditions of Contract
64 Responsibility for level and 64.1 The CONTRACTOR shall be entirely and exclusively
alignment: responsible for the horizontal and vertical alignment, the
levels and correctness of every part of the WORK and shall
rectify effectively any errors or imperfections therein, such
rectifications shall be carried out by the CONTRACTOR, at
his own cost, when instructions are issued to that effect by
the ENGINEER- IN-CHARGE.
65 Materials to be supplied by 65.1 The CONTRACTOR shall procure and provide within the
contractor: VALUE OF CONTRACT the whole of the materials
required for the construction including steels, cement and
other building materials, tools, tackles, construction plant
and equipment for the completion and maintenance of the
WORK except the materials which will be issued by the
EMPLOYER and shall make his own arrangement for
procuring such materials and for the transport thereof. The
EMPLOYER may give necessary recommendation to the
respective authority if so desired by the CONTRACTOR but
assumes no further responsibility of any nature. The
EMPLOYER will insist on the procurement of materials
which bear ISI stamp and/or which are supplied by reputed
suppliers.
38
General Conditions of Contract
66 Stores supplied by the 66.1 If the SPECIFICATION of the WORK provides for the use
employer: of any material of special description to be supplied from
the EMPLOYER's stores or it is required that the
CONTRACTOR shall use certain stores to be provided by
the ENGINEER-IN-CHARGE, such materials and stores,
and price to be charged there for as hereinafter mentioned
being so far as practicable for the convenience of the
CONTRACTOR, but not so as in any way to control the
meaning or effect of the CONTRACT, the CONTRACTOR
shall be bound to purchase and shall be supplied such
materials and stores as are from time to time required to be
used by him for the purpose of the CONTRACT only. The
sums due from the CONTRACTOR for the value of
materials supplied by the EMPLOYER will be recovered
from the running account bill on the basis of the actual
consumption of materials in the works covered and for
which the running account bill has been prepared. After the
completion of the WORK, however, the CONTRACTOR
has to account for the full quantity of materials supplied to
him as per relevant clauses in this document.
39
General Conditions of Contract
40
General Conditions of Contract
68 Material procured with 68.1 Notwithstanding anything contained to the contrary in any
assistance of or all the clauses of this CONTRACT where any materials
employer/return of surplus: for the execution of the CONTRACT are procured with the
assistance of the EMPLOYER either by issue from
EMPLOYER's stock or purchases made under order or
permits or licences issued by Government, the
CONTRACTOR shall hold the said materials as trustee for
the EMPLOYER and use such materials economically and
solely for the purpose of the CONTRACT and not dispose
them off without the permission of the EMPLOYER and
return, if required by the ENGINEER-IN-CHARGE, shall
determine having due regard to the condition of the
materials. The price allowed to the CONTRACTOR,
however, shall not exceed the amount charged to him
excluding the storage charges, if any. The decision of the
ENGINEER-IN-CHARGE shall be final and conclusive in
such matters. In the event of breach of the aforesaid
41
General Conditions of Contract
69 Materials obtained from 69.1 If the CONTRACTOR in the course of execution of the
dismantling: WORK is called upon to dismantle any part for reasons
other than those stipulated in Clauses 74 and 77
hereunder, the materials obtained in the WORK of
dismantling etc., will be considered as the EMPLOYER's
property and will be disposed off to the best advantage of
the EMPLOYER.
70 Articles of value found: 70.1 All gold, silver and other minerals of any description and all
precious stones, coins, treasure relics, antiquities and other
similar things which shall be found in, under or upon the
SITE, shall be the property of the EMPLOYER and the
CONTRACTOR shall duly preserve the same to the
satisfaction of the ENGINEER-IN-CHARGE and shall from
time to time deliver the same to such person or persons
indicated by the EMPLOYER.
71 Discrepancies between 71.1 Should any discrepancy occur between the various
instructions: instructions furnished to the CONTRACTOR, his agent or
staff or any doubt arises as to the meaning of any such
instructions or should there be any misunderstanding
between the CONTRACTOR's staff and the
ENGINEER-IN- CHARGE's staff, the CONTRACTOR shall
refer the matter immediately in writing to the
ENGINEER-IN-CHARGE whose decision thereon shall be
final and conclusive and no claim for losses alleged to have
been caused by such discrepancies between instructions,
doubts, or misunderstanding shall in any event be
admissible.
72 Action where no specification 72.1 In case of any class of WORK for which there is no
is issued: SPECIFICATION supplied by the EMPLOYER as
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.
73 Inspection of works: 73.1 The ENGINEER-IN-CHARGE will have full power and
authority to inspect the WORK at any time wherever in
progress either on the SITE or at the CONTRACTOR's
premises/workshops wherever situated, premises/
workshops of any person, firm or corporation where WORK
in connection with the CONTRACT may be in hand or
where materials are being or are to be supplied, and the
CONTRACTOR shall afford or procure for the
ENGINEER-IN- CHARGE every facility and assistance to
carry out such inspection. The CONTRACTOR shall, at all
time during the usual working hours and at all other time at
42
General Conditions of Contract
74 Tests for quality of work: 74.1 All workmanship shall be of the respective kinds described
in the CONTRACT DOCUMENTS and in accordance with
the instructions of the ENGINEER-IN-CHARGE and shall
be subjected from time to time to such test at
CONTRACTOR's cost as the ENGINEER-IN-CHARGE
may direct at 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.
74.2 All the tests that will be necessary in connection with the
execution of the WORK as decided by the
ENGINEER- IN-CHARGE shall be carried out at the field
testing laboratory of the EMPLOYER by paying the charges
as decided by the EMPLOYER from time to time. In case of
non- availability of testing facility with the EMPLOYER, the
required test shall be carried out at the cost of
CONTRACTOR at Government or any other testing
laboratory as directed by ENGINEER-IN-CHARGE.
43
General Conditions of Contract
76 Action and compensation in 76.1 If it shall appear to the ENGINEER-IN-CHARGE that any
case of bad work: work has been executed with unsound, imperfect or
unskilled workmanship, or with materials of any inferior
description, or that any materials or articles provided by the
CONTRACTOR for the execution of the WORK are
unsound, or of a quality inferior to that contracted for, or
otherwise not in accordance with the CONTRACT, the
CONTRACTOR shall on demand in writing from the
ENGINEER-IN-CHARGE or his authorised representative
specifying the WORK, materials or articles complained of
notwithstanding that the same may have been inadvertently
passed, certified and paid for, forthwith rectify or remove
and reconstruct the WORK so specified and provide other
proper and suitable materials or articles at his own cost and
in the event of failure to do so within the period specified
by the ENGINEER-IN-CHARGE in his demand aforesaid,
the CONTRACTOR shall be liable to pay compensation at
the rate of 1 % (One percent) of the estimated cost of the
whole WORK, for every week limited to a maximum of 10%
(ten percent) of the value of the whole WORK, while his
failure to do so shall continue and in the case of any such
failure the ENGINEER-IN-CHARGE may on expiry of
notice period rectify or remove and re-execute the WORK
or remove and replaced with others, the materials or
articles complained of to as the case may be at the risk and
expense in all respects of the CONTRACTOR. The
decision of the Engineering-in-charge as to any question
arising under this clause shall be final and conclusive.
77 Suspension of works: 77.1 i) Subject to the provisions of sub-para (ii) of this clause,
the CONTRACTOR shall, if ordered in writing by the
ENGINEER-IN-CHARGE, or his representative,
temporarily suspend the WORKS or any part thereof for
such written order, proceed with the WORK therein
ordered to be suspended until, he shall have received a
written order to proceed therewith. The
CONTRACTOR shall not be entitled to claim
compensation for any loss or damage sustained by him
by reason of temporary suspension of the WORKS
aforesaid. An extension of time for completion,
corresponding with the delay caused by any such
suspension of the WORKS as aforesaid will be granted
to the ONTRACTOR should he apply for the same
provided that the suspension was not consequent to
any default or failure on the part of the CONTRACTOR.
44
General Conditions of Contract
78 Employer may do part of 78.1 Upon failure of the CONTRACTOR to comply with any
work: instructions given in accordance with the provisions of this
CONTRACT the EMPLOYER has the alternative right,
instead of assuming charge of entire WORK, to place
additional labour force, tools, equipments and materials on
such parts of the WORK, as the EMPLOYER may
designate or also engage another CONTRACTOR to carry
out the WORK. In such cases, the EMPLOYER shall
deduct from the amount which otherwise might become
due to the CONTRACTOR, the cost of such work and
material with ten percent (10%) added to cover all
departmental charges and should the total amount thereof
exceed the amount due to the CONTRACTOR, the
CONTRACTOR shall pay the difference to the
EMPLOYER.
79 Possession prior to 79.1 The ENGINEER-IN-CHARGE shall have the right to take
completion: possession of or use any completed or partially completed
WORK or part of the WORK. Such possession or use shall
not be deemed to be an acceptance of any work completed
in accordance with the CONTRACT agreement. If such
prior possession or use by the ENGINEER-IN- CHARGE
delays the progress of WORK, equitable adjustment in the
time of completion will be made and the CONTRACT
agreement shall be deemed to be modified accordingly.
80 Defects Liability Period 80.1 The CONTRACTOR shall guarantee the installation/WORK
(Twelve months period of for a period of 12 months from the date of completion of
liability from the date of issue WORK as certified by the ENGINEER-IN-CHARGE which
of completion certificate): is indicated in the Completion Certificate. 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 him or in the
workmanship, shall be rectified or replaced by the
CONTRACTOR at his own expense as deemed necessary
by the ENGINEER-IN-CHARGE or in default, the
ENGINEER- IN-CHARGE may carry out such works by
other work and deduct actual cost incurred towards labour,
supervision and materials consumables or otherwise plus
100% towards overheads (of which the certificate of
ENGINEER-IN-CHARGE shall be final) from any sums that
may then be or at any time thereafter, become due to the
CONTRACTOR or from his Contract Performance Security,
or the proceeds of sale thereof or a sufficient part on
thereof.
45
General Conditions of Contract
81 Care of works: 81.0 From the commencement to completion of the WORK, the
CONTRACTOR shall take full responsibility for the care for
all works including all temporary works and in case any
damages, loss or injury shall happen to the WORK or to
any part thereof or to any temporary works from any cause
whatsoever, shall at his own cost repair and make good the
same so that at completion the WORK shall be in good
order and in conformity in every respects with the
requirement of the CONTRACT and the
ENGINEER-IN- CHARGE's instructions.
46
General Conditions of Contract
82 Guarantee/transfer of 82.1 For works like water-proofing, acid and alkali resisting
guarantee: materials, pre-construction soil treatment against termite or
any other specialized works etc. the CONTRACTOR shall
invariably engage SUB-CONTRACTORS who are
specialists in the field and firms of repute and such a
SUB-CONTRACTOR shall furnish guarantees for their
workmanship to the EMPLOYER, through the
CONTRACTOR. In case such a SUB-CONTRACTOR/
firm is not prepared to furnish a guarantee to the
EMPLOYER, the CONTRACTOR shall give that guarantee
to the EMPLOYER directly.
47
General Conditions of Contract
84 Replacement of defective 84.1 If during the progress of the WORK, EMPLOYER shall
parts and materials: decide and inform in writing to the CONTRACTOR, that the
CONTRACTOR has manufactured any plant or part of the
plant unsound or imperfect or has furnished plant inferior to
the quality specified, the CONTRACTOR on receiving
details of such defects or deficiencies shall at his own
expenses within 7 (seven) days of his receiving the notice,
or otherwise within such time as may be reasonably
necessary for making it good, proceed to alter, re-construct
or remove such work and furnish fresh equipments upto the
standards of the specifications. In case the
CONTRACTOR fails to do so, EMPLOYER may on giving
the CONTRACTOR 7 (seven) day's notice in writing of his
intentions to do so, proceed to remove the portion of the
WORK so complained of and at the cost of
CONTRACTOR's, perform all such works or furnish all
such equipments provided that nothing in the clause shall
be deemed to deprive the EMPLOYER of or affect any
rights under the CONTRACT, the EMPLOYER may
otherwise have in respect of such defects and deficiencies.
48
General Conditions of Contract
49
General Conditions of Contract
50
General Conditions of Contract
51
General Conditions of Contract
88.1.6 While preparing the final bills overall measurements will not be
taken again. Only volume of work executed since the last
measured bill alongwith summary of final measurements will
be considered for the final bill. However, a detailed check
shall be made as to missing measurements and in case there
are any missing items or measurements the same shall be
recorded.
52
General Conditions of Contract
89 Lumpsum in tender: 89.1 The payment against any Lumpsum item shall be made only
on completion of that item as per the provision of the
CONTRACT after certification by ENGINEER-IN-CHARGE.
90 Running account payments 90.1 All running account payments shall be regarded as payment
to be regarded as advance: by way of advance against the final payment only and not as
payments for WORK actually done and completed and shall
not preclude the requiring of bad, unsound and imperfect or
unskilled work to be removed and taken away and
reconstructed or re-erected or be considered as an admission
of the due performance of the CONTRACT, or any part
thereof, in this respect, or of the accurring of any claim by the
CONTRACTOR, nor shall it conclude, determine or affect in
any way the powers of the EMPLOYER under these
conditions or any of them as to the final settlement and
adjustment of the accounts or otherwise, or in any other way
vary or affect the CONTRACT. The final bill shall be submitted
by the CONTRACTOR within one month of the date of
physical completion of the WORK, otherwise, the
ENGINEER-IN-CHARGE's certificate of the measurement and
of total amount payable for the WORK accordingly shall be
final and binding on all parties
91 Notice of claims for 91.1 Should the CONTRACTOR consider that he is entitled to any
additional payments: extra payment for any extra/additional WORKS or MATERIAL
change in original SPECIFICATIONS carried out by him in
respect of WORK he shall forthwith give notice in writing to the
ENGINEER-IN-CHARGE that he claims extra payment. Such
notice shall be given to the ENGINEER-IN-CHARGE upon
which CONTRACTOR bases such claims and such notice
shall contain full particulars of the nature of such claim with full
details of amount claimed. Irrespective of any provision in the
CONTRACT to the contrary, the CONTRACTOR must
intimate his intention to lodge claim on the EMPLOYER within
10 (ten) days of the commencement of happening of the event
and quantify the claim within 30 (thirty) days, failing which the
CONTRACTOR will lose his right to claim any
compensation/reimbursement/damages etc. or refer the
matter to arbitration. Failure on the part of CONTRACTOR to
put forward any claim without the necessary particulars as
above within the time above specified shall be an absolute
waiver thereof. No omission by EMPLOYER to reject any such
claim and no delay in dealing therewith shall be waiver by
EMPLOYER of any of this rights in respect thereof.
53
General Conditions of Contract
on with the WORK during the period in which his claims are
under consideration by the EMPLOYER, irrespective of the
outcome of such claims, where additional payments for
WORKS considered extra are justifiable in accordance with
the CONTRACT provisions, EMPLOYER shall arrange to
release the same in the same manner as for normal WORK
payments. Such of the extra works so admitted by
EMPLOYER shall be governed by all the terms, conditions,
stipulations and specifications as are applicable for the
CONTRACT. The rates for extra works shall generally be the
unit rates provided for in the CONTRACT. In the event unit
rates for extra works so executed are not available as per
CONTRACT, payments may either be released on day work
basis for which daily/hourly rates for workmen and hourly
rates for equipment rental shall apply, or on the unit rate for
WORK executed shall be derived by interpolation/
extrapolation of unit rates already existing in the CONTRACT.
In all the matters pertaining to applicability of rate and
admittance of otherwise of an extra work claim of
CONTRACTOR the decision of ENGINEER-IN-CHARGE
shall be final and binding.
92 Payment of contractor's bill: 92.1 No payment shall be made for works estimated to cost less
than Rs.10,000/- till the whole of the work shall have been
completed and a certificate of completion given. But in case of
works estimated to cost more than Rs.10,000/-, that
CONTRACTOR on submitting the bill thereof be entitled to
receive a monthly payment proportionate to the part thereof
approved and passed by the ENGINEER-IN-CHARGE, whose
certificate of such approval and passing of the sum so payable
shall be final and conclusive against the CONTRACTOR. This
payment will be made after making necessary
corrections/deductions as stipulated elsewhere in the
CONTRACT DOCUMENT for materials, Contract
Performance Security, taxes etc.
93 Receipt for payment: 93.1 Receipt for payment made on account of work when executed
by a firm, must be signed by a person holding due power of
attorney in this respect on behalf of the CONTRACTOR,
except when the CONTRACTOR's are described in their
tender as a limited company in which case the receipts must
be signed in the name of the company by one of its principal
officers or by some other person having authority to give
effectual receipt for the company.
54
General Conditions of Contract
55
General Conditions of Contract
95 Final decision and final 95.1 Upon expiry of the period of liability and subject to the
certificate: ENGINEER-IN-CHARGE being satisfied that the WORKS
have been duly maintained by the CONTRACTOR during
monsoon or such period as hereinbefore provided in Clause
80 & 81 and that the CONTRACTOR has in all respect duly
made-up any subsidence and performed all his obligations
under the CONTRACT, the ENGINEER-IN- CHARGE shall
(without prejudice to the rights of the EMPLOYER to retain the
provisions of relevant Clause hereof) otherwise give a
certificate herein referred to as the FINAL CERTIFICATE to
that effect and the CONTRACTOR shall not be considered to
have fulfilled the whole of his obligations under CONTRACT
until FINAL CERTIFICATE shall have been given by the
ENGINEER-IN- CHARGE notwithstanding any previous entry
upon the WORK and taking possession, working or using of
the same or any part thereof by the EMPLOYER.
96 Certificate and payments on 96.1 Except the FINAL CERTIFICATE, no other certificates or
evidence of completion: payments against a certificate or on general account shall be
taken to be an admission by the EMPLOYER of the due
performance of the CONTRACT or any part thereof or of
occupancy or validity of any claim by the CONTRACTOR.
97 Deductions from the contract 97.1 All costs, damages or expenses which EMPLOYER may have
price: paid or incurred, which under the provisions of the
CONTRACT, the CONTRACTOR is liable/will be liable, will be
claimed by the EMPLOYER. All such claims shall be billed by
the EMPLOYER to the CONTRACTOR regularly as and when
they fall due. Such claims shall be paid by the
CONTRACTOR within 15 (fifteen) days of the receipt of the
corresponding bills and if not paid by the CONTRACTOR
within the said period, the EMPLOYER may, then, deduct the
amount from any moneys due i.e., Contract Performance
Security or becoming due to the CONTRACTOR under the
CONTRACT or may be recovered by actions of law or
otherwise, if the CONTRACTOR fails to satisfy the
EMPLOYER of such claims.
98 Taxes, Duties, Octroi etc: 98.1 The CONTRACTOR agrees to and does hereby accept full
and exclusive liability for the payment of any and all Taxes,
Duties, including Excise duty, octroi etc. now or hereafter
imposed, increased, modified, all the sales taxes, duties,
octrois etc. now in force and hereafter increased, imposed or
modified, from time to time in respect of WORKS and
materials and all contributions and taxes for unemployment
compensation, insurance and old age pensions or annuities
56
General Conditions of Contract
99 Sales tax/Turnover tax: 99.1 Tenderer should quote all inclusive prices including the
liability of Sales Tax/Turnover Tax whether on the works
contract as a whole or in respect of bought out components
used by the CONTRACTOR in execution of the
CONTRACT. EMPLOYER shall not be responsible for any
such liability of the CONTRACTOR in respect of this
CONTRACT.
100 Statutory variations 100.1 Tenderer should quote prices inclusive of excise-duty and
sales tax applicable on finished product. Any statutory
variations in Excise Duty and sales tax on finished product
during the contractual completion period, shall be to the
Employer's account for which the Contractor will furnish
documentary evidence(s) in support of their claims to GAIL.
However, any increase in the rate of these taxes and
duties (E.D. and S.T.) beyond the contractual completion
period shall be to Contractor's account and any decrease
shall be passed on to GAIL.
57
General Conditions of Contract
58
General Conditions of Contract
59
General Conditions of Contract
60
General Conditions of Contract
102 Damage to Property or to 102.1 i) CONTRACTOR shall be responsible for making good to
any Person or any Third the satisfaction of the EMPLOYER any loss or any
Party damage to structures and properties belonging to the
EMPLOYER or being executed or procured or being
procured by the EMPLOYER or of other agencies within
in the premises of all the work of the EMPLOYER, 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.
61
General Conditions of Contract
103 Labour laws: 103.1 i) No labour below the age of 18 (eighteen) years shall be
employed on the WORK.
62
General Conditions of Contract
104 Implementation of 104.1 The CONTRACTOR shall comply with the provisions of the
Apprentices Act, 1961: 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 provisions, of the Act.
63
General Conditions of Contract
105 Contractor to indemnify the 105.1 i) The CONTRACTOR shall indemnify the EMPLOYER
Employer: and every member, office and employee of the
EMPLOYER, also the ENGINEER-IN-CHARGE and his
staff against all actions, proceedings, claims, demands,
costs and expenses whatsoever arising out of or in
connection with the matters referred to in Clause 102.0
and elsewhere and all actions, proceedings, claims,
demands, costs and expenses which may be made
against the EMPLOYER for or in respect of or arising
out of any failure by the CONTRACTOR in the
performance of his obligations under the CONTRACT
DOCUMENT. The EMPLOYER shall not be liable for
or in respect of or arising out of any failure by the
CONTRACTOR in the performance of his obligations
under the CONTRACT DOCUMENT. The EMPLOYER
shall not be liable for or in respect of any demand or
compensation payable by law in respect or in
consequence of any accident or injury to any workmen
or other person. In the employment of the
CONTRACTOR or his SUB-CONTRACTOR the
CONTRACTOR shall indemnify and keep indemnified
the EMPLOYER against all such damages and
compensations and against all claims, damages,
proceedings, costs, charges and expenses whatsoever
in respect thereof or in relation thereto.
64
General Conditions of Contract
106 Health and sanitary 106.1 In respect of all labour directly or indirectly employed in the
arrangements for workers: WORKS for the performance of the CONTRACTOR's part
of this agreement, the CONTRACTOR shall comply with or
cause to be complied with all the rules and regulations of
the local sanitary and other authorities or as framed by the
EMPLOYER from time to time for the protection of health
and sanitary arrangements for all workers.
107 Arbitration: 107.1 Unless otherwise specified, the matters where decision of
the Engineer-in-Charge is deemed to be final and binding
as provided in the Agreement and the issues/disputes
which cannot be mutually resolved within a reasonable
time, all disputes shall be referred to arbitration by Sole
Arbitrator.
65
General Conditions of Contract
110 Safety regulations: 110.1 i) In respect of all labour, directly employed in the
WORK for the performance of CONTRACTOR's part
66
General Conditions of Contract
111 First aid and industrial 111.1 i) CONTRACTOR shall maintain first aid facilities for its
injuries: employees and those of its SUB-CONTRACTOR.
112 General rules: 112.1 Smoking within the battery area, tank farm or dock limits is
strictly prohibited. Violators of the no smoking rules shall
be discharged immediately.
113 Contractor's barricades: 113.1 i) CONTRACTOR shall erect and maintain barricades
required in connection with his operation to guard or
protect:-
a) Excavations
b) Hoisting Areas.
c) Areas adjudged hazardous by CONTRACTOR's or
EMPLOYER's inspectors.
d) EMPLOYER's existing property subject to damage
by CONTRACTOR's Operations.
e) Rail Road unloading spots.
114 Scaffolding: 114.1 i) Suitable scaffolding should be provided for workmen for
all works that cannot safely be done from the ground or
from solid construction except such short period work
as can be done safely from ladders. When a ladder is
67
General Conditions of Contract
115 Excavation and trenching: 115.1 All trenches 1.2 metres or more in depth, shall at all times
be supplied with at least one ladder for each 50 metres
length or fraction thereof.
68
General Conditions of Contract
116 Demolition/general safety: 116.1 i) Before any demolition work is commenced and also
during the progress of the demolition work
69
General Conditions of Contract
iii) When the work is done near any place where there is
risk of drowning, all necessary safety equipment
should be provided and kept ready for use and all
necessary steps taken for prompt rescue of any
person in danger and adequate provision should be
made for prompt first aid treatment of all injuries likely
to be sustained during the course of the work.
70
General Conditions of Contract
71
General Conditions of Contract
117 Care in handling inflammable 117.1 The CONTRACTOR has to ensure all precautionary
gas: measures and exercise utmost care in handling the
inflammable gas cylinder/inflammable liquids/paints etc. as
required under the law and/or as advised by the fire
Authorities of the EMPLOYER.
118 Temporary combustible 118.1 Temporary combustible structures will not be built near or
structures: around work site.
119 Precautions against fire: 119.1 The CONTRACTOR will have to provide Fire
Extinguishers, Fire Buckets and drums at worksite as
recommended by ENGINEER-IN-CHARGE. They will have
to ensure all precautionary measures and exercise utmost
care in handling the inflammable gas cylinders/
inflammable liquid/ paints etc. as advised by
ENGINEER-IN-CHARGE. Temporary combustible
structures will not be built near or around the work-site.
120 Explosives: 120.1 Explosives shall not be stored or used on the WORK or on
the SITE by the CONTRACTOR without the permission of
the ENGINEER-IN-CHARGE in writing and then only in the
manner and to the extent to which such permission is
given. When explosives are required for the WORK they
will be stored in a special magazine to be provided at the
cost of the CONTRACTOR in accordance with the
Explosives Rules. The CONTRACTOR shall obtain the
necessary licence for the storage and the use of explosives
and all operations in which or for which explosives are
employed shall be at sole risk and responsibility of the
CONTRACTOR and the CONTRACTOR shall indemnify
the EMPLOYER against any loss or damage resulting
directly or indirectly therefrom.
121 Mines act: 121.1 SAFETY CODE: The CONTRACTOR shall at his own
expense arrange for the safety provisions as required by
the ENGINEER-IN-CHARGE in respect of all labour
directly employed for performance of the WORKS and
shall provide all facilities in connection therewith. In case
the CONTRACTOR fails to make arrangements and
provides necessary facilities as aforesaid, the
ENGINEER-IN- CHARGE shall be entitled to do so and
recover the costs thereof from the CONTRACTOR.
72
General Conditions of Contract
122 Preservation of place: 122.1 The CONTRACTOR shall take requisite precautions and
use his best endeavours to prevent any riotous or unlawful
behaviour by or amongst his worker and others employed
or the works and for the preservation of peace and
protection of the inhabitants and security of property in the
neighborhood of the WORK. In the event of the
EMPLOYER requiring the maintenance of a Special Police
Force at or in the vicinity of the site during the tenure of
works, the expenses thereof shall be borne by the
CONTRACTOR and if paid by the EMPLOYER shall be
recoverable from the CONTRACTOR.
123 Outbreak of infectious 123.1 The CONTRACTOR shall remove from his camp such
diseases: labour and their facilities who refuse protective inoculation
and vaccination when called upon to do so by the
ENGINEER-IN-CHARGE's representative. Should
Cholera, Plague or other infectious diseases break out the
CONTRACTOR shall burn the huts, beddings, clothes and
other belongings or used by the infected parties and
promptly erect new huts on healthy sites as required by the
ENGINEER-IN-CHARGE failing which within the time
specified in the Engineer's requisition, the work may be
done by the EMPLOYER and the cost thereof recovered
from the CONTRACTOR.
124 Use of intoxicants: 124.1 The unauthorised sale of spirits or other intoxicants,
beverages upon the work in any of the buildings,
encampments or tenements owned, occupied by or within
the control of the CONTRACTOR or any of his employee is
forbidden and the CONTRACTOR shall exercise his
influence and authority to the utmost extent to secure strict
compliance with this condition.
73
General Conditions of Contract
WHEREAS GAIL (INDIA) LTD. (hereinafter referred to as GAIL) which expression shall
unless repugnant to the context includes their legal representatives, successors and
assigns having their registered office at 16, Bhikaiji Cama Place; R.K.Puram New Delhi
has entered into a CONTRACT with ______________________ (hereinafter referred to
as the CONTRACTOR which expression shall unless repugnant to the context include
their legal representatives, successors and assigns) for ____________________on the
terms and conditions as set out, inter-alia, in the CONTRACT No.................
Dated............. and various documents forming part thereof hereinafter collectively
referred to as the "CONTRACT" which expression shall include all amendments,
modifications and/or variations thereto.
AND WHEREAS
74
General Conditions of Contract
iv) The amount stated in any notice of demand addressed by GAIL to the
CONTRACTOR as to the value of such said materials lost, damaged,
destroyed, misused or misappropriated, inclusive relative to the costs and
expenses incurred by GAIL in connection therewith shall be conclusive of
the value of such said materials and the said cost and expenses as also of
the amount liable to be paid to GAIL to produce any voucher, bill or other
documentation or evidence whatsoever in support thereof and such
amount shall be paid without any demur and on demand and no dispute
shall be raised concerning the same.
75
General Conditions of Contract
The undersigned has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR under the Power of Attorney dated______.
Place:
Dated:
76
General Conditions of Contract
Contract Agreement for the work of --------------- of GAIL (INDIA) Ltd. made on --------
between (Name and Address)------------- , hereinafter called the “CONTRACTOR”
(which term shall unless excluded by or repugnant to the subject or context include
its successors and permitted assignees) of the one part and GAIL (INDIA) LIMITED
hereinafter called the “EMPLOYER” (which term shall, unless excluded by or
repugnant to the subject or context include its successors and assignees) of the
other part.
WHEREAS
A. The EMPLOYER being desirous of having provided and executed certain work
mentioned, enumerated or referred to in the Tender Documents including Letter
Inviting Tender, General Tender Notice, General Conditions of Contract, Special
Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of
completion of jobs, Schedule of Rates, Agreed Variations, other documents has
called for Tender.
C. The Tender Documents including the Notice Letter Inviting Tender, General
Conditions of Contract, Special Conditions of Contract, Schedule of Rates,
General Obligations, SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule
for completion of Jobs, Letter of Acceptance of Tender and any statement of
agreed variations with its enclosures copies of which are hereto annexed form
part of this CONTRACT though separately set out herein and are included in
the expression “CONTRACT” wherever herein used.
77
General Conditions of Contract
AND WHEREAS
The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the
execution of the said WORK at the rates stated in the schedule of quantities of the work
and finally approved by EMPLOYER (hereinafter called the "Schedule of Rates") upon
the terms and subject to the conditions of CONTRACT.
78
General Conditions of Contract
The CONTRACTOR shall be allowed to enter upon the SITE for execution of
the WORK only as a licensee simpliciter and shall not have any claim, right,
title or interest in the SITE or the structures erected thereon and the
EMPLOYER shall be entitled to terminate such license at any time without
assigning any reason.
The materials including sand, gravel, stone, loose, earth, rock etc., dug up or
excavated from the said SITE shall, unless otherwise expressly agreed under this
CONTRACT, exclusively belong to the EMPLOYER and the CONTRACTOR shall
have no right to claim over the same and such excavation and materials should be
disposed off on account of the EMPLOYER according to the instruction in writing
issued from time to time by the ENGINEER-IN-CHARGE.
In Witness whereof the parties have executed these presents in the day and the year
first above written.
Signed and Delivered for and on Signed and Delivered for and
on behalf of EMPLOYER. on behalf of the CONTRACTORs.
1.___________________________ 1. ________________________
___________________________ ________________________
___________________________ ________________________
2.___________________________ 2. ________________________
___________________________ ________________________
___________________________ ________________________
79
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 1 of 27
SPECIAL CONDITIONS
OF
CONTRACT
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 2 of 27
INDEX
1.0 GENERAL .................................................................................................................................. 4
2.0 SCOPE OF WORK .................................................................................................................... 5
3.0 SCOPE OF SUPPLY ................................................................................................................. 5
4.0 SUPPLY OF WATER , POWER & OTHER UTILITIES.............................................................. 5
5.0 TIME SCHEDULE ...................................................................................................................... 5
6.0 DRAWINGS AND DOCUMENTS............................................................................................... 5
7.0 COMPLIANCE WITH LAWS ...................................................................................................... 6
8.0 CONTRACT PERFORMANCE GUARANTEE ........................................................................... 6
9.0 TAXES, DUTIES AND LEVIES .................................................................................................. 7
10.0 SUBSEQUENT LEGISLATION .................................................................................................. 8
11.0 STATUTORY VARIATION IN TAXES & DUTIES ...................................................................... 8
12.0 INCOME TAX & CORPORATE TAX.......................................................................................... 8
13.0 FIRM PRICE............................................................................................................................... 9
14.0 WORKS CONTRACT ................................................................................................................. 9
15.0 PROVIDENT FUND ACT ........................................................................................................... 9
16.0 MOBILIZATION ADVANCE ....................................................................................................... 9
17.0 CHANGE ORDERS ................................................................................................................. 10
18.0 CONSTRUCTION EQUIPMENT AND SITE ORGANIZATION ................................................ 11
19.0 MECHANISED CONSTRUCTION ........................................................................................... 12
20.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION .............................................. 12
21.0 MEASUREMENT OF WORKS ................................................................................................. 13
22.0 TERMS OF PAYMENT ............................................................................................................ 13
23.0 STATUTORY APPROVALS ..................................................................................................... 13
24.0 TESTS AND INSPECTION ...................................................................................................... 13
25.0 INSPECTION OF SUPPLY ITEMS .......................................................................................... 14
26.0 FINAL INSPECTION ................................................................................................................ 14
27.0 COMPENSATION FOR EXTENDED STAY ............................................................................ 15
28.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM ......................................................... 15
29.0 TEMPORARY WORKS ............................................................................................................ 15
30.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE .................................. 15
31.0 QUALITY MANAGEMENT SYSTEM ....................................................................................... 16
32.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT ......................................... 16
33.0 SITE CLEANING ...................................................................................................................... 17
34.0 COMPLETION DOCUMENTS ................................................................................................. 17
35.0 COORDINATION WITH OTHER AGENCIES .......................................................................... 17
36.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s............................................................ 17
37.0 UNDERGROUND AND OVERHEAD STRUCTURES ............................................................. 17
38.0 TEST CERTIFICATES ............................................................................................................. 18
39.0 ROYALTY................................................................................................................................. 18
40.0 EXCAVATION BY BLASTING ................................................................................................. 18
41.0 SITE FACILITIES FOR WORKMEN ........................................................................................ 18
42.0 EXECUTION OF ELECTRICAL WORKS ................................................................................ 19
43.0 ARBITRATION ......................................................................................................................... 19
44.0 MAKE OF MATERIALS ............................................................................................................ 19
45.0 ADDITIONAL WORKS / EXTRA WORKS ............................................................................... 20
46.0 RESPONSIBILITY OF CONTRACTOR ................................................................................... 20
47.0 CHECKING OF LEVELS .......................................................................................................... 21
48.0 CLEARANCE OF SITE ON COMPLETION ............................................................................. 21
49.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS) .............................................................. 21
50.0 BANK GUARANTEE ................................................................................................................ 21
51.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT ............................................... 22
52.0 DISPUTE RESOLUTION ......................................................................................................... 22
53.0 SINGLE POINT RESPONSIBILITY ......................................................................................... 23
54.0 ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS.......... 23
55.0 SURPLUS MATERIALS ........................................................................................................... 26
56.0 LEADS...................................................................................................................................... 26
57.0 INTEGRITY PACT.................................................................................................................... 26
58.0 COORDINATION WITH PMC .................................................................................................. 26
59.0 INVOICE & PAYMENT: ............................................................................................................ 26
60.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS................................... 26
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 3 of 27
1.0 GENERAL
1.1 Special Conditions of Contract shall be read in Conjunction with the General
conditions of Contract, specification of work, Drawings and any other documents
forming part of this Contract wherever the context so requires.
1.2 Notwithstanding the sub-division of the documents into these separate sections and
volumes, every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Contract so far
as it may be practicable to do so.
1.3 Where any portion of the General Condition of Contract is repugnant to or at variance
with any provisions of the Special Conditions of Contract, unless a different intention
appears, the provisions of the special Conditions of Contract shall be deemed to
over-ride the provisions of the General Conditions of Contract and shall to the extent
of such repugnancy, or variations, prevail.
1.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain
work or provide certain facilities, it is understood that the Contractor shall do so at his
cost and the value of contract shall be deemed to have included cost of such
performance and provisions, so mentioned.
1.5 The materials, design, and workmanship shall satisfy the relevant Indian Standards,
the Job Specifications contained herein and Codes referred to. Where the job
specification stipulate requirements in addition to those contained in the standard
codes and specifications, these additional requirements shall also be satisfied.
1.6 In case of an irreconcilable conflict between Indian or other applicable standards,
General Conditions of Contract, Special Conditions of Contract, Specifications,
Drawings or Schedule of Rates, the following shall prevail to the extent of such
irreconcilable conflict in order of precedence :
i) Contract Agreement
ii) Detailed Letter of Acceptance along with Statement of Agreed Variations.
iii) Fax / Letter of Intent / Fax of Acceptance.
iv) Schedule of Rates as enclosures to Detailed Letter of Acceptance.
v) Job / Particular Specifications.
vi) Drawings
vii) Technical / Material Specifications.
viii) Special Conditions of Contract.
ix) Instruction to Bidders
x) General Conditions of Contract.
xi) Indian Standards
xii) Other applicable Standards
1.7 It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge
any irreconcilable conflict in the contract documents before starting the work (s) or
making the supply with reference which the conflict exists.
1.8 In the absence of any Specifications covering any material, design of work (s) the
same shall be performed / supplies / executed in accordance with Standard
Engineering Practice as per the instructions / directions of the Engineer-in-Charge,
which will be binding on the Contractor.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 5 of 27
by any Central or State Government authorities which are imposed with respect to or
covered by the wages, salaries, or other compensations paid to the persons
employed by the Contractor and the Contractor shall be responsible for the
compliance with all obligations and restrictions imposed by the Labour Law or any
other law affecting employer-employee relationship and the Contractor further
agrees to comply, and to secure the compliance of all sub-contractors with all
applicable Central, State, Municipal and local law and regulation, and requirement
of any central, State or Local Government agency or authority. Contractor further
agrees to defend, indemnify and hold Employer/Consultant 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 Subcontractor of such laws, regulations or
requirements and also from all claims, suits or proceedings that may be brought
against the Employer/Consultant arising under, growing out of, or by reason of the
work provided for by this Contract, by third parties, or by Central or State
Government authority or any administrative sub-division thereof.
9.4 Employer/Consultant shall make from Contractors bills such tax deductions as are
required as per rules and regulations in force from time to time.
9.5 If excise duty is applicable during site fabrication, the same must be assessed and
deemed to be included by the bidder in the quoted prices. The bidder in this regard
shall arrange all required formalities.
11.1.1 The statutory variation in service tax only within the contractual completion period
shall be to employer’s account against submission of the documentary evidence.
However, any increase in the rate of service tax beyond the contractual completion
period shall be to contractor’s account whereas any decrease in the rate of service tax
shall be passed on to the employer.
11.1.2 Regarding Service tax, contractor shall submit Cenvatable bills giving break- up of tax
amount, so that employer can avail the Cenvat benefit as per rule.
11.1.3 The base date for the purpose of applying statutory variation shall be the due date of
submission of last price bid.
80% of the contract value gets paid. Balance amount, if any, remaining recovered
shall be deducted in full from the pre-final bill.
17.7 Procedure
17.7.1 During execution of work if the Contractor observes that any new requirements which
is not specific or intended in the bidding document has been indicated by
Employer/Consultant, they shall discuss the matter with Employer/Consultant's
representatives.
17.7.2 In case such requirement arises from the side of the Contractor they would
also discuss the matter with Employer/Consultant's Representative.
17.7.3 In either of the two cases above, the representatives of both the parties shall discuss
the project requirement and mutually decide whether the project requirement
constitutes a change order.
17.7.4 If it is mutually agreed that the project requirement/Inquiry constitutes a "Change
Order" then a joint memorandum will be prepared to confirm a "Change Order"
and basic ideas of necessary agreed modifications.
17.7.5 Contractor will study the work required in accordance with the Joint memorandum
and assess subsequent schedule and cost effect if any.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 11 of 27
Engineer-in-Charge depending upon the site requirement & the exigencies of work so
as to complete all works within the contracted time schedule and without any
additional cost to Employer.
18.2.2 Qualification and experience of Key Supervisory Personnel to be deployed for this
work shall be as per Annexure-VIII to this SCC. Contractor shall submit bio-data of
Key Supervisory Personnel meeting the requirement of this Annexure will be reviewed
and approved by Engineer-in charge.
shall not be permissible. The contractor shall arrange the crane of suitable capacity
required for erection and include cost for same in respective items without any liability
on the part of Employer/Consultant.
20.6.2 Bidder shall submit the indicative erection scheme for compressor/equipment and
shall undertake the erection only after obtaining approval of erection scheme by
Engineer-in-charge.
20.6.3 Grouting of equipments, anchor bolts, pockets and under base plates shall be carried
out as per technical specifications.
24.4 The Contractor shall provide for purposes of inspection access ladders, lighting and
necessary instruments at his own cost.
24.5 Any work not conforming to execution drawings, specifications or codes shall be
rejected forthwith and the Contractor shall carryout the rectifications at his own cost.
24.6 All results of inspection and tests will be recorded in the inspection reports, proforma
of which will be approved by the Engineer-in-Charge. These reports shall form part of
the completion documents.
24.7 For materials supplied by Employer, Contractor shall carryout the tests, if required by
the Engineer-in- Charge, and the Employer shall reimburse the cost of such tests at
actual to the Contractor on production of documentary evidence.
24.8 Statutory fees paid to IBR authorities and for repeat tests and inspection due to
failures, repairs etc. such reasons attributable to the Contractor shall be borne by the
Contractor.
24.9 Inspection and acceptance of work shall not relieve the Contractor from any of his
responsibilities under this Contract.
defects noticed in the work attributable to Contractor, the Contractor at his own cost
shall attend these, as and when the Employer/Consultant brings them to his notice.
The Employer/Consultant shall have the right to have these defects rectified at the risk
and cost of the contractor if he fails to attend to these defects immediately
30.1.1 For all Equipment pedestals, pipe racks, other foundation and R.C.C. Structures, work
done upto 300 mm level above finished grade level will be taken as work in
foundations and work above this level will be treated as work in superstructures and
payments would be made accordingly.
30.1.2 For Buildings only, all works upto level corresponding to finished floor level shall be
treated as `Work in foundation' and all works above the finished floor level shall be
treated as "Work in superstructure".
30.1.3 Irrespective of what has been stated above, all pavements, R.C.C. Retaining wall, all
pipe sleepers and any similar item would be taken as work done in foundations
irrespective of locations, nomenclature and levels given anywhere.
30.1.4 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads, Cable
trenches, or such similar item would be taken as work in foundation.
existing pipelines and utilities are already indicated on alignment sheets. Over and
above contractor may encounter other structure/pipelines/ OFC etc. which may not be
appearing on alignment sheet, the contractor is required to collect such information on
his own before commencing the work. The Contractor shall execute the work in such a
manner that the said structures, utilities, pipelines etc. are not disturbed or damaged,
and shall indemnify and keep indemnified the Employer/Consultant from and against
any destruction thereof or damages thereto.
39.0 ROYALTY
39.1 Contractor's quoted rate should include the royalty on different applicable items as per
the prevailing Government rates. In case, Employer is able to obtain the exemption of
Royalty from the State Government, the contractor shall pass on the same to
Employer for all the items involving Royalty. Any increase in prevailing rate of Royalty
shall be borne by the Contractor at no extra cost to the Employer. The contractor
should indicate the rate of Royalty considered in their offer.
43.0 ARBITRATION
43.1 Clause No.107.0 of GCC pertaining to Arbitration shall be replaced by the following:-
43.1.1 All disputes, controversies, or claims between the parties (except in matters where the
decision of the Engineer-in-Charge is deemed to be final and binding) which cannot
be mutually resolved within a reasonable time shall be referred to Arbitration by sole
arbitrator.
43.1.2 The Employer/Consultant shall suggest a panel of three independent and
distinguished persons to the other party (Bidder/Contractor/ Supplier/Buyer as the
case may be) to select any one among them to act as the sole Arbitrator.
43.1.3 In the event of failure of the other party to select the sole Arbitrator within 30 days
from the receipt of the communication suggesting the panel of arbitrators, the right of
selection of sole Arbitrator by the other party shall stand forfeited and the
Employer/Consultant shall have discretion to proceed with the appointment of the sole
Arbitrator. The decision of the Employer/Consultant on the appointment of Sole
Arbitrator shall be final and bidding on the parties.
43.1.4 The award of the Sole Arbitrator shall be final and binding on the parties and unless
directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings
shall be shared equally by the Parties. The arbitration proceeding shall be in English
language and the venue shall be at New Delhi, India.
43.1.5 Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996
and the rules framed there under shall be applicable.
43.1.6 All matters relating to this contract are subject to the exclusive jurisdiction of the
Courts situated in the State of Delhi (India).
43.1.7 Bidders/ Supplier/ Contractors may please note that the Arbitration & Conciliation Act,
1996 was enacted by the Indian Parliament and is based on United Nations
Commission on International Trade Law (UNCITRAL, model law), which were
prepared after extensive consultation with Arbitral Institutions and centres of
International Commercial Arbitration. The United Nations General Assembly vide
resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1976.
44.2.3 Cement
a) Associated Cement Companies Limited (ACC Cement)
b) Ultratech Cement ( L&T Cement I Aditya Birla Cement / Ultratech)
c) Gujarat Ambuja Cements Limited ( Gujarat Ambuja Cement)
d) Shree Cement Limited ( Shree Ultra Cement1 Bangur Cement)
e) Lafarge Cement lndia Limited (Lafarge Cement)
f) Cement Corporation of lndia Limited (CCI Cement)
g) Jaypee Cement Limited (Jaypee Cement)
h) JK Lakshmi Cement Limited (JK Lakshmi Cement)
i) Madras Cement Ltd (Ramco Group)
the Contractor. The Contractor shall acquaint himself with access availability, facilities
such as railway siding, local labour etc. to provide suitable allowances in his quotation.
The Contractor may have to build temporary access roads to aid his own work, which
shall also be taken care while quoting for the work.
46.5 The procurement and supply in sequence and at the appropriate time of all materials
and consumables shall be entirely the Contractor's responsibility and his rates for
execution of work will be inclusive of supply of all these items.
a. The CONTRACTOR must be registered with the concerned authorities under the
Building and Other Construction Workers’ (RE&CS) Act, 1996 or in case of non-
registration; the CONTRACTOR should obtain registration within one month of
the award of contract.
c. Cess as per the prevailing rate, shall be deducted at source from bills of the
CONTRACTOR by the engineer-in-Charge of the contract and remitted to the
“Secretary, Building and Other Construction Workers Welfare Board” of the
concerned State. The CONTRACTOR shall be responsible to submit final
assessment return of the cess amount to the assessing officer after adjusting the
cess deducted at source.
52.1 Dispute resolution and relevant clauses in General Conditions of Contract (GCC)
stand modified to the following extent:
52.1.1 GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with
supplementary to Part - III of the Indian Arbitration and Conciliation Act 1996 for
speedier, cost effective and amicable settlement of disputes through conciliation. A
copy of the said rules made available on GAIL's web site www.gailonline.com for
reference. Unless otherwise specified, the matters where decision of the Engineer-in-
Charge is deemed to be final and binding as provided in the Agreement and the
issues/disputes which cannot be mutually resolved within a reasonable time, all
disputes shall be settled in accordance with the Conciliation Rules 2010.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 23 of 27
52.1.3 In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other Party
(ies) in writing about such a dispute(s) / difference(s) / issue(s) between / amongst the
Parties and that such a Party wishes to refer the dispute(s)/difference(s)/issue(s) to
Conciliation. Such Invitation for Conciliation shall contain sufficient information as to
the dispute(s)/difference(s)/issue(s) to enable the other Party (ies) to be fully informed
as to the nature of the dispute(s)/difference(s)/issue(s), the amount of monetary claim,
if any, and apparent cause(s) of action.
52.1.4 Conciliation proceedings commence when the other Party(ies) accept(s) the invitation
to conciliate and confirmed in writing. If the other Party (ies) reject(s) the invitation,
there will be no conciliation proceedings.
52.1.5 If the Party initiating conciliation does not receive a reply within thirty days from the
date on which he/she sends the invitation, or within such other period of time as
specified in the invitation, he/she may elect to treat this as a rejection of the invitation
to conciliate. If he/she so elects, he/she shall inform the other Party(ies) accordingly.
52.1.6 Where Invitation for Conciliation has been furnished, the Parties shall attempt to settle
such dispute(s) amicably under Part-III of the Indian Arbitration and Conciliation Act,
1996 and GAIL (India) Limited Conciliation Rules, 2010. It would be only after
exhausting the option of Conciliation as an Alternate Dispute Resolution Mechanism
that the Parties hereto shall go for Arbitration. For the purpose of this clause, the
option of 'Conciliation' shall be deemed to have been exhausted, even in case of
rejection of 'Conciliation' by any of the Parties.
52.1.7 The cost of Conciliation proceedings including but not limited to fees for Conciliator(s),
Airfare, Local Transport, Accommodation, cost towards conference facility etc. shall
be borne by the Parties equally.
52.1.8 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same during
the pendency of Conciliation proceedings. The Settlement Agreement, as and when
reached/agreed upon, shall be signed between the Parties and Conciliation
proceedings shall stand terminated on the date of the Settlement Agreement.
53.1 The entire work as per Scope of Work covered under this contract shall be awarded
on single point responsibility basis.
54.0 ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS
54.1 The works under this contract are to be carried out in areas within the near vicinity of
operating plant. As such, CONTRACTOR is required to abide by safety and security
regulations of OWNER/ EIL enforced from time to time.
54.2.1 The CONTRACTOR has to apply for photo entry passes for his workers & staff in a
prescribed proforma available with OWNER/EIL. The photo entry passes shall be
issued by OWNER/EIL for a maximum period of 3 months and if extension is required
by the CONTRACTOR, he has to apply separately for extension. As a special case
temporary passes for a maximum period of 7 days may be issued.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 24 of 27
54.2.3 In case of loss of any entry pass, the CONTRACTOR has to lodge FIR with local
police station and inform the Engineer-in-charge and shall have to pay Rs. 150/-
against each entry pass. The CONTRACTOR is required to keep track of all entry
passes issued and returned.
54.2.4 Identity card issued by the Security Section should always be carried/ displayed by the
CONTRACTOR's employee or person while working inside the Plant.
54.3.1 To bring materials/ equipments/ tools/ tackles etc. inside the plant for construction work,
the CONTRACTOR has to produce challans/ proper documents to OWNER’s/ EIL's
personnel at gate. The materials shall be checked thoroughly by OWNER’s/ EIL's
personnel at Gate and recorded in their register before allowing any material to bring
inside the plant by CONTRACTOR. It is CONTRACTOR's responsibility to see that the
recorded entry no., date, signature of OWNER’s/ EIL's authorised representative with
stamp challans/ supporting documents signed by company's personnel at gate during
entry.
54.4.1 When the work is to be carried out in hazardous areas, hot work permit are to be obtained
before start of work for all the jobs which are capable of generating flame, spark, heat etc.
namely, Gas cutting, grinding, welding, use of any electrical/ diesel/ petrol/ battery
operated prime mover/ machine/ tools/ equipment/ generator sets/ mixer machine/ drilling
machine/ pumps/crane, fork lifter/ hand truck/ trailor, chipping/ breaking of rocks/concrete,
hacksaw cutting and drilling, etc.
54.4.2 Cold work permits are to be obtained for the jobs which are not coming under the category
of hot work and where there is no risk of fire, viz, transportation/ backfilling of ordinary soil
in manual process, piling testing, hydro testing, shuttering, fixing of reinforcement, hand
mix concreting, plastering, brick work etc.
54.4.3 According to nature of work and use of various types of equipments & tools the
CONTRACTOR has to apply for cold/hot permits in a prescribed format at least 2 days
before the work is planned to start. No work permit shall be issued by OWNER/ EIL
unless proper arrangement is made by the CONTRACTOR to ensure safe performance of
work inside the plant. Job wise and area wise permits shall be issued to the
CONTRACTOR and against each permit at least one construction supervisor and one
safety supervisor of required level shall always be made available at site by the
CONTRACTOR. These safety permit shall be issued at one point contact by OWNER/
EIL.
54.5.1 Permits are to be obtained separately for entry/use of vehicles/ trailers etc. inside the
plant. The following requirements are to be met to obtain vehicle permit:
i. Vehicle/Equipment etc. should be brought to site in good conditions.
ii. Valid Road tax certificate, fitness certificate and insurance policy from competent
authority.
iii. Valid operating/ driving licence of driver/operator.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 25 of 27
59.2 Paying authority shall be HOD (Finance) or his Representative , GAIL ( India Limited,
Vijaipur
60.1 Free Issue Materials (FIM) if any shall be issued as per terms and conditions set forth
in the General Conditions of Contract (GCC) and enclosed as Annexure-XI to SCC
from Owner's stores or other issue points of Owner.
60.2 Every month, Contractor shall submit an account for all materials issued by Owner in
the proforma prescribed by the Engineer-in-Charge. On completion of work the
Contractor shall submit “Material Appropriation Statement” for all materials issued by
the Owner.
60.3 Wherever materials are under Contractor’s scope of supply whether part or in full for
any item of work covered under SOR, no allowances towards wastage/scrap etc. shall
be accounted for.
GAIL (India) Limited Special Conditions of Contract
Job No. A095 Page 27 of 27
60.4 The conditions for issue of materials by OWNER and reconciliation of such materials
shall be as per specification No. 7-82-0001 Rev. 0 attached herewith as Annexure-XI
to these Special Conditions of Contract. This shall not be applicable for the materials
supplied by CONTRACTOR.
61.1 Contractor shall provide all weather fabrication sheds at site for all pre-fabrication of
piping works and fabrication of structural steel work to the satisfaction of Engineer-in-
charge. The requirement of fabrication sheds shall be firmed up in consultation with
Engineer-In-Charge for numbers/ size of fabrication shed.
61.2 In case the Contractor fails to establish the fabrication sheds to the satisfaction of
Engineer-in-charge, 10% (Ten Percent) payment towards pre-fabrication of piping
works and fabrication of structural steel works shall be deducted from RA Bills.
61.3 However, this 10%(Ten Percent) payment shall be released to the CONTRACTOR
upon establishing the fabrication sheds to the satisfaction of Engineer-in-Charge.
62.0 WAREHOUSING
62.1 In line with requirements specified in GCC and specifications, material shall be
properly stored by Contractor in his warehouse to enable easy traceability, handling
and preservation with all material having proper identification marks, colour coding
etc. In case Contractor fails to follow the specified requirements, next payment due to
the Contractor shall not be released till he complies with all the requirements
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 1 of 3
ANNEXURES TO
SPECIAL CONDITIONS
OF CONTRACT
SCOPE OF WORK
[ANNEXURE - I TO SPECIAL CONDITIONS OF ONTRACT]
SCOPE OF WORK
1.0 The scope of work in general includes scope of work specified in Technical
Documents enclosed and Schedule of Rates enclosed in Commercial
Section of the Bidding Document. Further, it includes any other work not
specifically mentioned but required to complete the work as per
specifications, drawings and instructions of Engineer-in-Charge.
2.0 Scope of work shall be read in conjunction with item description of
Schedule of Rates and Contractor's scope shall include all activities of work
specified in the item description of Schedule of Rates.
Rates shall include all cost for the performance of the item considering all
parts of the Bidding Document. In case any activity though specifically not
covered in description of item under `Schedule of Rates' but is required to
complete the work which could be reasonably implied/ informed from the
content of Bidding Document, the cost for carrying out such activity of work
shall be deemed to be included in the item rate.
SCOPE OF SUPPLY
[ANNEXURE-II TO SPECIAL CONDITIONS OF
CONTRACT]
SCOPE OF SUPPLY
1.0 Owner’s Scope of Supply: As mentioned in the Technical volume of the bidding
document.
2.0 Contractor’s Scope of Supply: The Contractor shall supply all the materials,
equipments, tools and tackles required for the completion of work in all respect
within their quoted rates.
TIME SCHEDULE
[ANNEXURE - III TO SPECIAL CONDITIONS OF CONTRACT]
TIME SCHEDULE
Note:
1. The Time of completion shall be reckoned from date of award of contract, which
shall be the date of issue of Fax of Acceptance.
2. The Time indicated is for completing all the works in all respects as per
specifications, codes, drawings and instructions of Engineer-in-Charge.
(SIGNATURE OF BIDDER)
MEASUREMENT OF WORK
[ANNEXURE-IV TO SPECIAL CONDITIONS OF CONTRACT]
MEASUREMENT OF WORK
1.0 GENERAL
1.2 Payment will be made on the basis of joint measurements taken by Contractor
and certified by Engineer-in-Charge. Measurement shall be based on "Approved
for Construction" drawings, to the extent that the work conforms to the drawings
and details are adequate.
1.5 The weights mentioned in the drawing or shipping list shall be the basis for
payment. If mountings for panels etc. are packed separately, their erection
weights shall include all mountings.
1.6 No other payment either for temporary works connected with this Contract or for
any other item such as weld, shims, packing plates etc. shall be made. Such
items shall be deemed to have been included for in the rates quoted.
1.7 Measurements will be made for various items under schedule of rates on the
following basis as indicated in the unit column
i) Weights MT or Kg
ii) Length M (Metre)
iii) Number No.
iv) Volume Cu.M
v) Area Sq.M
1.8 Wherever the unit of items has been indicated as lumpsum, the payment shall be
made on lumpsum basis on completion & no mode of measurement shall be
applicable.
2.1 Piping
2.1.1 Payment will be made based on linear measurement as per execution drawings.
2.1.2 All lines shall be measured along the centre lines of pipes, curvilinear centre lines
of bends and elbows, centre line of flanges and all other fittings such as tees,
reducers, expansion joints etc. all in line instruments, line mounted fittings,
ejectors, eductors, mixers, sight glasses, trays, filters, desuperheaters etc. Length
of all types of valves shall be excluded in this measurement. However, no
separate payment for socket weld valves upto 1-1/2” size shall be made and the
quoted rates for piping shall be deemed to include the same.
2.1.3 The socket weld fittings shall be supplied to the contractor as per the
requirements of the drawings. All other hot/cold bends, reducers etc. for size 1-
1/2" and below shall be fabricated and erected as per requirements by the
contractor at no additional cost and his rates for piping of size 1-1/2" and below
shall be inclusive of this work.
2.1.4 The forged tees shall be supplied to the contractor as per the requirement of the
drawings. All other branch connections including reinforcement pads shall be
accomplished by pipe to pipe connections. The rates quoted for piping shall be
inclusive of making branch connections. The reinforcement pads shall be
measured separately.
2.1.5 Vents and drains shall be measured from O.D. of pipe lines and shall be paid for
at the corresponding unit rates for similar sizes of pipe. Other piping attachment
such as couplings, earthing lugs etc. shall be supplied & erected by the contractor
within his quoted rates for piping. However, vents and drains required temporarily
for flushing and testing shall be provided by the contractor at their cost.
2.1.6 Fabrication of spool pieces for temporary use to aid Contractor's work such as
fabrication, erection, flushing and testing of piping etc. shall be done by Contractor
at his cost as part of piping work and no separate payment shall be made for the
same.
2.1.7 In case of branch piping, the measurement shall be made from outer surface of
the main line except in case of equal size branches, in which case measurement
shall be made from centre line of the branching header.
2.1.8 As regards safety valves, size of valves will be identified by inlet pipe size.
2.1.9 Reducers will be paid alongwith piping of larger dia- meter except in the case of
funnels where they are welded only to the smaller diameter pipe, for which
payment will be made alongwith piping of such smaller dia.
2.1.10 All piping attachments such as couplings, orifice plates, steam traps, strainers,
earthing lugs etc. shall be provided by the Contractor as part of piping erection
work and no separate payment will be made for the same.
2.2.1 For fabrication of mitre bends and reducers (concentric & eccentric) from the
pipes/ Steel plates/ fabricated pipes to be supplied by Owner free of cost,
payment will be made on numbers of such specials at the rates given separately
in Schedule of Rates. The unit rate shall be inclusive of tests such as DP/ MP as
mentioned in item description of an item. However, the erection of mitre bends
and reducers shall be part of piping erection work and the rates for piping will be
inclusive of this work.
2.3 Valves
2.3.1 All types of valves such as gate/ globe / check / plug / needle/ ball/ control/ safety
valves/ Gate Valves/ Butterfly valves etc. will be measured and paid on number
basis at the rates given in the Schedule of Rates. Dismantling and re-erection of
the valves required for the purpose of testing, calibration etc. shall not be
considered for measurement as same are to be carried out by the contractor
within his quoted rates. The length of such valves along with companion flanges
shall be excluded from piping length.
2.4.2 Bolts, nuts and washers including U-bolt will be supplied by contractor. Weight of
bolts, nuts and clamps etc. shall not be added to the weight of pipe support for
payment purpose. Spring supports, if any, shall be supplied by Owner as Free
Issue.
2.4.3 Erection of all types of supports, spring supports and turn buckles, including
grouting of supports, if required, shall be carried out by the Contractor as part of
piping work and no separate measurement & payment will be made for it.
2.5.1 Measurement and payment for post weld heat treatment shall be on the basis of per
circumferential joint for different diameters of pipes as per the rates quoted.
Repeat post weld heat treatment for repaired joints or otherwise due to
Contractor's fault will be carried out at Contractor's cost.
2.6.1 Measurement and payment for radiography shall be made on the basis of
circumferential joints for different pipe diameter. Repeat radiography due to
defective films or on repaired joint due to Contractor's fault or for additional
radiography necessitated due to poor performance of Contractor's welder will be
done at Contractor's cost.
2.6.2 Measurement and payment for magnetic particle and dye penetrate test will be on
the basis of weld length tested/ circumferential weld joints as mentioned in
schedule of rates.
2.6.3 The cost of DP/MP test included in item description of piping items such as
Fabrication of Specials, Reinforcement Pads etc. shall be included in the quoted
unit rate and no additional payment for such DP/MP test for such items shall be
made. Payment for DP/MP test shall be made only for such items where DP/MP
test is not included in item description.
2.7 The cost for performing Positive Materials Identification (PMI) using alloy analysers
including hiring of such equipment and mobilisation of the same to site shall be
included in the unit rate for all such items of piping where PMI is specified in the
item description.
3.1.1 For columns, vessels, reactors, Exchangers, furnaces, ejectors etc., measurement
shall be on square meter basis taken over the painted surface.
3.1.2 For equipment numbering, name, lettering and stencilling (only for Pressure
Vessels) separate payment for letter shall be made as per the rates mentioned in
Schedule of Rates.
3.1.3 For pumps, motors and compressors measurement shall be made on number
basis.
3.2.1 Payment will be made on linear measurement in 'Metres' corrected to the nearest
centimetre.
3.2.2 Piping shall be measured along the centre line through all types of fittings and
flanges.
3.2.3 Rates for painting of pipes shall be inclusive of painting of all types of pipe
supports, flanges, guides, shoes, saddles, clamps, etc. and also all types of fittings
except valves which shall be paid separately on number basis.
3.2.4 There will be no separate measurements of the colour bands/ identification signs
(line numbering), flow direction etc. on uninsulated and insulated piping, the rates
of painting of linear length of piping shall be inclusive of cost of such works.
3.3.1 Payment for steel structures shall be made on the basis of admissible weight of
structure painted.
3.3.2 Welds, bolts, nuts, washers etc. shall not be measured and paid as rates for
painting of structure are inclusive of painting of such items.
4.1 The measurement for cable laying shall be made on the basis of length
actually laid from lug to lug including length of loops provided.
4.2 The weights mentioned in drawing or shipping list shall be the basis of
payment. If mountings for panels etc. are packed separately, their erection
weights shall include all mountings.
5.1 The rate for fabrication and erection of steel structure/ plates shall include cost of
all handling and transport, trimming, straightening, edge preparation, preparation
and getting approval of fabrication drawings, providing one coat of red oxide zinc
chromate primer, providing and erecting all scaffoldings, temporary supports, tools
and tackles, touch-up of primer coat, grouting etc. Welds, bolts, nuts, washers etc.
shall not be measured. Rates for structural steel work shall deemed to include the
same.
5.2 The quantity for payment will be assessed from the approved fabrication drawings
and the respective bill of materials prepared by the Contractor and approved by
EIL. The weight of structural materials/plate shall be calculated on the basis of
relevant IS code and handbook. If sections are different from IS sections, then
manufacturer's handbook shall be adopted. No allowance in weights shall be
made for rolling tolerance.
NOTE:
All other mode of measurements not covered in above clauses shall be measured
in accordance with relevant BIS codes/ Schedule of Rates/ Specifications etc. and/
or as decided by Engineer-in-Charge. The above measurement of works shall not
be applicable for lumpsum items of SOR.
TERMS OF PAYMENT
[ANNEXURE-V TO SPECIAL CONDITIONS OF CONTRACT]
GAIL (India) Limited Special Conditions of Contract
New Delhi Raw Water Reservoir Works
Job Number: A095 Sheet 2 of 3
3. Electrical Works
b. 5% on installation.
b. 15% on testing.
4. PAINTING
PAYMENT METHODOLOGY
a. GAIL has introduced the computerized Bill Watch system whereby the contractor will be
issued a receipt at the time of the submission of the bills. The contractor can see the
status of their bill on GAIL’s website.
b. Employer will release payment through e-payments only as detailed in the Bidding
Document.
c. Further break-up of Lumpsum Prices, if deemed necessary for any progressive
payment of individual item may be mutually arrived at between Engineer-in-Charge and
the Contractor.
OISD-GDN-192
6227-OISD-192
CONTENTS
1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2
4.1 General Duties Of Execution Agencies 2
4.2 General Duties Of Owners 3
5.0 Safety Practices At Work Places 3
5.1 General Provisions 3
5.2 Means Of Access And Egress 4
5.3 Housekeeping 4
5.4 Precautions Against The Fall Of Materials And Persons, 4
And Collapse Of Structures
5.5 Prevention Of Unauthorised Entry 4
5.6 Fire Prevention And Fire Fighting 4
5.7 Lighting 5
5.8 Plant, Machinery, Equipment and Hand Tools 5
6.0 Construction Activities 6
6.1 Excavation 6
6.2 Scaffolding, Platforms & Ladders 8
6.3 Structural Work, Laying Of Reinforcement & Concreting 10
6.4 Road Work 13
6.5 Cutting/Welding 13
6.6 Working In Confined Spaces 14
6.7 Proof/Pressure Testing 15
6.8 Working At Heights 16
6.9 Handling And Lifting Equipment 17
6.10 Vehicle Movement 21
6.11 Electrical 22
6.12 Offshore 24
6.13 Demolition 27
6.14 Radiography 28
6.15 Sand/Shot Blasting / Spray Painting 28
6.16 Work above Water 29
7.0 Additional Safety Precaution for Units with Hydrocarbons 29
8.0 First Aid 30
9.0 Documentation 31
10.0 Safety Awareness & Training 31
11.0 References 32
Annexure I 33
6227-OISD-192
SAFETY PRACTICES DURING CONSTRUCTION
6227-OISD-192
coordinating the activities of the construction work so that, there is
execution agency. no risk of accident or injury to health
of workers. In particular,
• Hazard: Danger or potential danger. construction work should be
planned, prepared and undertaken
• Guard-rail: An adequately secured rail so that:
erected along an exposed edge to
prevent persons from falling. (a) dangers, liable to arise at the
workplace, are prevented;
• Hoist: A machine, which lifts materials (b) excessively or unnecessarily
or persons by means of a platform, strenuous work positions and
which runs on guides. movements are avoided;
(c) organisation of work takes into
• Lifting gear: Any gear or tackle by account the safety and health of
means of which a load can be attached workers;
to a lifting appliance but which does not (d) materials and products used are
form an integral part of the appliance or suitable from a safety and health
load. point of view;
(e) working methods are adopted to
• Lifting appliance: Any stationary or safeguard workers against the
mobile appliance used for raising or harmful effects of chemical,
lowering persons or loads. physical and biological agents.
iii) establish committees with repre-
• Means of access or egress:
sentatives of workers and
Passageways, corridors, stairs, plat-
management or make other
forms, ladders and any other means for
arrangement for the participation of
entering or leaving the workplace or for
workers in ensuring safe working
escaping in case of danger.
conditions.
• Scaffold: Any fixed, suspended or iv) arrange for periodic safety inspec-
mobile temporary structure supporting tions by competent persons of all
workers and material or to gain access buildings, plant, equipment, tools,
to any such structure and which is not a machinery, workplaces and review
lifting appliance as defined above. of systems of work, regulations,
standards or codes of practice. The
• Toe-board: A barrier placed along the competent person should examine
edge of a scaffold platform, runway, and ascertain the safety of
etc., and secured there to guard against construction machinery and
the slipping of persons or the falling of equipment.
material.
v) provide such supervision to ensure
• Worker: Any person engaged in that workers perform their work with
construction activity. due regard to safety and health of
theirs as well as that of others.
• Workplace: All places where workers vi) Employ only those workers who are
need to be or to go by reason of their qualified, trained and suited by their
work. age, physique, state of health and
4.0 GENERAL DUTIES skill.
6227-OISD-192
ix) Organise for and remain always substances, running machines or
prepared to take immediate steps to vehicles and heavy equipment etc.
stop the operation and evacuate
xvii) Obtain the necessary
workers as appropriate, where there
clearance/permits as required and
is an imminent danger to the safety
specified by owner
of workers.
x) establish a checking system by xviii) As per the Govt. circular as
which it can be ascertained that all amended from time to time all
the members of a shift, including contractors who employ more than
operators of mobile equipment, have 50 workers or where the contract
returned to the camp or base at the value exceeds Rs. 50 crores, the
close of work on dispersed sites and following facilities are to be provided
where small groups of workers by contractor at site :
operate in isolation. • Arrangement for drinking water
xi) provide appropriate first aid, training • Toilet facilities
and welfare facilities to workers as
per various statutes like the • A creche where 10 or more women
Factories Act, 1948 etc. and, workers are having children below
whenever collective measures are the age of 6 years
not feasible or are insufficient, • Transport arrangement for attending
provide and maintain personal to emergencies
protective equipment and clothing in
line with the requirement as per xix) should deploy a safety officer at site
OISD-STD-155 (Vol. I& II) on 4.2 GENERAL DUTIES OF OWNERS
Personnel Protective Equipment.
They should also provide access to 4.2.1 Owners should:
workers to occupational health
services. i) co-ordinate or nominate a
competent person to co-ordinate all
xii) Educate workers about their right activities relating to safety and
and the duty at any workplace to health on their construction projects;
participate in ensuring safe working ii) inform all contractors on the project
conditions to the extent of their of special risks to health and safety;
control over the equipment and iii) Ensure that executing agency is
methods of work and to express aware of the owner's requirements
views on working procedures and the executing agency's
adopted as may affect safety and responsibilities with respect to
health. safetry practices before starting the
xiii) Ensure that except in an job.
emergency, workers, unless duly 5.0 SAFETY PRACTICES AT
authorised, should not interfere with, WORK PLACES
remove, alter or displace any safety
device or other appliance furnished 5.1. GENERAL PROVISIONS
for their protection or the protection
5.1.1 All openings and other areas likely to
of others, or interfere with any
pose danger to workers should be
method or process adopted with a
clearly indicated.
view to avoiding accidents and injury
to health. 5.1.2 Workers & Supervisors should use
the safety helmet and other requisite
xiv) Ensure that workers do not operate
Personal Protective Equipment
or interfere with plant and equipment
according to job & site requirement.
that they have not been duly
They should be trained to use
authorised to operate, maintain or
personal protective equipment.
use.
5.1.3 Never use solvents, alkalis and
xv) Ensure that workers do not sleep,
other oils to clean the skin.
rest or cook etc in dangerous places
such as scaffolds, railway tracks, 5.1.4 Lift the load with back straight and
garages, confined spaces or in the knees bent as far as possible. Seek
vicinity of fires, dangerous or toxic the help in case of heavy load.
6227-OISD-192
5.1.5 Ensure the usage of correct and effectively covered or fenced and
tested tools and tackles. Don't allow displayed prominently.
the make shift tools and tackles.
5.4.4 As far as practicable, guardrails and
5.1.6 No loose clothing should be allowed toe-boards should be provided to
while working near rotating protect workers from falling from
equipment or working at heights. elevated workplaces.
5.2 MEANS OF ACCESS AND 5.5 PREVENTION OF
EGRESS UNAUTHORISED ENTRY
Adequate and safe means of access 5.5.1 Construction sites located in built-up
(atleast two, differently located) to areas and alongside vehicular and
and egress from all workplaces pedestrian traffic routes should be
should be provided. Same should be fenced to prevent the entry of
displayed and maintained. unauthorised persons.
5.3 HOUSEKEEPING 5.5.2 Visitors should not be allowed
access to construction sites unless
5.3.1 Ensure: accompanied by or authorised by a
competent person and provided with
i) proper storage of materials and the appropriate protective
equipment;
equipment.
ii) removal of scrap, inflammable
material, waste and debris at 5.6 FIRE PREVENTION AND FIRE
appropriate intervals. FIGHTING
5.3.2 Removal of loose materials, which
5.6.1 All necessary measures should be
are not required for use, to be
taken by the executing agency and
ensured. Accumulation of these at
owner to:
the site can obstruct means of
access to and egress from i) avoid the risk of fire;
workplaces and passageways. ii) control quickly and efficiently
any outbreak of fire;
5.3.3 Workplaces and passageways, that
iii) bring out a quick and safe
are slippery owing to oil, grease or
evacuation of persons.
other causes, should be cleaned up
iv) Inform unit/fire station control
or strewn with sand, sawdust, ash
room, where construction work
etc.
is carried out within existing
5.4 PRECAUTIONS AGAINST THE operating area.
FALL OF MATERIALS &
5.6.2 Combustible materials such us
PERSONS AND COLLAPSE OF
packing materials, sawdust,
STRUCTURES
greasy/oily waste and scrap wood or
plastics should not be allowed to
5.4.1 Precautions should be taken such as accumulate in workplaces but
the provision of fencing, look-out
should be kept in closed metal
men or barriers to protect any containers in a safe place.
person against injury by the fall of
materials, or tools or equipment 5.6.3 Places where workers are employed
being raised or lowered. should, if necessary to prevent the
danger of fire, be provided with:
5.4.2 Where necessary to prevent danger,
guys, stays or supports should be i) suitable and sufficient fire-
used or other effective precautions extinguishing equipment, which
should be taken to prevent the should be easily visible and
collapse of structures or parts of accessible;
structures that are being erected, ii) an adequate water supply at
maintained, repaired, dismantled or sufficient pressure meeting the
demolished. requirements of various OISD
standards.
5.4.3 All openings through which workers
are liable to fall should be kept 5.6.4 To guard against danger at places
having combustible material,
6227-OISD-192
workers should be trained in the d) be operated only by workers who
action to be taken in the event of have been authorised and given
fire, including the use of means of appropriate training.
escape. e) be provided with protective
guards, shields or other devices
5.6.5 At sites having combustible
as required.
material, suitable visual signs
should be provided to indicate ii) Adequate instructions for safe use
clearly the direction of escape in should be provided.
case of fire.
iii) Safe operating procedures should
5.6.6 Means of escape should be kept be established and used for all
clear at all times. Escape routes plant, machinery and equipment.
should be frequently inspected
iv) Operators of plant, machinery and
particularly in high structures and
equipment should not be distracted
where access is restricted.
while work is in progress.
5.7 LIGHTING
v) Plant, machinery and equipment
should be switched off when not in
5.7.1 Where natural lighting is not
use and isolated before any
adequate, working light fittings or
adjustment, clearing or maintenance
portable hand-lamps should be
is done.
provided at workplace on the
construction site where a worker will vi) Where trailing cables or hose pipes
do a job. are used they should be kept as
short as practicable and not allowed
5.7.2 Emergency lighting should be to create a hazard.
provided for personnel safety during
vii) All moving parts of machinery and
night time to facilitate standby
equipment should be enclosed or
lighting source, if normal system
adequately guarded.
fails.
viii) Every power-driven machine and
5.7.2 Artificial lighting should not produce
equipment should be provided with
glare or disturbing shadows.
adequate means, immediately
5.7.3 Lamps should be protected by accessible and readily identifiable to
guards against accidental breakage. the operator, of stopping it quickly
and preventing it from being started
5.7.4 The cables of portable electrical again inadvertently.
lighting equipment should be of
adequate size & characteristics for ix) Operators of plant, machinery,
the power requirements and of equipment and tools should be
adequate mechanical strength to provided with PPEs, including where
withstand severe conditions in necessary, suitable ear protection.
construction operations.
5.8.2 Hand tools
5.8 PLANT, MACHINERY,
i) Hand tools should be repaired by
EQUIPMENT AND HAND TOOLS
competent persons.
5.8.1 General Provisions ii) Heads of hammers and other shock
tools should be dressed or ground to
i) Plant, machinery and equipment a suitable radius on the edge as
including hand tools, both manual soon as they begin to mushroom or
and power driven, should: crack.
a) be of proper design and iii) When not in use and while being
construction, taking into account carried or transported sharp tools
health, Safety and ergonomic should be kept in sheaths, shields,
principles. chests or other suitable containers.
b) be maintained in good working
order; iv) Only insulated or nonconducting
c) be used only for work for which they tools should be used on or near live
have been designed. electrical installations.
6227-OISD-192
v) Only non-sparking tools should be c) have devices to stop them from a
used near or in the presence of safe place in an emergency.
flammable or explosive dusts or
vapours. ii) IC engines should not be run in
confined spaces unless adequate
5.8.3 Pneumatic Tools exhaust ventilation is provided.
6227-OISD-192
work required should be decided its collapse and thereby endanger
considering the following: any person unless precautions such
as the provision of shoring or piling
i) the stability of the ground;
are taken to prevent the sides from
ii) the excavation will not affect
collapsing.
adjoining buildings, structures or
roadways; 6.1.8 Adequately anchored stop blocks
iii) to prevent hazard, the gas, water, and barriers should be provided to
electrical and other public utilities prevent vehicles being driven into
should be shut off or the excavation. Heavy vehicles
disconnected, if necessary; should not be allowed near the
iv) presence of underground pipes, excavation unless the support work
cable conductors, etc., has been specially designed to
v) the position of culvert/bridges, permit it.
temporary roads and spoil heaps
6.1.9 If an excavation is likely to affect the
should be determined;
security of a structure on which
6.1.2 Before digging begins on site, all persons are working, precautions
excavation work should be planned should be taken to protect the
and the method of excavation and structure from collapse.
the type of support work required
6.1.10 Barricade at 1m height (with red &
decided.
white band/self glowing caution
6.1.3 All excavation work should be board) should be provided for
supervised. excavations beyond 1.5m depth.
Provide two entries/exits for such
6.1.4 Sites of excavations should be
excavation.
thoroughly inspected:
6.1.11 Necessary precautions should be
i) daily, prior to each shift and after
taken for underground utility lines
interruption in work of more than
like cables, sewers etc. and
one day;
necessary approvals/clearances
ii) after every blasting operation;
from the concerned authorities shall
iii) after an unexpected fall of
be obtained before commencement
ground;
of the excavation job.
iv) after substantial damage to
supports; 6.1.12 Water shall be pumped/bailed out, if
v) after a heavy rain, frost or snow; any accumulates in the trench.
vi) when boulder formations are Necessary precautions should be
encountered. taken to prevent entry of surface
water in trenches.
6.1.5 Safe angle of repose while
excavating trenches exceeding 6.1.13 During rains, the soil becomes
1.5m depth upto 3.0m should be loose. Take additional precaution
maintained. Based on site against collapse of side wall.
conditions, provide proper slope,
6.1.14 In hazardous areas, air should be
usually 450,and suitable bench of
tested to ascertain its quality. No
0.5m width at every 1.5m depth of
one should be allowed entry till it is
excavation in all soils except hard
suitable for breathing.
rock or provide proper shoring and
strutting to prevent cave-in or slides. 6.1.15 In case of mechanised excavation,
precaution shall be taken to not to
6.1.6 As far as possible, excavated earth
allow anybody to come within one
should not be placed within one
meter of extreme reach of the
meter of the edge of the trench or
mechanical shovel. The mechanised
depth of trench whichever is greater.
excavator shall be operated by a
6.1.7 Don't allow vehicles to operate too well-trained experienced operator.
close to excavated area. Maintain When not in operation, the machine
atleast 2m distance from edge of shall be kept on firm leveled ground
excavation. No load, plant or with mechanical shovel resting on
equipment should be placed or ground. Wheel or belt shall be
moved near the edge of any suitably jammed to prevent any
excavation where it is likely to cause accidental movement of the
6227-OISD-192
machine. Suitable precautions as viii) Tubes should be free from cracks,
per manufacturer guidelines should splits and excessive corrosion and
be taken for dozers, graders and be straight to the eye, and tube ends
other heavy machines. cut cleanly square with the tube
axis.
6.1.16 In case of blasting, follow strictly
IS:4081-1986 & Indian Explosive ix) Scaffolds should be designed for
Act and rules for storage, handling their maximum load as per relevant
and carrying of explosive materials code.
and execution of blasting operation.
x) Scaffolds should be adequately
6.2 SCAFFOLDING, PLATFORMS & braced.
LADDERS
xi) Scaffolds which are not designed to
6.2.1 Metal as material of construction be independent should be rigidly
connected to the building at
i) A scaffold should be provided and designated vertical and horizontal
maintained or other equally safe and places.
suitable provision should be made
xii) A scaffold should never extend
where work cannot safely be done
above the highest anchorage to an
on or from the ground or from part of
extent which might endanger its
a building or other permanent
stability and strength.
structure.
xiii) Loose bricks, drainpipes, chimney-
ii) Scaffolds should be provided with
pots or other unsuitable material
safe means of access, such as
should not be used for the
stairs, ladders or ramps. Ladders
construction or support of any part
should be secured against
of a scaffold.
inadvertent movement.
xiv) Scaffolds should be inspected and
iii) Every scaffold should be
certified:
constructed, erected and maintained
so as to prevent collapse or (a) before being taken into use;
accidental displacement when in (b) at periodic intervals thereafter as
use. prescribed for different types of
scaffolds;
iv) Every scaffold and part thereof
(c) after any alteration, interruption in
should be constructed :
use, exposure to weather or
(a) in such a way so as not to cause seismic conditions or any other
hazards for workers during erec- occurrence likely to have affected
tion and dismantling; their strength or stability.
(b) in such a way so as guard rails
xv) Inspection should more particularly
and other protective devices,
ascertain that:
platforms, ladders, stairs or
ramps can be easily put together; (a) the scaffold is of suitable type
(c) with sound material and of and adequate for the job;
requisite size and strength for the (b) materials used in its construction
purpose for which it is to be used are sound and of sufficient
and maintained in a proper strength;
condition. (c) it is of sound construction and
stable;
v) Boards and planks used for scaf-
(d) that the required safeguards are
folds should be protected against
in position.
splitting.
xvi) A scaffold should not be erected,
vi) Materials used in the construction of
substantially altered or dismantled
scaffolds should be stored under
except by or under the supervision.
good conditions and apart from any
material unsuitable for scaffolds. xvii) Every scaffold should be maintained
in good and proper condition, and
vii) Couplers should not cause
every part should be kept fixed or
deformation in tubes. Couplers
secured so that no part can be
should be made of drop forged steel
or equivalent material.
6227-OISD-192
displaced in consequence of normal more than 100mm apart, to give
use. support to each plank.
xviii) If out-rigger scaffolding is to be x) Platform plank shall not project
used, it should be specifically beyond its end support to a distance
designed and inspected before exceeding 4 times the thickness of
putting in use. plank, unless it is effectively secured
to prevent tipping. Cantilever planks
6.2.2 Lifting appliances on scaffolds
should be avoided.
i) When a lifting appliance is to be xi) The platform edges shall be
used on a scaffold: provided with 150mm high toe board
to eliminate hazards of tools or other
(a) the parts of the scaffold should objects falling from platform.
be carefully inspected to
determine the additional xii) Erect ladders in the “four up-one out
strengthening and other safety position”
measures required;
xiii) Lash ladder securely with the
(b) any movement of the scaffold
structure.
members should be prevented;
(c) if practicable, the uprights should xiv) Using non-slip devices, such as,
be rigidly connected to a solid rubber shoes or pointed steel ferules
part of the building at the place at the ladder foot, rubber wheels at
where the lifting appliance is ladder top, fixing wooden battens,
erected. cleats etc.
6.2.3 Prefabricated scaffolds xv) When ladder is used for climbing
over a platform, the ladder must be
i) In the case of prefabricated scaffold of sufficient length, to extend at least
systems, the instructions provided one meter above the platform, when
by the manufacturers or suppliers erected against the platform in “four
should be strictly adhered to. up-one out position.”
Prefabricated scaffolds should have
xvi) Portable ladders shall be used for
adequate arrangements for fixing
heights not more than 4mt. Above
bracing.
4mt flights, fixed ladders shall be
ii) Frames of different types should not provided with at least 600 mm
be intermingled in a single scaffold. landings at every 6mt or less.
iii) Scaffolding shall be erected on firm xvii) The width of ladder shall not be less
and level ground. than 300mm and rungs shall be
spaced not more than 300mm.
iv) All members of metal scaffolding
shall be checked periodically to xviii) Every platform and means of access
screen out defective / rusted shall be kept free from obstruction.
members. All joints should be
xix) If grease, mud, gravel, mortar etc.,
properly lubricated for easy
fall on platform or scaffolds, these
tightening.
shall be removed immediately to
v) Entry to scaffolding should be avoid slippage.
restricted.
xx) Workers shall not be allowed to
vi) Erection, alteration and removal work on scaffolds during storms or
shall be done under supervision of high wind. After heavy rain or
experienced personnel. storms, scaffolds shall be inspected
before reuse.
vii) Use of barrels, boxes, loose bricks
etc., for supporting platform shall not xxi) Don't overload the scaffolding.
be permitted. Remove excess material and scrap
immediately.
viii) Each supporting member of platform
shall be securely fastened and xxii) Dismantling of scaffolds shall be
braced done in a pre-planned sequential
manner.
ix) Where planks are butt-joined, two
parallel putlogs shall be used, not
6227-OISD-192
6.2.4 Suspended scaffolds/boatwain's engineering works, formwork,
chair falsework and shoring should be
carried out by trained workers only
i) In addition to the requirements for under the supervision of a
scaffolds in general as regards competent person.
soundness, stability and protection
ii) Precautions should be taken to
against the risk of falls, suspended
guard against danger to workers
scaffolds should meet the following
arising from any temporary state of
specific requirements.
weakness or instability of a
(a) platforms should be designed structure.
and built with dimensions that are
iii) Formwork, falsework and shoring
compatible with the stability of
should be so designed, constructed
the structure as a whole,
and maintained that it will safely
especially the length;
support all loads that may be
(b) the number or anchorage should
imposed on it.
be compatible with the
dimensions of the platform; iv) Formwork should be so designed
(c) the safety of workers should be and erected that working platforms,
safeguarded by an extra rope means of access, bracing and
having a point of attachment means of handling and stabilising
independent of the anchorage are easily fixed to the formwork
arrangements of the scaffold; structure.
(d) the anchorage and other
6.3.2. Erection and dismantling of steel
elements of support of the
and prefabricated structures
scaffold should be designed and
built in such a way as to ensure
sufficient strength; i) The safety of workers employed on
(e) the ropes, winches, pulleys or the erection and dismantling of steel
and prefabricated structures should
pulley blocks should be
designed, assembled, used and be ensured by appropriate means,
maintained according to the such as provision and use of:
requirements established for (a) ladders, gangways or fixed
lifting gear adapted to the lifting platforms;
of persons according to national (b) platforms, buckets, boatswain's
laws and regulations; chairs or other appropriate
(f) Before use, the whole structure means suspended from lifting
should be checked by a appliances;
competent person. (c) safety harnesses and lifelines,
catch nets or catch platforms;
6.2.5 Bamboo Scaffolding
(d) Power-operated mobile working
platforms.
i) In general, it should be avoided as
far as possible. It should not be ii) Steel and prefabricated structures
used in the unit/off-site areas and should be so designed and made
where hot work is to be done. that they can be safely transported
and erected.
ii) For construction and maintenance of
residential and office buildings, iii) In addition to the need for the
situated outside explosive licensed stability of the part when erected,
area, bamboo scaffold, if used, the design should explicitly take
should conform to provisions given following into account:
in lS-3696 (Part 1)-1987.
(a) the conditions and methods of
6.3 STRUCTURAL WORK, LAYING attachment in the operations of
OF REINFORCEMENT & transport, storing and temporary
CONCRETING support during erection or
dismantling as applicable;
6.3.1 General provisions
(b) Methods for the provision of
safeguards such as railings and
i) The erection or dismantling of
working platforms, and, when
buildings, structures, civil
necessary, for mounting them
6227-OISD-192
easily on the structural steel or (a) be of such shape and dimensions
prefabricated parts. as to ensure a secure grip
without damaging the part;
iv) The hooks and other devices built in
(b) be marked with the maximum
or provided on the structural steel or
permissible load in the most
prefabricated parts that are required
unfavourable lifting conditions.
for lifting and transporting them
should be so shaped, dimensioned x) Structural steel or prefabricated
and positioned as: parts should be lifted by methods or
appliances that prevent them from
(a) to withstand with a sufficient
spinning accidentally.
margin the stresses to which they
are subjected; xi) When necessary to prevent danger,
(b) Not to set up stresses in the part before they are raised from the
that could cause failures, or ground, structural steel or
stresses in the structure itself not prefabricated parts should be
provided for in the plans, and be provided with safety devices such as
designed to permit easy release railings and working platforms to
from the lifting appliance. Lifting prevent falls of persons.
points for floor and staircase
xii) While structural steel or
units should be located (recessed
prefabricated parts are being
if necessary) so that they do not
erected, the workers should be
protrude above the surface;
provided with appliances for guiding
(c) To avoid imbalance or distortion
them as they are being lifted and set
of the lifted load.
down, so as to avoid crushing of
v) Storeplaces should be so hands and to facilitate the
constructed that: operations. Use of such appliances
should be ensured.
(a) there is no risk of structural steel
or prefabricated parts falling or xiii) A raised structural steel or
overturning; prefabricated part should be so
(b) storage conditions generally secured and wall units so propped
ensure stability and avoid that their stability cannot be
damage having regard to the imperiled, even by external agencies
method of storage and atmo- such as wind and passing loads
spheric conditions; before its release from the lifting
(c) racks are set on firm ground and appliance.
designed so that units cannot
xiv) At work places, instruction should be
move accidentally.
given to the workers on the
vi) While they are being stored, methods, arrangements and means
transported, raised or set down, required for the storage, transport,
structural steel or prefabricated lifting and erection of structural steel
parts should not be subjected to or prefabricated parts, and, before
stresses prejudicial to their stability. erection starts, a meeting of all
those responsible should be held to
vii) Every lifting appliance should:
discuss and confirm the
(a) be suitable for the operations and requirements for safe erection.
not be capable of accidental
xv) During transportation within the
disconnection;
construction area, attachments such
(b) be approved or tested as per
as slings and stirrups mounted on
statutory requirement.
structural steel or prefabricated
viii) Lifting hooks should be of the self- parts should be securely fastened to
closing type or of a safety type and the parts.
should have the maximum
xvi) Structural steel or prefabricated
permissible load marked on them.
parts should be so transported that
ix) Tongs, clamps and other appliances the conditions do not affect the
for lifting structural steel and stability of the parts or the means of
prefabricated parts should: transport result in jolting, vibration or
stresses due to blows, or loads of
material or persons.
6227-OISD-192
xvii) When the method of erection does placed in position and secured
not permit the provision of other against dislodgment.
means of protection against fall of
6.3.3 Reinforcement
persons, the workplaces should be
protected by guardrails, and if
appropriate by toe-boards. i) Ensure that workers use Personnel
Protective equipment like safety
xviii) When adverse weather conditions helmet, safety shoes, gloves etc.
such as snow, ice and wind or
reduced visibility entail risks of ii) Don't place the hand below the rods
accidents, the work should be for checking clear distance. Use
measuring devices.
carried on with particular care, or, if
necessary, interrupted. iii) Don't wear loose clothes while
xix) Structures should not be worked on checking the rods.
during violent storms or high winds, iv) Don't stand unnecessarily on
or when they are covered with ice or cantilever rods.
snow, or are slippery from other
causes. v) To carry out welding/cutting of rods,
safety procedures/precautions as
xx) If necessary, to prevent danger, mentioned in Item No. 6.5 to be
structural steel parts should be followed.
equipped with attachments for
suspended scaffolds, lifelines or vi) For supplying of rods at heights,
safety harnesses and other means proper staging and/or bundling to be
of protection. provided.
xxi) The risks of falling, to which workers vii) Ensure barricading and staging for
moving on high or sloping girders supplying and fixing of rods at
are exposed, should be limited by all height.
means of adequate collective viii) For short distance carrying of
protection or, where this is imposs- materials on shoulders, suitable
ible, by the use of a safety harness pads to be provided.
that is well secured to a strong
support. ix) While transporting material by
trucks/trailers, the rods shall not
xxii) Structural steel parts that are to be protrude in front of or by the sides of
erected at a great height should as driver's cabin. In case such
far as practicable be assembled on protrusion cannot be avoided behind
the ground. the deck, then it should not extend
xxiii) When structural steel or 1/3rd of deck length or 1.5M which
prefabricated parts are being ever is less and tied with red
erected, a sufficiently extended area flags/lights.
underneath the workplace should be 6.3.4 Concreting
barricaded or guarded
xxiv) Steel trusses that are being erected i) Ensure stability of shuttering work
should be adequately shored, before allowing concreting.
braced or guyed until they are ii) Barricade the concreting area while
permanently secured in position. pouring at height/depths.
xxv) Load-bearing structural member iii) Keep vibrator hoses, pumping
should not be dangerously concrete accessories in healthy
weakened by cutting, holing or other conditions and mechanically locked.
means.
iv) Pipelines in concrete pumping
xxvi) Structural members should not be system shall not be attached to
forced into place by the hoisting temporary structures such as
machine while any worker is in such scaffolds and formwork support as
a position that he could be injured the forces and movements may
by the operation. effect their integrity.
xxvii) Open-web steel joists that are
hoisted singly should be directly
6227-OISD-192
v) Check safety cages & guards with aggregate, shall be provided
around moving motors/parts etc. with PVC hand gloves and rubber
provided in concreting mixers. shoes with legging up to knee joints.
vi) Use Personal Protective Equipment 6.4.6 At the end of day's work, surplus hot
like gloves, safety shoes etc. while bitumen in tar boiler shall be
dealing with concrete and wear properly covered by a metal sheet,
respirators for dealing with cement. to prevent anything falling in it,
vii) Earthing of electrical mixers, 6.4.7 If bitumen accidentally falls on
vibrators, etc. should be done and ground, it shall be immediately
verified. covered by sprinkling sand, to
prevent anybody stepping on it.
viii) Cleaning of rotating drums of
Then it shall be removed with the
concrete mixers shall be done from
help of spade.
outside. Lockout devices shall be
provided where workers need to 6.4.8 For cement concrete roads, besides
enter. site barricading and installation of
warning signs for traffic diversion,
ix) Where concrete mixers are driven
safe practices mentioned in the
by internal combustion engine,
chapter on "Concreting", shall also
exhaust points shall be located
be applicable.
away from the worker's workstation
so as to eliminate their exposure to 6.5 CUTTING/WELDING
obnoxious fumes.
6.5.1 Common hazards involved in
x) Don't allow unauthorised person to
welding/cutting are sparks, molten
stand under the concreting area.
metal, flying particles, harmful light
xi) Ensure adequate lighting rays, electric shocks etc. Following
arrangements for carrying out precautions should be taken: -
concrete work during night.
i) A dry chemical type fire extinguisher
xii) Don't allow the same workers to shall be made available in the work
pour concrete round the clock. Insist area.
on shift pattern.
ii) Adequate ventilation shall be
xiii) During pouring, shuttering and its ensured by opening manholes and
supports should be continuously fixing a shield or forced circulation of
watched for defects. air etc, while doing a job in confined
space.
6.4 ROAD WORK
iii) Ensure that only approved and well-
6.4.1 Site shall be barricaded and maintained apparatus, such as
provided with warning signs, torches, manifolds, regulators or
including night warning lamps at pressure reducing valves, and
appropriate locations for traffic acetylene generators, be used.
diversion.
iv) All covers and panels shall be kept
6.4.2 Filled and empty bitumen drums in place, when operating an electric
shall be stacked separately at Arc welding machine.
designated places.
v) The work piece should be
6.4.3 Mixing aggregate with bitumen shall connected directly to Power supply,
preferably be done with the help of and not indirectly through
bitumen batch mixing plant, unless pipelines/structures/equipments etc.
operationally non-feasible.
vi) The welding receptacles shall be
6.4.4 Road rollers, Bitumen sprayers, rated for 63 A suitable for 415V, 3-
Pavement finishers shall be driven Phase system with a scraping earth.
by experienced drivers with valid Receptacles shall have necessary
driving license. mechanical interlocks and earthing
facilities.
6.4.5 Workers handling hot bitumen
sprayers or spreading bitumen vii) All cables, including welding and
aggregate mix or mixing bitumen ground cables, shall be checked for
6227-OISD-192
any worn out or cracked insulation xxiv) Do not use matches to light torches,
before starting the job. Ground cable use a friction lighter.
should be separate without any
xxv) Move out any leaking cylinder
loose joints.
immediately.
viii) Cable coiling shall be maintained at
xxvi) Use trolleys for oxygen & acetylene
minimum level, if not avoidable.
cylinder and chain them.
ix) An energised electrode shall not be
xxvii) Always use Red hose for acetylene
left unattended.
and other fuel gases and Black for
x) The power source shall be turned off oxygen, and ensure that both are in
at the end of job. equal length.
xi) All gas cylinders shall be properly xxviii) Ensure that hoses are free from
secured in upright position. burns, cuts and cracks and properly
clamped.
xii) Acetylene cylinder shall be turned
and kept in such a way that the xxix) Avoid dragging hoses over sharp
valve outlet points away from edges and objects
oxygen cylinder.
xxx) Do not wrap hoses around cylinders
xiii) Acetylene cylinder key for opening when in use or stored.
valve shall be kept on valve stem,
xxxi) Protect hoses from flying sparks, hot
while cylinder is in use, so that the
slag, and other hot objects.
acetylene cylinder could be quickly
turned off in case of emergency. xxxii) Lubricants shall not be used on Ox-
Use flash back arrestors to prevent fuel gas equipment.
back-fire in acetylene/oxygen
cylinder. xxxiii) During cutting/welding, use proper
type goggles/face shields.
xiv) When not in use, valves of all
cylinders shall be kept closed. 6.6 WORKING IN CONFINED SPACES
xv) All types of cylinders, whether full or 6.6.1 Following safety practices for
empty, shall be stored at cool, dry working in confined space like
place under shed. towers, columns, tanks and other
xvi) Forced opening of any cylinder vessels should be followed in
addition to the safety guidelines for
valve should not be attempted.
specific jobs like scaffolding,
xvii) Lighted gas torch shall never be left cutting/welding etc.
unattended.
xviii) Store acetylene and oxygen i) Shut down, isolate, depressurise
cylinders separately. and purge the vessel as per laid
down procedures.
xix) Store full and empty cylinders
separately. ii) Entry inside the vessel and to carry
out any job should be done after
xx) Avoid cylinders coming into contact issuance of valid permit only in line
with heat. with the requirement of OISD-STD-
105.
xxi) Cylinders that are heavy or difficult
to carry by hand may be rolled on iii) Ensure proper and accessible
their bottom edge but never means of exit before entry inside a
dragged. confined space.
xxii) If cylinders have to be moved, be iv) The number of persons allowed
sure that the cylinder valves are inside the vessel should be limited
shut off. to avoid overcrowding.
xxiii) Before changing torches, shut off v) When the work is going on in the
the gas at the pressure reducing confined space, there should always
regulators and not by crimping the be one man standby at the nearby
hose. manway.
6227-OISD-192
vi) Before entering inside the vessels xix) The gas cylinders used for
underground or located at lower cutting/welding shall be kept
elevation, probability of dense outside.
vapours accumulating nearby
xx) All cables, hoses, welding
should also be considered in
equipment etc., shall be removed
addition to inside the vessel.
from confined space at end of each
vii) Ensure requisite O2 level before work day, even if the work is to be
entry in the confined space and resumed in the same space the next
monitor level periodically or other day.
wise use respiratory devices.
xxi) To the extent possible sludge shall
viii) Check for no Hydrocarbon or toxic be cleared and removed from
substances before entry and monitor outside before entering.
level periodically or use requisite
xxii) No naked light or flame or hot work
Personal Protective Equipment.
such as welding, cutting and
ix) Ensure adequate ventilation or use soldering should be permitted inside
respiratory devices. a confined space or area unless it
has been made completely free of
x) Depending upon need, necessary
the flammable atmosphere, tested
respirator system, gas masks and
and found safe by a competent
suit shall be worn by everyone
person. Only non-sparking tools and
entering confined space. In case of
flameproof hand lamps protected
sewer, OWS or in the confined area
with guard and safety torches
where there is a possibility of toxic
should be used inside such confined
or inert gas, gas masks shall be
space or area for initial inspection,
used by everyone while entering.
cleaning or other work required to
xi) Barricade the confined spaces be done for making the area safe.
during hoisting, radiography,
xxiii) Communication should be always
blasting, pressure testing etc.
maintained between the worker and
xii) Use 24V flameproof lamp fittings the attendant.
only for illumination.
6.7 PROOF/PRESSURE TESTING
xiii) Use tools with air motors or electric
tools with maximum voltage of 24V. 6.7.1 Review test procedure before
allowing testing with water or air or
xiv) House keeping shall be well
any other fluid.
maintained.
6.7.2 Provide relief valves of adequate
xv) Safety helmet, safety shoes and
size while testing with air or other
safety belt shall be worn by
gases.
everyone entering the confined
space. 6.7.3 Ensure compliance of necessary
precautions, step wise loading,
xvi) Don't wear loose clothing while
tightening of fasteners, grouting etc.
working in a confined space.
before and during testing.
xvii) In case of the vessels which are
6.7.4 Inform all concerned in advance of
likely to contain pyropheric
the testing.
substances (like Iron Sulphide),
special care need to be taken before 6.7.5 Keep the vents open before opening
opening the vessel. Attempt should any valve for filling/draining of liquid
be made to remove the pyropheric used for hydrotesting. The
substances. Otherwise, these filling/draining should not exceed the
should be always kept wet by designed rate for pressure testing.
suitable means.
6.7.6 Provide separate gauges of suitable
xviii) The cutting torches should also be range for pressurising pump and the
kept outside the vessel immediately equipment to be tested.
after the cutting.
6.7.7 Provide gauges at designated
locations for monitoring of
pressures.
6227-OISD-192
6.7.8 Check the calibration of all ii) Roof work should only be
pressurising equipment and undertaken by workers who are
accessories and maintain records. physically and psychologically fit
and have the necessary knowledge
6.7.9 Take readings at pre-defined
and experience for such work.
intervals.
iii) Work on roofs shouldn't be carried
6.8 WORKING AT HEIGHTS
on in weather conditions that
6.8.1 General Provision threaten the safety of workers.
iv) Crawling boards, walkways and roof
i) While working at a height of more ladders should be securely fastened
than 3 meters, ISI approved safety
to a firm structure.
belt shall be used.
v) Roofing brackets should fit the slope
ii) While working at a height of more of the roof and be securely
than 3 meters, permit should be supported.
issued by competent person before
commencement of the job. vi) Where it is necessary for a person
to kneel or crouch near the edge of
iii) Worker should be well trained on the roof, necessary precautions
usage of safety belt including its should be taken.
proper usage at the time of
ascending/descending. vii) On a large roof where work have to
be carried out at or near the edge, a
iv) All tools should be carried in tool kits simple barrier consisting of crossed
to avoid their falling.
scaffold tubes supporting a tubing
v) If the job is on fragile/sloping roof, guardrail may be provided.
roof walk ladders shall be used. viii) All covers for openings in roofs
vi) Provide lifeline wherever required. should be of substantial construction
and be secured in position.
vii) Additional safety measures like
providing Fall Arrestor type Safety ix) Roofs with a pitch of more than 10
belt, safety net should be provided should be treated as sloping.
depending upon site conditions, job x) When work is being carried out on
requirements. sloping roofs, sufficient and suitable
viii) Keep working area neat and clean. crawling boards or roof ladders
Remove scrap material immediately. should be provided and firmly
secured in position.
ix) Don't throw or drop
material/equipment from height. xi) During extensive work on the roof,
strong barriers or guardrails and toe-
x) Avoid jumping from one member to boards should be provided to stop a
another. Use proper passageway. person from falling off the roof.
xi) Keep both hands free while xii) Where workers are required to work
climbing. Don't try to bypass the on or near roofs or other places
steps of the ladder. covered with fragile material,
xii) Try to maintain calm at height. Avoid through which they are liable to fall,
over exertion. they should be provided with
suitable roof ladders or crawling
xiii) Avoid movements on beam. boards strong enough and when
xiv) Elevated workplaces including roofs spanning across the supports for the
should be provided with safe means roof covering to support those
of access and egress such as stairs, workers.
ramps or ladders. xiii) A minimum of two boards should be
6.8.2 Roof Work provided so that it is not necessary
for a person to stand on a fragile
i) All roof-work operations should be roof to move a board or a ladder, or
pre-planned and properly for any other reason.
supervised.
6227-OISD-192
6.8.3 Work on tall chimneys c) haul heavy materials or
equipment up and down by hand
i) For the erection and repair of tall to or from the workplace on the
chimneys, scaffolding should be chimney;
provided. A safety net should be d) fasten pulleys or scaffolding to
maintained at a suitable distance reinforcing rings without first
below the scaffold. verifying their stability;
e) work alone;
ii) The scaffold floor should always be f) climb a chimney that is not
at least 65 cm below the top of the provided with securely anchored
chimney.
ladders or rungs;
iii) Under the working floor of the g) Work on chimneys in use unless
scaffolding the next lower floor the necessary precautions to
should be left in position as a catch avoid danger from smoke and
platform. gases have been taken.
iv) The distance between the inside x) Work on independent chimneys
edge of the scaffold and the wall of should not be carried on in high
the chimney should not exceed 20 winds, icy conditions, fog or during
cm at any point. electrical storms.
v) Catch platforms should be erected 6.9 HANDLING AND LIFTING
over: EQUIPMENT:
(a) the entrance to the chimney; 6.9.1 General Provisions
(b) Passageways and working
places where workers could be Following are the general guidelines
endangered by falling objects. to be followed with regard to all
types of handling and lifting
vi) For climbing tall chimneys, access equipment in addition to the
should be provided by: guidelines for specific type of
(a) stairs or ladders; equipments dealt later on.
(b) a column of iron rungs securely
embedded in the chimney wall; i) There should be a well-planned
(c) Other appropriate means. safety programme to ensure that all
the lifting appliances and lifting gear
vii) When workers use the outside rungs are selected, installed, examined,
to climb the chimney, a securely tested, maintained, operated and
fastened steel core rope looped at dismantled with a view to preventing
the free end and hanging down at the occurrence of any accident;
least 3 m should be provided at the
top to help the workers to climb on
ii) All lifting appliances shall be
to the chimney.
examined by competent persons at
viii) While work is being done on frequencies as specified in "The
independent chimneys the area Factories act".
surrounding the chimney should be
iii) Check thoroughly quality, size and
enclosed by fencing at a safe
condition of all lifting tools like chain
distance.
pulley blocks, slings, U-clamps, D-
ix) Workers employed on the shackles etc. before putting them in
construction, alteration, use.
maintenance or repair of tall
iv) Safe lifting capacity of all lifting &
chimneys should not:
handling equipment, tools and
a) work on the outside without a shackles should be got verified and
safety harness attached by a certificates obtained from competent
lifeline to a rung, ring or other authorities before its use. The safe
secure anchorage; working load shall be marked on
b) put tools between the safety them.
harness and the body or in
v) Check periodically the oil, brakes,
pockets not intended for the
gears, horns and tyre pressure of all
purpose;
moving equipments like cranes,
6227-OISD-192
forklifts, trailers etc as per i) Hoist shafts should be enclosed with
manufacturer's recommendations. rigid panels or other adequate
fencing at:
vi) Check the weights to be lifted and
accordingly decide about the crane (a) ground level on all sides;
capacity, boom length and angle of (b) all other levels at all points at
erection. which access is provided;
(c) all points at which persons are
vii) Allow lifting slings as short as
liable to be struck by any moving
possible and check packing at the
part.
friction points.
ii) The enclosure of hoist shafts,
viii) While lifting/placing of the load, no
except at approaches should extend
unauthorised person shall remain
where practicable at least 2mt
within the radius of the boom and
above the floor, platform or other
underneath the load.
place to which access is provided
ix) While loading, unloading and except where a lesser height is
stacking of pipes, proper wedges sufficient to prevent any person
shall be placed to prevent rolling falling down the hoistway and there
down of the pipes. is no risk of any person coming into
contact with any moving part of the
x) Control longer jobs being lifted up hoist, but in no case should the
from both ends. enclosure be less than 1mt in
xi) Only trained operators and riggers height.
should carry out the job. While the iii) The guides of hoist platforms should
crane is moving or lifting the load, offer sufficient resistance to bending
the trained rigger should be there for
and, in the case of jamming by a
keeping a vigil against hitting any safety catch, to buckling.
other object.
iv) Where necessary to prevent danger,
xii) During high wind conditions and
adequate covering should be
nights, lifting of heavy equipments provided above the top of hoist
should be avoided. If unavoidable to shafts to prevent material falling
do erection in night, operator and
down them.
rigger should be fully trained for
night signaling. Also proper v) Outdoor hoist towers should be
illumination should be there. erected on firm foundations, and
securely braced, guyed and
xiii) Allow crane to move on hard, firm anchored.
and leveled ground.
vi) A ladderway should extend from the
xiv) When crane is in idle condition for bottom to the top of outdoor hoist
long periods or unattended, crane towers, if no other ladderway exists
boom should either be lowered or
within easy reach.
locked as per manufacturer's
guidelines. vii) Hoisting engines should be of ample
capacity to control the heaviest load
xv) Hook and load being lifted shall
that they will have to move.
remain in full visibility of crane
operators, while lifting, to the extent viii) Hoists should be provided with
possible. devices that stop the hoisting engine
as soon as the platform reaches its
xvi) Don't allow booms or other parts of highest stopping place.
crane to come within 3 meters reach
of overhead electrical cables. ix) Winches should be so constructed
that the brake is applied when the
xvii) No structural alterations or repairs control handle is not held in the
should be made to any part of a operating position.
lifting appliance, which may affect
the safety of the appliance without x) It should not be possible to set in
the permission and supervision of motion from the platform a hoist,
the competent person. which is not designed for the
conveyance of persons.
6.9.2 Hoists
6227-OISD-192
xi) Winches should not be fitted with
pawl and ratchet gears on which the
• on the platform or cage: the
maximum number of persons
pawl must be disengaged before the to be carried at one time;
platform is lowered.
(c) on hoists for goods only:
xii) Hoist platforms should be capable of
supporting the maximum load that • on every approach to the hoist
they will have to carry with a safety and on the platform: prohi-
factor. bition of use by persons.
xiii) Hoist platforms should be equipped xxi) Hoists intended for the carriage of
with safety gear that will hold the persons should be provided with a
platform with the maximum load if cage so constructed as to prevent
the hoisting rope breaks. any person from falling out or being
xiv) If workers have to enter the cage or trapped between the cage and any
go on the platform at landings there fixed part of the structure when the
should be a locking arrangement cage gate is shut, or from being
preventing the cage or platform from struck by the counterbalance weight
moving while any worker is in or on or by articles or materials tailing
it. down the hoistway.
xv) On sides not used for loading and xxii) On each side in which access is
unloading, hoist platforms should be provided, the cage should have a
provided with toe-boards and gate fitted with devices which
enclosures of wire mesh or other ensure that the gate cannot be
suitable material to prevent the fall opened except when the cage is at
of parts of loads. a landing and that the gate must be
closed before the cage can move
xvi) Where necessary to prevent danger away from the landing.
from falling objects, hoist platforms
should be provided with adequate xxiii) Every gate in the enclosure of the
covering. hoist shaft which gives access from
a landing place to the cage should
xvii) Counterweights consisting of an be fitted with devices to ensure that
assemblage of several parts should the gate cannot be opened except
be made of specially constructed when the cage is at that landing
parts rigidly connected together. place, and that the cage cannot be
xviii) Counterweights should run in moved away from that landing place
guides. until the gate is closed.
6227-OISD-192
a) a rigid member should be used to iii) Gin poles should be fastened at
maintain the correct distance their feet to prevent displacement in
between the wheels; operation.
b) they should be equipped with
iv) Gin poles, which are moved from
struts to prevent them from
place to place and re-erected,
dropping if a wheel breaks or the
should not be taken into use again
derrick is derailed.
before the pole, lifting ropes, guys,
vi) The length of a derrick jib should not blocks and other parts have been
be altered without consulting the inspected, and the whole appliance
manufacturer. has been tested under load.
vii) The jib of a scotch derrick crane v) When platforms or skips are hoisted
should not be erected within the by gin poles, precautions should be
backstays of the crane. taken to prevent them from spinning
and to provide for proper landing.
Guy derricks
6.9.5 Tower cranes
i) The restraint of the guy ropes
should be ensured by fitting stirrups i) Where tower cranes have cabs at
or anchor plates in concrete high level, persons, capable and
foundations. trained to work at heights, should
only be employed as crane
ii) The mast of guy derricks should be
operators.
supported by six top guys spaced
approximately equally. ii) The characteristics of the various
machines available should be
iii) The spread of the guys of a guy
considered against the operating
derrick crane from the mast should
requirements and the surroundings
not be more than 450 from the
in which the crane will operate
horizontal.
before a particular type of crane is
iv) Guy ropes of derricks should be selected.
equipped with a stretching screw or
iii) Care should be taken in the
turnbuckle or other device to
assessment of wind loads both
regulate the tension.
during operations and out of service.
v) Gudgeon pins, sheave pins and fool Account should also be taken of the
bearings should be lubricated effects of high structures on wind
frequently. forces in the vicinity of the crane.
vi) When a derrick is not in use, the iv) The ground on which the tower
boom should be anchored to crane stands should have the
prevent it from swinging. requisite bearing capacity. Account
should be taken of seasonal
6.9.4 Gin poles variations in ground conditions.
i) Gin poles should: v) Bases for tower cranes and tracks
for rail-mounted tower cranes should
(a) be straight; be firm and level. Tower cranes
(b) consist of steel or other suitable should only operate on gradients
metal; within limits specified by the
(c) be adequately guyed and manufacturer. Tower cranes should
anchored; only be erected at a safe distance
(d) be vertical or raked slightly from excavations and ditches.
towards the load;
(e) be of adequate strength for the vi) Tower cranes should be sited where
loads that they will be required to there is clear space available for
lift/move. erection, operation and dismantling.
As far as possible, cranes should be
ii) Gin poles should not be spliced and sited so that loads do not have to be
if a gin pole is composed of different handled over occupied premises,
elements, they should be assembled over public thoroughfares, other
in conformity with their intrinsic construction works and railways or
material strength. near power cables.
6227-OISD-192
vii) Where two or more tower cranes are i) Only ropes with a known safe
sited in positions where their jibs working capacity should be used as
could touch any part of the other lifting ropes.
crane, there should be direct means
ii) Lifting ropes should be installed,
of communication between them
maintained and inspected in
and a distinct warning system
accordance with manufacturers'
operated from the cab so that one
instructions.
driver may alert the other of
impending danger. iii) Repaired steel ropes should not be
used on hoists.
viii) The manufacturers' instructions on
the methods and sequence of iv) Where multiple independent ropes
erection and dismantling should be are used, for the purpose of stability,
followed. The crane should be to lift a work platform, each rope
tested before being taken into use. should be capable of carrying the
load independently.
ix) The climbing operation of climbing
tower cranes should be carried out 6.10 VEHICLE MOVEMENT
in accordance with manufacturers'
instructions. The free-standing 6.10.1 Park vehicles only at designated
places. Don't block roads to create
height of the tower crane should not
extend beyond what is safe and hindrance for other vehicles.
permissible in the manufacturers' 6.10.2 Don't overload the vehicle.
instructions.
6.10.3 Obey speed limits and traffic rules.
x) When the tower crane is left
unattended, loads should be 6.10.4 Always expect the unexpected and
removed from the hook, the hook be a defensive driver.
raised, the power switched off and 6.10.5 Drive carefully during adverse
the boom brought to the horizontal. weather and road conditions.
For longer periods or at times when
adverse weather conditions are 6.10.6 Read the road ahead and ride to the
expected, out of service procedures left.
should be followed. The main jib 6.10.7 Be extra cautious at nights. Keep
should be slewed to the side of the wind screens clean and lights in
tower away from the wind, put into working condition.
free slew and the crane immobilised.
6.10.8 All vehicles used for carrying
xi) A windspeed measuring device workers and construction materials
should be provided at an elevated must undergo predictive/preventive
position on the tower crane with the maintenance and daily checks
indicator fitted in the drivers' cab.
6.10.9 Driver with proper valid driving
xii) Devices should be provided to license shall only be allowed to drive
prevent loads being moved to a the vehicle
point where the corresponding safe
working load of the crane would be 6.10.10 Routes shall be leveled, marked and
exceeded. Name boards or other planned in such a way so as to
items liable to catch the wind should avoid potential hazards such as
not be mounted on a tower crane overhead power lines and sloping
other than in accordance with the ground etc.
manufacturers' instructions. 6.10.11 While reversing the vehicles, help of
xiii) Tower cranes should not be used for another worker should be ensured
magnet, or demolition ball service, at all times
piling operations or other duties, 6.10.12 An unattended vehicle should have
which could impose excessive the engine switched off
loading on the crane structure.
6.10.13 Wherever possible one-way system
6.9.6 Lifting ropes shall be followed
6.10.14 Barriers/fixed stops should be
provided for excavation/openings to
prevent fall of vehicle
6227-OISD-192
6.10.15 Load should be properly secured xiv) ELCB for all temporary connections
must be provided. Use insulated 3-
6.10.16 The body of the tipper lorry should
pin plug tops.
always be lowered before driving
the vehicle off. xv) All power supply cables should be
laid properly and neatly so that they
6.10.17 Signs/signals/caution boards etc.
don't cause hindrance to persons
should be provided on routes .
working and no physical damage
6.11 ELECTRICAL also takes place to the cables during
various construction activities.
6.11.1 General Provisions
xvi) All Power cables to be properly
i) Only persons having valid licenses terminated using glands and lugs of
should be allowed to work on proper size and adequately crimped.
electrical facilities. xvii) Use spark-proof/flame proof type
ii) No person should be allowed to electrical fittings in Fire Hazard
work on live circuit. The same, if zones as per area classification
unavoidable, special care and under OISD-STD-113.
authorisation need to be taken. xviii) Check installations of steel
iii) Treat all circuits as "LIVE" unless plates/pipes to protect underground
ensured otherwise. cables at crossings.
iv) Electrical "Tag Out" procedure xix) Don't lay unarmored cable directly
"MUST" be followed for carrying out on ground, wall, roof or trees. All
maintenance jobs. temporary cables should be laid at
least 750 mm below ground and
v) Display voltage ratings prominently cable markers should be provided.
with "Danger" signs. Proper sleeves should be provided
vi) Put caution/notice signs before at road crossings. In case temporary
starting the repair works. cables are to be laid on wooden
poles/steel poles, the minimum
vii) All electrical equipment operating cable heights should be 4.5 M.
above 250V shall have separate and
distinct connections to earth grid. xx) Maintain safe overhead distance of
HT cables as per Indian Electricity
viii) Proper grounding to be ensured for Rules and relevant acts.
all switch boards and equipment
including Portable ones prior to xxi) Don't connect any earthing wire to
taking into service. the pipelines/structures.
ix) Make sure that electrical switch xxii) Don't make any unsafe temporary
boards, portable tools, equipments connections, naked joints/wiring etc.
(like grinding machine etc.) don't get xxiii) Ensure that temporary cables are
wet during their usage. If it happens, free from cuts, damaged insulation,
stop the main supply, make the tools kinks or improper insulated joints.
dry and then only use them. Check
proper earthing. xxiv) Check at periodic intervals that pins
of sockets and joints are not loose.
All temporary switch boards/
KIOSKS put up at work site should xxv) Protect electrical wires/equipments
be suitably protected from rain and from water and naked flames.
the level of same should be high xxvi) Illuminate suitably all the work
enough to avoid contact with water
areas.
due to water logging.
xxvii) All switchboards should be of MS
x) Don't work wet on electrical system. structure only and incoming source
xi) Don't overload the electrical system. should be marked.
xii) Use only proper rated HRC fuses. xxviii) Hand lamps should not be of more
than 24V rating.
xiii) Industrial type extension boards and
Plug sockets are only to be used. xxix) Fire extinguishers (DCP/CO2/Sand
buckets) should be kept near
6227-OISD-192
temporary switch boards being used ensure suitability for its proposed
for construction purposes. Don't use use.
water for fighting electrical fires.
ii) At the beginning of every shift, the
xxx) Insulating mats shall be provided in person using the electrical
the front and back end of switch equipment should make a careful
boards. external examination of the
equipment and conductors,
xxxi) All parts of electrical installations
especially the flexible cables.
should be so constructed, installed
and maintained as to prevent iii) Apart from some exceptional cases,
danger of electric shock, fire and work on or near live parts of
external explosion. electrical equipment should be
forbidden.
Periodic checking/certification of
electrical safety appliances such as iv) Before any work is begun on
gloves, insulating mats, hoods etc. conductors or equipment that do not
to be done/witnessed along with have to remain live:
maintaining a register at site signed
a) the current should be switched
by competent authority.
off by a responsible authorised
xxxii) A notice displaying following, should person;
be kept exhibited at suitable places: b) precautions should be taken to
prevent the current from being
a) prohibiting unauthorised persons
switched on again;
from entering electrical
c) the conductors or the equipment
equipment rooms or from
should be tested to ascertain that
handling or interfering with elec-
they are dead;
trical apparatus;
d) the conductors and equipment
b) containing directions as to
should be earthed and short-
procedures in case of fire, rescue
circuited;
of persons in contact with live
e) neighbouring live parts should be
conductors and the restoration of
adequately protected against
persons suffering from electric
accidental contact.
shock;
c) specifying the person to be v) After work has been done on
notified in case of electrical conductors and equipment, the
accident or dangerous current should only be switched on
occurrence, and indicating how to again on the orders of a competent
communicate with him. person after the earthing and short-
circuiting have been removed and
xxxiii) No other cables/pipes to be laid in
the workplace reported safe.
trench used for electrical cables.
xxxiv) Utmost care should be taken while vi) Electricians should be provided with
excavating Earth from cable trench approved and tested tools, and
to avoid damage or any accident. personal protective equipment such
xxxv) Sub-station floor cut-outs meant for as rubber gloves, mats etc.
switch board installations to be
vii) All conductors and equipment
covered wherever installation is
should be considered to be live
incomplete.
unless there is a proof of the
NOTE: A Residual Current Operated Circuit contrary.
Breaker (RCCB) or Earth Leakage
viii) When work has to be done in
Circuit Breaker (ELCB), when
dangerous proximity to live parts the
installed, protects a human being to
current should be cut off. If for
the widest extent. RCCB or ELCB
operational reasons this is not
should be provided as per Indian
possible, the live parts should be
Electricity Rules.
fenced off or enclosed by qualified
6.11.2 Inspection and maintenance staff from the sub-station concerned.
6227-OISD-192
6.11.3. Testing 6.12.2 Drilling Rigs
6227-OISD-192
vi) Signal light should be fitted at the iii) Surface safety valve or SDV should
top of the jib. be checked for no gas leakage from
vii) Crane hook should be fitted with bleed port / flange etc., in the well
safety latches. head area. It should not be in
"mechanical override" or bypassed
viii) Experienced person should be from panel.
engaged in operation of specific
equipment like winches, cranes etc. iv) High pressure gas lift lines -
blowdown system should be O.K.
ix) At least three cable turns shall
always be there on the winch drum. v) Auto actuation of SDVs in the inlet
of pressure vessels should be O.K.
x) Adequate communication like walkie
talkie, round robin phone should be and in "normal position" from
available between the crane shutdown panels. A record of status
operator, supervisor and helper. of switches normal/bypassed in
auto-con* panels (PSH, PSL, LSL,
xi) Crane operation should be
ILSL) should be maintained.
completely stopped during
helicopter landing/taking off.
∗ Shut Down Panels
xii) Except for helicopter landing deck,
vi) Welders rectifier set and electrical
all decks, platforms, bridges,
connections to it should be checked
ladders should have rigid and fixed
guard rails atleast one meter high and approved by electrical-in-
and should have one intermediate charge for proper electrical safely.
rail midway between the handrail vii) “SCADA" telementry system if
and 100 mm toe board. available should be operational for
xiii) Wooden ladders shall not be used remote opening and closing of wells
at offshore. at unmanned platforms (through
RPMC).
xiv) Flow sensor in the flow line should
be ensured for safe working and to viii) Local ESD/FSD (near the work site)
avoid blow out. should be provided for jobs of very
critical nature, so that the persons
xv) Hydrogen sulphuide gas In offshore
working can access it immediately in
is of great risk and at 10 ppm
(0.001%) concentration in air, a emergency for safety. Safety officer
person should not be exposed for should judge the requirement &
more than 8 hours, If concentration inform FPS for the same.
is more, then breathing apparatus ix) Railings and Gratings etc. in and
should be used. Corrosion of around work area should be O.K.
equipment is also caused by H2S. and inspected to avoid slippage of
xvi) Portable H2S gas detector should man into sea.
be continously used. x) Emergency shut down (ESD)
6.12.4 Production Platforms system is initiated when an
abnormal condition is detected.
i) In case hydrocarbon Is released due ESD should be checked once in six
to overpressure, leak, overflow, gas months.
blow etc., shut down process to stop xi) Platform should be manned round
flow of hydrocarbon. Prevent ignition the clock.
of released hydrocarbon and in case
of fire shut in the process complex xii) Welding and cutting work should be
and follow emergency contigency regulated by hot work permit.
plan. xiii) All detectors should be calibrated as
ii) Sub surface safetv valve (SSSV)) per recommendation of the
below the well head should be manufacturer.
actuated during uncontrolled well - xiv) No system should be by-passed
flow and they should be regularly which affects the system of platform.
checked.
6227-OISD-192
xv) In H2S field platforms, due care shall accommodate twice the number of
be taken as per recommendations. persons onboard installation.
xvi) Follow the instructions of F.P.S. iii) Launching appliances and life boat
during stay at platform equipment should be checked every
week.
6.12.5 Fire Prevention And Control
iv) Boat landing areas should be
i) Provision be made for safe handling adequately illuminated.
and storage of dirty rags, trash, and
v) Life raft has no power and they rely
waste oil. Flammable liquids and
on drift.
chemicals applied on platform
should be immediately cleaned. vi) Life jacket lifts the wearer after
entering water.
ii) Paint containers and hydrocarbon
samples, gas cylinders for welding vii) Life buoys are used to rescue
and cutting should be stored persons if any person accidentally
properly. Cylinders should be falls in the sea.
transported in hand-cart.
viii) All life saving appliances should be
iii) Smoking should be restricted and inspected by the MMD surveyor /sr.
no smoking area should be officials once a year.
identified.
ix) Every life boat shall be inspected
iv) Special attention should be given to once a week.
crude oil pump seals, diesel and
x) Every life boat and life raft should
gas engines which are potential
be serviced once a year by a
source of ignition in the event of
competent authority,
failure.
6.12.7 Safety Precautions during
v) Fire and smoke detectors i.e.
Helicopter Transportation
ultraviolet heat, thermal and smoke
detector should be function tested
once in three months. i) Passenger briefing regarding safety
rules while travelling in helicopter
vi) Fire is controlled in offshore by should be carried out before
water spraying, Halon, CO2 boarding the helicopter.
flooding, DCP and sprinkler system.
ii) Emergency procedure should be
vii) Foaming agent is applied for briefed to all the passenger In case
controlling fire in liquid hydrocarbon. helicopter is to ditch into the sea.
The system is not effective in gas
fire. iii) Heli-pad should have a non-skid
surface. Nylon rope net should be
viii) Light weight breathing system stretched on the deck.
should be used.
iv) Proper drainage should be available
ix) The fire control plan at offshore on helideck.
should reveal control station, fire
v) There should be no obstruction on
alarms and fire detectors, deluge
valves and sprinkler, fire the helideck itself and within 3
extinguishing appliances, fireman meters of its parameter. Closest
super structure above the helideck
outfit and ventilation system.
should have red obstruction light.
x) Fire fighting equipment should be
maintained in ready to use vi) While landing fire crew of two
persons should be standby adjacent
condition.
to helideck.
6.12.6 Life Saving Appliances
vii) Heli-deck should be properly
illuminated for night landing.
i) Life boats with a speed of 6 knots
and carrying capacity upto 50 viii) During switching off helicopter,
persons are used in offshore. persons should not be allowed to go
out/ towards helicopter
ii) No. of life boats on one installation
should have a capacity to
6227-OISD-192
6.13 DEMOLITION posted. To protect the public a fence
2m high should be erected
6.13.1. General provisions
enclosing the demolition operations
and the access gates should be
i) When the demolition of any building
secured outside working hours.
or structure might present danger to
workers or to the public: vi) The fabric of buildings contaminated
with substances hazardous to health
(a) necessary precautions, methods
should be decontaminated.
and procedures should be Protective clothing and respiratory
adopted, including those for the devices should be provided and
disposal of waste or residues;
worn.
(b) the work should be planned and
undertaken only under the vii) Where plant has contained
supervision of a competent flammable materials, special
person. precautions should be taken to
avoid fire and explosion.
ii) Before demolition operations begin:
viii) The plant to be demolished should
(a) structural details and builders' be isolated from all other plant that
drawings should be obtained may contain flammable materials.
wherever possible;
Any residual flammable material in
(b) details of the previous use should the plant should be rendered safe by
be obtained to identify any cleaning, purging or the application
possible contamination and
of an inert atmosphere as
hazards from chemicals, appropriate.
flammables, etc.;
(c) an initial survey should be carried ix) Care should be taken not to
out to identify any structural demolish any parts, which would
problems and risks associated destroy the stability of other parts.
with flammable substances and
x) Demolition activities should not be
substances hazardous to health.
continued under adverse climatic
The survey should note the type
conditions such as high winds,
of ground on which the structure
which could cause the collapse of
is erected, the condition of the
already weakened structures.
roof trusses, the type of framing
used in framed structures and the xi) To prevent hazards parts of struc-
load-bearing walls; tures should be adequately shored,
(d) a method of demolition should be braced or otherwise supported.
formulated after the survey and
xii) Structures should not be left in a
recorded in a method statement
condition in which they could be
having taken all the various
brought down by wind pressure or
considerations into account and
vibration.
identifying the problems and their
solutions; xiii) Where a deliberate controlled
collapse technique is to be used,
iii) All electric, gas, water and steam
expert engineering advice should be
service lines should be shut off and,
obtained, and:
as necessary, capped or otherwise
controlled at or outside the (a) it should only be used where the
construction site before work whole structure is to come down
commences. because it relies on the removal
of key structural members to
iv) If it is necessary to maintain any
effect a total collapse;
electric power, water or other
(b) it should only be used on sites
services during demolition
that are fairly level and where
operations, they should be
there is enough surrounding
adequately protected against
space for all operatives and
damage.
equipment to be withdrawn to a
v) As far as practicable, the danger safe distance.
zone round the building should be
xiv) When equipment such as power
adequately fenced off and sign
shovels and bulldozers are used for
6227-OISD-192
demolition, due consideration should 6.14.9 All personnel working with
be given to the nature of the building radiography sources should wear
or structure, its dimensions, as well appropriate protective equipment
as to the power of the equipment and film badges issued by BARC.
being used.
6.14.10 Protection facilities such as
xv) If a swinging weight is used for manipulator rod, remote handling
demolition, a safety zone having a tongs, lead pots, radiation hazard
width of at least one-and-a-half placards and means of cordon off
times the height of the building or shall be available at each site.
structure should be maintained
6.14.11 The radiography source shall never
around the points of impact.
be touched or handled directly with
6.13.2. Demolition of structural steelwork hands.
6.14.12 The package containing radiography
i) All precautions should be taken to
cameras and sources should never
prevent danger from any sudden
be carried by public transport like
twist, spring or collapse of
bus, train etc.
steelwork, ironwork or reinforced
concrete when it is cut or released. 6.14.13 Radiography sources and cameras,
when not in use, should be stored
ii) Steel construction should be
inside a source pit with lock and key
demolished tier by tier.
arrangement as approved by BARC.
iii) Structural steel parts should be The storage room should preferably
lowered and not dropped from a be located in an isolated area of
height. minimum occupancy and radiation
level outside the storage room
6.14 RADIOGRAPHY should not exceed 0.25 mR/hr as
per BARC Regulations.
6.14.1 All radiography jobs shall be carried
out as per BARC Safety Regulations 6.14.14 In case of an accident (due to loss
or of damage to radiography
6.14.2 During field radiography, nearby source), action should be taken in
area around the radiation source line with BARC Safety
should be cordoned off. Rules/Guidelines.
6.14.3 If the field radiography is to be done
at the same location repeatedly, it is 6.15 SAND/SHOT BLASTING/ SPRAY
advisable to provide either a wire PAINTING
fencing around or a temporary brick
enclosure. 6.15.1 Sand blasting should be used only
6.14.4 Special permission/permit should be after approval from competent
taken for radiography from area-in- person.
charge. 6.15.2 Air Compressor used for sand/shot
6.14.5 As far as possible, field radiography blasting/painting should have guard
should be done only during night and positioned away from the work
time when there is little or no place.
occupancy there. 6.15.3 Exhaust of the prime mover, if IC
6.14.6 Radiation warning signals should be engine is used, should be directed
pasted all along the cordoned off away from the work place.
area. 6.15.4 In case of motor driven compressor,
6.14.7 Entry into the restricted area by the body of the motor as well as the
unauthorised persons should be compressor to be properly earthed.
strictly prohibited during exposure. 6.15.5 The hoses used for compressed air
6.14.8 The radiation level alongwith the should be of proper quality, and
cordon should be monitored by a health of the same to be ensured
suitable and well-calibrated radiation through regular check/ test.
survey meter.
6227-OISD-192
6.15.6 The operator of sand/shot iv) All deck openings including those for
blasting/painting should wear buckets should be fenced.
suitable PPE's including mask.
6.16.2 Rescue & Emergency procedures
6.15.7 Adequate measures to be taken to
suppress dust/spray particle.
i) Persons who work over water
6.15.8 Sand used for sand blasting should should be provided with some form
be suitably covered & protected of buoyancy aid. Life jackets should
from to rain/moisture. provided sufficient freedom of
movement, have sufficient buoyancy
6.15.9 When these activities are done in
to bring persons to the surface and
confined places, adequate measure
keep them afloat face upwards, be
to be taken for proper ventilation.
easily secured to the body, be
6.16 WORK ABOVE WATER readily visible by way of self
luminous paint/strip.
6.16.1 General Provisions ii) Nobody should work alone on or
i) Where work is done over or in close above water.
proximity to water & where iii) Each worker should be trained in the
possibility of drowning exists, procedure to be followed in the
provision should be made for: event of an emergency.
a) Preventing workers from falling into
water; 7.0 ADDITIONAL SAFETY
b) The rescue of workers in danger PRECAUTION FOR UNITS
of drowning; WITH HYDROCARBONS
c) Safe and sufficient transport. In addition to general safety
precautions as outlined above for
ii) Provisions for the safe performance the activities in Clause 6.0, following
of work over or in close proximity to additional safety precautions need
water should include, where to be taken for the sites within the
appropriate, the provision and use of operating area or nearby, where
suitable and adequate: presence of Hydrocarbons cannot
be ruled out.
a) fencing, safety nets and safety
i) No job shall be carried out without a
harnesses;
valid permit. Permit should be in
b) lifebuoys, life jackets and manned
line with OISD-STD-105 "Work
boats;
Permit System".
c) protection against such hazards
as reptiles and other animals. ii) Smoking should be prohibited in all
iii) Gangways, pontoons, bridges, places containing readily
footbridges and other walkways or combustible or flammable materials
work places over water should: and "No Smoking" notices be
a) possess adequate strength and prominently displayed.
stability;
iii) In confined spaces and other places
b) be sufficiently wide to allow safe
where flammable gases, vapours or
movement of workers;
dusts can cause danger, following
c) have level surfaces free from
measures should be taken:
tripping hazards;
d) be adequately lit when natural (a) only approved type electrical
light is insufficient; installations and equipment,
e) where practicable and necessary, to including portable lamps, should
prevent danger, be provided with be used;
toe-boards, guard rails, hand ropes (b) there should be no naked
etc. flames or source of ignition;
f) be secured to prevent (c) oily rags, waste and clothes or
dislodgment by rising water or high other substances liable to
winds; spontaneous ignition should be
g) if necessary, be equipped with removed without delay to a safe
ladders which should be sound, of place;
sufficient strength and length and be (d) ventilation should be provided.
securely lashed to prevent slipping.
6227-OISD-192
iv) Regular inspections should be made xi) A dry chemical type fire extinguisher
of places where there are fire risks. shall be made available in the work
These include the vicinity of heating area. Also fire protection facilities
appliances, electrical installations like running hoses etc. as per permit
and conductors, stores of flammable should be complied with.
and combustible materials, welding
xii) Wherever required, welding screens
and cutting operations.
shall be put up to protect other
v) Welding, flame cutting and other hot equipment in adjoining areas
work should only be done after against flying sparks. Material used
issuance of work permit in line with should be metal/asbestos/water
the requirement of OISD-STD-105 curtain.
after appropriate precautions, as
xiii) Welding or cutting of vessels/
required, are taken to reduce the
equipments used in Hydrocarbon/
risk of fire. For carrying out other
hazardous chemicals shall be done
jobs also, OISD-STD-105 should be
after proper gas freeing and
followed strictly.
verifying the same with the
vi) Fire-extinguishing equipment should explosive-meter.
be well maintained and inspected at
xiv) The confined space/equipment shall
suitable intervals by a competent
be gas freed and cleaned.
person. Access to fire-extinguishing
equipment such as hydrants, xv) Absence of any toxic gas and any
portable extinguishers and flammable gas above explosion limit
connections for hoses should be shall be ensured with the help of
kept clear at all times. gas detection instrument and
explosive meter respectively.
vii) All supervisors and a sufficient
number of workers should be trained xvi) Used and hot electrode stubs shall
in the use of fire-extinguishing be discarded in a metal bucket.
equipment, so that adequate trained
personnel are readily available xvii) Use approved and certified flame
during all working periods. arrestors for vehicles.
xviii) Work permit to be obtained, if
viii) Audio means to give warning in
case of fire should be provided construction work is carried out
where this is necessary to prevent within existing operating area.
danger. Such warning should be 8.0 FIRST AID
clearly audible in all parts of the site
where persons are liable to work. First aid facilities should be provided
There should be an effective in line with various statutory
evacuation plan so that all persons regulations like factory act etc.
are evacuated speedily without However following care should be
panic and accounted for and all taken:
plant and processes shut down.
ix) Notices should be posted at i) First aid, including the provision of
conspicuous places indicating: trained personnel should be ensured
at work sites. Arrangement should
(a) the nearest fire alarm; be made for ensuring the medical
(b) the telephone number and attention of the injured workers. First
address of the nearest aid box should be as per the Factory
emergency services. rules.
x) The work site shall be cleared of all ii) Suitable rescue equipment, like
combustible materials, as Sparks stretchers should be kept readily
and molten metal coming from the available at the construction site.
welding job can easily ignite
combustible materials near or below iii) First-aid kits or boxes, as
the welding site. If the combustible appropriate and as per statutory
materials cannot be removed from requirements, should be provided at
the area, the same shall be properly workplaces and be protected
shielded. against contamination by dust,
moisture etc.
6227-OISD-192
iv) First-aid kit or boxes should not i) Poster: Posters with safety slogan
keep anything besides material for in humorous, gruesome
first aid in emergencies. demonstrating manner may be used
to discourage bad habits attributable
v) First-aid kits and boxes should
to accidents by appealing to the
contain simple and clear instructions
workers' pride, self-love, affection
to be followed, be kept under the
curiosity or human aspects. These
charge of a responsible person
should be displayed in prominent
qualified to render the first aid and
location(s).
be regularly inspected and stocked.
ii) Safety Sign Boards: Different type
vi) Where the work involves risk of
of message of cautioning, attention,
drowning, asphyxiation or electric
notice etc. should be displayed at
shock, first-aid personnel should be
the appropriate places for learning/
proficient in the use of resuscitation
awareness of the workmen while
and other life saving techniques and
working at site.
in rescue procedures.
iii) Films & Slides: Film(s) narrating
vii) Emergency telephone numbers of
the accident including the causes
nearby Hospitals, Police, Fire
and possible remedial ways of
Station and Administration should
preventing the recurrence of a
be prominently displayed.
similar accident should be displayed
9.0 DOCUMENTATION at regular intervals. Slides consisting
main points of the film show may
The intention of keeping also be shown to workers.
documentation of all types of iv) Talks, lectures & conferences:
accident(s) is to prevent recurrence The success of these events would
of similar accident(s). All accidents depend much on audience’s
should be reported as per OISD understandings of the speaker (s).
Guidelines (OISD-GDN-107) and The speakers are to be
Factories act, 1948. knowledgeable and good presenter.
All accidents (major, minor or near Speakers should know to hold the
miss) should be investigated, attention and to influence the
analysed and recommendations audiences.
should be documented along with v) Competitions: Organise
implementation status. competition(s) between the different
All related data should be well- deptts/categories of workers. The
documented and further analysis sense of reward/recognition also will
highlighting the major cause(s) of improve safety awareness and
accidents be done. This will help in result in enhancing safety levels.
identifying thrust areas and training vi) Exhibitions: Exhibitions also make
needs for prevention of accidents. the workers acquainted with hazards
and means of preventive measures.
6227-OISD-192
to a job in addition to the general iii) Safety & Health in Construction by
safety training as has been dealt in ILO
various chapters and should include
iv) The Building & Other Construction
all workers. Reference may be
Workers (Regulation, Employment
drawn from OISD-STD-154.
and Conditions of Service) Act 1996
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules
6227-OISD-192
ANNEXURE I
01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type – Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.
6227-OISD-192
Sr.no Code No. Title
29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 – Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places
6227-OISD-192
OISD – GDN – 207
FOR RESTRICTED
CIRCULATION ONLY
OCTOBER 2002
CONTRACTOR SAFETY
CONTENTS
SECTION DESCRIPTION
1.0 INTRODUCTION
2.0 SCOPE
3.0 DEFINITIONS
4.1 Owner
4.2 Contractor
4.3 Consultant
4.5 Designer
5.5 Training
6.0 REFERENCES
Duties & responsibilities of the contractor viii) To ensure that the plant and
should include the following: equipment used on-site by him / his
employees is correctly registered,
i) To implement safe methods and controlled and maintained in sound
practices, deploy appropriate working condition.
machinery, tools & tackles,
experienced supervisory personnel ix) To ensure availability of First Aid
and skilled work force etc. required for boxes and First Aid trained attendant.
execution.
x) To ensure that all incidents including
ii) To prepare a comprehensive and near misses are reported to all
documented plan for implementation, concerned immediately.
monitoring and reporting of Health,
Safety and Environment (HSE) and In construction projects where sub-
implement the same after its approval. contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of
the sub-contractor’s workforce. These vi) To take immediate action to correct
measures should include the provision and any violation of safety rules observed
use of specific safety equipment, methods of or reported.
carrying out specific tasks on safety and the
inspection and appropriate use of tools. vii) To ensure that the workers likely
to be exposed to hazardous
The responsibilities indicated separately chemicals/materials have access to
under contractor’s Supervisor, Safety Officer appropriate Material Safety Data
and contract worker are contractually that of Sheets (MSDS), wherever applicable,
the Contractor and legally binding on the and provide necessary mitigation
Contractor only. However the specific measures.
detailing as above has been given
separately for guidance and operational viii) To ensure inspection and
convenience. certification of all tools (hand operated
as well as mechanically operated)
The selection of sub contractors, if being used. Defective tools shall be
employed, should be approved by the immediately removed.
owner. Sub-contractor should comply fully
with all safety rules and conditions ix) To ensure that appropriate warning
applicable to the main contractor. signboards or tags are displayed.
ii) To ensure that required guards and xiii) To report each incident and/or
protective equipment are provided, injury in accordance with established
used, and properly maintained. procedures and assist in investigation.
iii) To ensure that tools and equipment xiv) To take necessary action for
are properly maintained and tested. correction of any unsafe act /
condition at the workplace. However,
iv) To plan the workload and assign in case the same is outside the limits
workers to jobs in commensuration of authority, it should be reported to
with their qualification, experience and Owner’s Engineer-in-charge
state of health. immediately.
The duties & responsibilities of the The Consultant shall review the documents
contractor worker should include the submitted by the contractor and advise
following: owner on acceptance as well as advise
suitability and number of Contractor's safety
i) To perform work safely as per the job officers / supervisors.
requirement and instructions.
4.4 DESIGNER
ii) To inform all concerned regarding
unsafe conditions/acts. The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including
dismantling, Pre-commissioning, accident, causes of injuries and personal
commissioning and Performance run to experience) and determine the
meet the Guarantees and advise the risk preventive measures to overcome these
mitigation measures. hazards
• Apply the controls to the hazards
All the hazards and safety measures to be • Evaluate the controls
adopted while handling Dangerous
chemicals and Catalysts should be detailed 5.2 CRITERIA OF SELECTION OF A
by the Process Licensor and the same CONTRACTOR
should be again included in the scope of the
suppliers. Specific write ups/MSDS should “Contractor Safety” can be ensured to a
be obtained from Patented single source large extent if competent agency for
suppliers also. execution of assignment or job, based on
HSE system agreed upon by owner, is
Designs should recognize, include and apply selected. It is necessary to assess his
safe practice during preparation, capabilities and competencies to perform
construction and subsequent operational work safely.
use and maintenance after completion of the
Project. A databank should be developed for all the
contractors for their past performance on
All documents including drawings and HSE aspects. An attempt should also be
calculations are to be originated, checked made to get similar data from other similar
and approved in accordance with latest industries.
international codes, standards,
specifications and design basis philosophy. The data required will depend upon
complexity involved in the job and type / size
Preferred use of low risk materials, policy of resources required. Format needs to be
on hazardous substances, preferred use suitably developed depending upon size,
of low noise and dust-suppressed nature of the job & hazard associated
equipment etc. should be encouraged. therein. The format designed should also
take care of the skill required to carry out the
5.0 SAFETY MANAGEMENT job.
5.1 JOB SAFETY ANALYSIS (JSA) Performance review is essential for all type
of contractors. It helps in recording actual
Job safety analysis (JSA) provides a performance/experience with contractors
mechanism by which the contractor, safety while the contract is in progress. It is
officer or supervisor take a detailed look at essential that resources agreed as per the
how an individual task is performed and its contract are reviewed at mobilization stage
inherent hazards and preventive measures. for ensuring compliance from the day one
This procedure helps in integrating accepted and thorough effective supervision /
safety and health principles and practices monitoring system are at place.
into a particular operation. In a JSA, each
step of the job is examined to identify This activity also helps in taking timely action
potential hazards and to determine the in case of unsatisfactory performance to
safest way to do the job. correct the situation and ensure safe work
during execution period and deciding about
A job safety analysis includes five steps as suitability of the contractor for future jobs.
below:
The periodicity of such performance review
• Select a job will depend upon size/type/complexity of
• Break the job down into a sequence of contract. However, the performance should
steps be reviewed at least at mobilisation stage
• Identify the hazards against each of and at the end of the contract.
these steps (based on knowledge of
5.3 SITE PLANNING AND LAYOUT vii) Pedestrian pathways and routes
for vehicular traffic (light/heavy
Before starting the construction/maintenance vehicles including material handling
job at existing workplace in operation or equipment) should be earmarked.
green field locations, following should be
ensured: - viii) Artificial lighting to be provided at
places where work continues or
i) Details regarding location of workers pass by after sunset or in
workshop/ fabrication yard, site office, case natural light is insufficient like
stores, laboratory, electrical confined spaces.
installations, placement of
construction machinery, medical and ix) Keep all equipment /machines under
welfare facilities, lighting underground cover to prevent them from dust,
and above ground piping route, cable rain/flood water, heat etc. and follow
route etc. should be decided prior to storage instructions as applicable for
commencement of the work in each of them.
consultation with owner / Consultants
and implementation should be 5.4 GATE ENTRY PROCEDURE
ensured. Layout should be displayed
at strategic locations. Gate entry at any site / workplace / unit is to
be restricted to ensure entry of only
ii) The resources required to meet any authorised persons / vehicles.
emergency situations like fire fighting,
first aid etc. should be planned and 5.4.1 Entry procedure for all contractor
mobilized as per the job requirement. worker should be as follows:
(a) informed of potential safety and (f) general measures for personal
health hazards to which they may hygiene and health protection;
be exposed to at their workplace;
(g) fire precautions to be taken;
(b) instructed and trained in the
measures available for the (h) action to be taken in case of an
prevention, control and protection emergency;
against those hazards.
(i) requirements of relevant safety
ii) No person should be employed in any and health rules and regulations.
work at a workplace unless that
person has received the necessary Copies of the relevant safety and health
information, instruction and training so rules, regulations and procedures should be
as to be able to do the work available to workers upon the
competently and safely. The commencement of and upon any change of
competent authority should, in employment.
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to 5.5.1 Training Techniques
safety and health matters.
a) Lectures
iii) The information, instruction and
training should be given in a language This technique should be applied when it is
understood by the worker and written, required to transfer information in local
Oral, visual and participative language to a large contractor workforce
approaches should be used to ensure with controlled content and time.
that the worker has assimilated the
information. b) Case Study
iv) Every worker should receive This is an effective technique based on the
instruction and training regarding the presentation of case of real events by
general safety and health measures Trainer to highlight probable causes like
common to the workplace. This Human Error, ignorance about the job etc.
should include:
c) Videos
(a) general rights and duties of
workers at the workplace; Videos, an effective technique of
communication, should be used to display
(b) means of access and egress the right techniques of performing a task in a
both during normal working and safe manner and hazards associated with a
in an emergency; job.
All accidents regardless of the extent of Primary purpose of this safety committee is
injury or damage should be investigated in to enable owner, contractor and workers to
order to find probable causes, lessons learnt work together to monitor the site safety and
thereof and remedial measures required to health plan so as to prevent accidents and
prevent its recurrence. improve working condition on site. Its size
and membership will depend on the size and
The incident investigation should be done as nature of job.
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' . The safety committee should include
All the recommendations of investigation / representatives of owner, consultant,
Enquiry Report need to be monitored closely contractor identified as safety
for its implementation. A proper record officer/supervisor. It should be headed by
needs to be maintained to ensure Engineer-in-charge.
implementation of all the recommendations
and same should be reviewed from time to The safety committee should have regular
time. and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
5.9 SAFETY COMMITTEE MEETINGS site and to make suggestions for
improvement. The meetings should be
Following three type of safety committee documented with a time bound action plan.
meetings should be held aiming at raising The functions carried out by safety
the level of safety consciousness at the site: committee should include:
6.0 REFERENCES
1) OISD-GDN-206 on “Safety
Management System”
ANNEXURE I
LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS
4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision
7 IS: 1989 – Part II Leather Safety Boots and shoes for heavy metal industry
8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
– Second Revision
12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision
14 IS: 3696 – Part I Safety Code for Scaffolds and Ladders: Part I – Scaffolds
15 IS: 3696 – Part II Safety Code for Scaffolds and Ladders: Part II – Ladders
17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding
18 IS: 4081 Safety Code for Blasting and Related Drilling Operations
21 IS: 4138 Safety Code for working in compressed air – First Revision
22 IS: 4756 Safety Code for Tunneling works
23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision
25 IS: 5121 Safety code for piling and other deep foundations
26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials
27 IS: 6994 – Part I Specifications for safety gloves: Part I – Leather and Cotton
gloves
32 IS: 7069 Safety Code for Handling and Storage of Building Materials
35 IS: 7969 Safety Code for handling and storage of building materials
41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg
42 IS: 10291 Safety Code for dress divers in civil engineering works
43 IS: 10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects
44 IS: 10386 – Part II Safety Code for Construction, Operation and Maintenance for
River Valley Projects
46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building
Statutory Regulations
In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.
ANNEXURE II
CHECK LIST FOR SAFETY INSPECTION / AUDIT
1.5 Gloves
1.7 Goggles
1.14 Others
2.5 Others
3.0 EXCAVATION
3.18 Others
4.0 PERMITS
4.7 Others
5.21 Others
6.8 Others
7.23 Others
8.17 Others
9.21 Others
10.20 Others
11.5 Others
12.7 Others
13.0 CONCRETING
14.7 Others
15.0 RADIOGRAPHY
15.9 Others
16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?
16.14 Others
17.10 Others
18.11 Others
19.0 GENERAL
19.22 Others
1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead Welding/NDT Engineers shall also possess Certified Welding Inspector
qualification from American Welding Society or CSWIP3.1 Welding Inspector
qualification from The Welding Institute, UK.
2. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead QA/QC Engineer shall also be a qualified internal auditor for ISO 9001.
3. CVs of key construction personnel proposed to be deployed shall be submitted to
Owner/Engineer-in-Charge prior to their mobilization at site. The mobilization of key
personnel shall be done at site subject to prior approval of their CVs by Owner/Engineer-
in-Charge.
I) Penalty for non-mobilization per day per person after the contractual mobilization
period unless agreed otherwise by the Engineer-in-Charge:
- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Lead Safety Officer and
Warehouse In-charge
II) Penalty for non-mobilization per day per person after completion of the mobilization
period agreed during the Kick off Meeting:
- Rs. 3000/- for Lead Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity
Surveyor
Page 1 of 2
NOTES
1. The details of minimum critical equipments in good working condition, required to be mobilized by the Contractor
to complete the work within the schedule. The actual deployment schedule of Construction Equipments shall be
approved by Engineer-in-charge. Contractor shall augment the above list with additional
numbers/capacities/categories of equipments, tools & tackles, as required and directed by Engineer-In charge to
complete the work within the completion time schedule and quoted price.
2. Contractor confirms that the above minimum equipments are available with him in good working condition and
shall be timely mobilized on this project site. Contractor has the option to hire some of these equipments form
equipment-hiring agencies also.
3. Owner/EIL reserves the right to physically check & verify the availability of these equipments prior to award of
work.
4. Contractor shall replace any defective/damaged equipments promptly to complete the work without any time &
cost implication to the Owner/EIL.
Page 2 of 2
KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY THE CONTRACTOR
S. DESCRIPTION NOS.
NO.
1. RCM/ SITE-IN-CHARGE/ RESIDENT 1
ENGINEER
2. LEAD DISCIPLINE ENGINEER
7. QUANTITY SURVEYOR 1
NOTES
Page 1 of 2
2) The Key Construction Personnel identified above shall be well qualified & having
adequate relevant experience, as specified in document No. 9-1940-0001 of bidding
document. The other manpower shall also be qualified and experienced with their
assigned work.
RCM/Site-in-charge : 1 No
Planning Engineer : 1 No
Lead QA/QC Engineer : 1 No
Lead Safety officer : 1 No
Warehouse in-charge : 1 No
Lead Civil/Strl Engineer : 1 No
Page 2 of 2
SCHEDULE OF LABOUR RATES
[ANNEXURE - X TO SPECIAL CONDITIONS OF CONTRACT]
ANNEXURE-X TO SCC
1. The Labour rates are "all inclusive". These rates include but are not limited to all payroll
costs and allowances, payroll taxes, fringe benefits, protective and/or special clothing,
construction supplies required for work of a nature included in this contract, overhead,
profit, insurance, transportation and travel time.
2. The rates are inclusive of providing hand tools, machinery such as welding machine,
grinding machine, gas/welding cutting set and consumables such as fuel, lubricants,
electrodes, filler wire, gases, grinding wheels where the concerned category of labour is
expected to use in execution of the job but exclusive of all major equipment and
machinery like cranes.
3. The normal time labour rates shall apply for all hours worked upto eight (8) hours in a
day and overtime rates shall apply for all hours worked in excess of eight (8) hours in
one working day, Sunday and Public Holidays. The payment for part of the day shall be
made on prorata basis.
1 / 2
RATE PER DAY OF
RATE PER HOUR
NORMAL HOURS
SL. FOR OT, SUNDAY
(IN RS.)
NO CATEGORIES AND HOLIDAY
. (IN RS.)
________________________________
STAMP AND SIGNATURE OF BIDDER
2 / 2
CONDITIONS FOR ISSUE AND
RECONCILITATION OF MATERIALS
[ANNEXURE - XI TO SPECIAL CONDITIONS OF CONTRACT]
INTEGRITY PACT
INTEGRITY PACT
INTRODUCTION:
GAIL as one of its endeavour to maintain and foster most ethical and corruption free business
environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency
International, to ensure that all activities and transactions between the Company (GAIL) and its
Counterparties (Bidders, Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are
handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on
Integrity Pact has been signed on 23.07.2007 by GAIL with Transparency International India.
Considering the above, the details mentioned at attached Annexure-1 are applicable as stated in
Instruction to Bidders of Bid Document in addition to the existing stipulation regarding Corrupt and
Fraudulent Practices.
The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid submitted by
the bidder (to be executed by the bidder for all tenders of value Rs. 1 (One) crore and above). In
case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.
ANNEXURE-1
Bidder is required to sign the Integrity Pact with GAIL as per format & terms and
conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid
shall be liable for rejection.
a) The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.), shall
not pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain undue
advantage in dealing with GAIL.
b) The Counterparty will not engage in collusion of any kind including price fixation etc.
with other Counterparts.
c) The counterparty will not pass GAIL’s confidential information to any third party
unless specifically authorized by GAIL in writing.
d) The Counterparties shall promote and observe best ethical practices within their
respective organizations.
e) The Counterparty shall inform the Independent External Monitor.
i) If it received any demand, directly or indirectly, for a bribe/ favour or any illegal
gratification/ payment / benefit;
ii) If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.
f) The Counterparty shall not make any false or misleading allegations against GAIL or
its associates.
ANNEXURE-2
INTEGRITY PACT
(To be executed on plain paper and applicable to all tenders of the value of Rs. one crore and
above)
Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after referred to
as "Principal ").
AND
……………………… ..................... ………………… (here-in-after referred to as "The
Bidder/Contractor").
(Principal and the Bidder/Contractor are here-in-after are referred to individually as "Party" or collectively
as "Parties").
PREAMBLE
The Principal intends to award under laid down organizational procedures, contract/s for
………………………………………………….. The Principal values full compliance with all relevant
laws and regulations, and the principles of economic use of resources, and of fairness and
transparency in its relations with its Bidder/s and Contractor/s.
In order to achieve these goals, the Principal co-operates with the renowned International Non-
Governmental Organisation 'Transparency International' (TI). Following TI's national and
international experience, the Principal will appoint an Independent External Monitor who will
monitor the tender process, the execution of the contract etc. for compliance with the principles
mentioned above.
1. The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following Principles in this regard:-
ii) The Principal shall, during the tender process treat all Bidders with equity. The Principal
undertakes and ensures that before and during the tender process shall provide and
share 'the same information to all Bidders and will not provide to any Bidder
confidential/additional information through which one particular Bidder could take an
advantage in relation to the tender process or the contract execution.
iii) The Principal will exclude from the process all known prejudiced persons.
2. If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the Anti-Corruption Laws of India, or if there be a substantive suspicion in this
regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary
actions.
i) The Bidder / Contractor undertakes not to, directly or through any other person or firm
offer, promise or give or influence to any employee of the Principal associated with the
tender process or the execution of the contract or to any other person on their behalf any
material or immaterial benefit to which he / she is not legally entitled in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or during the
execution of the contract.
ii) The Bidder / Contractor undertakes not to enter into any undisclosed agreement or
understanding, whether formal or informal with other Bidders. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission
of bids or any other action to restrict competitiveness or to introduce cartelisation in the
bidding process.
iii) The Bidder / Contractor undertakes not to commit any offence under the relevant Anti-
corruption Laws of India. Further, the Bidder / Contractor will not use improperly any
information or document provided by the Principal as part of the business relationship
regarding plans, technical proposals and business details, including information
contained or transmitted electronically for the purposes of competition or personal gain
and will not pass the information so acquired on to others.
iv) The Bidder / Contractor will, when presenting his bid undertakes to disclose any and all
payments made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
2. The Bidder / Contractor will not instigate and allure third persons / parties to commit offences
outlined above or be an accessory to such offences.
Section 3 - Disqualification from tender process and exclusion from future contracts
If the Bidder, before the award of contract, has committed a transgression through a violation of
any provisions of Section 2 or in any other form so as to put his reliability or credibility as Bidder
into question, the Principal shall be entitled to disqualify, put on holiday or blacklist the Bidder
including from the future tender process or to terminate the contract, if already signed, on that
ground.
1. If the Bidder / Contractor has committed a transgression through a violation of any provisions
of Section 2 so as to put his reliability or credibility into question, the Principal shall be entitled
to exclude including blacklist and put on holiday the Bidder / Contractor from entering into any
GAIL future contract tender processes. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be determined by the
Principal taking into consideration the full facts and circumstances of each case particularly
taking into account the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder and the amount of the damage. The exclusion may be
imposed for a minimum period of 6 months and maximum of three years.
2. A transgression is considered to have occurred if the Principal after due consideration of the
available evidence, concludes that no reasonable doubt is possible.
3. The Bidder with its free consent and without any influence agrees and undertakes to respect
and uphold the Principal's absolute rights to resort to and impose such exclusion and further
accepts and undertakes not to challenge or question such exclusion on any ground, including
the lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.
4. Subject to the full satisfaction of the Principal, the exclusion of the Bidder / Contractor could
be revoked - by Principal prematurely if the bidder / contractor can prove that he has restored
/ recouped the damage caused by him and has installed a suitable corruption prevention
system in his organization.
1. If the Principal has disqualified the Bidder from the tender process prior to the award in terms
of Section 3, and during the execution of the contract, the Principal shall forfeit earnest
money deposit / bid security money, encash the bank guarantee including due payments in
addition to blacklisting or putting on holiday the bidder and terminating the contract.
2. If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages equivalent to Earnest Money
Deposit / Security Deposit / Performance Bank Guarantee.
3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder / Contractor can prove and establish that the exclusion of
the Bidder from the tender process or the termination of the contract after the contract award
has caused no damage or less damage than the amount of the liquidated damages, the
Bidder / Contractor shall compensate the Principal only to the extent of the damage in the
amount proved.
1. The Bidder swears on oath that no previous transgression has occurred during the last three
years with any other Company in any country conforming to the TI approach or including with
any other Public Sector Enterprise / Undertaking in India that could justify his exclusion from
the tender process.
2. If the Bidder makes incorrect statement on this subject, he shall be disqualified from the
tender process or the contract, if already awarded, could be liable to be terminated on this
ground.
1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an
undertaking and commitment in conformity with this Integrity Pact, and to submit it to the
Principal before signing of the contract.
2. The Principal will enter into agreements with similar conditions, as stipulated herein, with all
Bidders, Contractors and Subcontractors.
3. The Principal shall disqualify from the tender process all Bidders who do not sign this Pact or
violate any of its provisions.
1. The Principal appoints competent and credible external independent Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.
2. The Monitor is not subject to any instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of the
Board of the Principal.
3. The Contractor accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documentation. The same is applicable
to Sub-contractors. The Monitor is under contractual obligation to treat the information and
documents of the Bidder / Contractor / Sub-contractor with confidentiality.
4. The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Contractor. The parties offer to the Monitor the option
to participate in such meetings.
5. As soon as the Monitor notices, or believes to notice, a violation of this agreement he will so
inform the Management of the Principal and request the Management to discontinue or heal
the violation or to take other relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the Monitor has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action. However, the
Independent External Monitor shall give an opportunity to the bidder / contractor to present its
case before making its recommendations to the Principal.
6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within
8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and should the
occasion arise, submit proposals for taking corrective measures.
7. Monitor shall be entitled to compensation by the Principal on the same terms & conditions as
being extended to/provided to Outside Expert Committee Members of ONGC.
8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption laws of India, and the Chairperson has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the
Vigilance Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.
10. Independent External Monitor shall be required to maintain confidentiality of the information
acquired and gathered during their tenure / role as Independent Monitor. Any breach in this
regard would be subject to the legal judicial system of India.
11. The Independent External Monitors - shall be responsible to oversee the implementation of
Integrity Pact Program to prevent corruption, bribes or any other unethical practices in the
GAIL. However, Monitor(s) shall be personally and severally be liable for any action or suit
brought by Bidder / Contractor / against the Monitor, in case the findings of Independent
Monitor is / are found incorrect or biased or prejudiced.
12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall
disclose before taking any assignment that he / she has no interest in the matter or
connected with the party (bidder / contractor) in any manner.
The provisions of this Pact shall come into effect from the date of signing of this Pact by the both
parties. It expires for the Contractor 12 months after the last payment under the respective
contract, and for all other Bidders 6 months after the contract has been awarded.
If any claim is made / lodged by either party during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by the Chairperson of the Principal.
1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi. The Arbitration clause provided in main
tender document / contract shall not be applicable for any issue / dispute arising under
Integrity Pact.
2. Changes and supplements as well as termination notices, if any, need to be made in writing.
Side Agreements have not been made.
4. In case any or several of the provisions of this agreement turn out to be void, the remainder
of this pact shall remain valid. The parties to this pact however, shall strive to come to an
agreement to their original intentions in such a case.
______________________ _________________________
(Name & Designation) (Name & Designation)
For the Principal For the Bidder/Contractor
1 . 0 GENERAL
A s y s t e m f o r e v a l u a t i o n o f v e n d o r s / c o n t r d c t o r sa n t l t h r , : i rp c i - f o r r r i i t r r i .i (: -:
a k e y p r o c e s s a n c i i m p o r t a n t l o s L l p p o r f a r . i e f f c c l i v e p u r c h ; 1 s i f t ! l&
c o n t r a c t i n qf u n c t i o n O t a n o r l l a n i z a t i o n .
P e l r f o r r n a n c oe f a l l p a r L i c i p i : t i r i g
V e n r i o r s /C c n f r a c l " o r s /C o r i s u l f a r r L rsl i : { r f i
to ber closely monitored to <.:nsuret tirnely ri:r:eipt of sr.l;rg:liesfrcrn ;t
Vendor, completion of ar't assignment by a Consullani or corrlpirle
e x e c u t i o n o f o r d e r b y a c o n t r a c t c r w i t h i n s c h e d L r l e dc o m p l e t i { l n p e r i c d .
I-or timely executiorr of projects ancl meetiirg tlre oper;;iion 8a
r n a i n t e n a n c er e t l u i r e r n e l not f o p e r a t i n g ; : l a n t s , i t i s n c c c s E ; r r rt1o n r i : n i i o r
t h e e x e c u t i o n o f ' o r d e r o r c o n t r a c t s r i g h t f r o n r l h e a , " v a r - rs. l a g c t o
c o m p l e t i o n s t a g e a n d t a k e c o r r e c t i v en r e a s u r e si n t i n : e .
2 . 0 O B J E C T I V E"
T h e o b j e c t i v e o f E v a l u a t i o n .o f P e r f ' o r r n a n c ea i n i s t c r e c o g n i z c , a r i r i
develop reliable Vendors/Contraclors/Consultanls so tlrat tirey
c o n s i s t e n t l ym e e t o r e x c e e d e x p e c t a t i o n sa n d ' r ' e qu i r e t l e n t s .
T h e p u r p : o s eo f t h i s p r o c e c l u r ci s t o p r i t i n p l a c e a s y s t c r r ) t o r n o n i t i : i -
p e r f o r n t a n c e o f V e n d o r s / C o n t r a c t o r s l C o n s u l t a n tass s o c i a t . e cwl i i h G A i L
i n P r o j e c t s a n d i n O & F 1s o a s t o e n s u r e t i m e l y c o i n p l e t i c n o f v a r i o u s
p r o j e c t s , t i n r e l y r e c e i p L o f s L r p p l i e si n c l u d i n g c o n r p l e t i o r ro f l n ; o r x s &
s e r v i c e s f o r o p e r a t i o n a n d r n a i n t c n a n r : eo f o p c r a t i n g ; ; l a n t s a r r d r ; r - r a l i t y
slandards in all respects.
3 . 0 METHODALCIGY:
qf M-e"a,!ure_p;
(iii) IniLiotio-n
D ep en c l i n gu p o n t h e G r a c l l r r go f P e r f o r r n a r . ) c c ,o r r ec l i v e r n c a s u r c : ;
r,vould be initiated by taking up the nratter with concerried
Vendor,/Contractclr,/Consultant. Response af Vertdorl
Contrac.tor/Consultant wr:ulcl bc r:nsirjerer.l bcfrlrc rltzr..rdirtri
f u r t h e r c o u r s eo f a c l . i o n "
(iv) I m p l e m e n t a t i o n o f C r : r r e c t i v eM e a s u r e s :
(v) O r d e r s / c o n t r a c t sp l a c e d o n p r o p i t i a t o r y l 0 F M b a s i s f o r O i l F l ' r i i l b r :
evaluated and, if required, corrective action will be taken for
i r n p r o v em e n t i n f u t u r c .
4.4 EXCLUSIONs:
(i) O . c l e r s / L - o n t r a c tbse l o r , vt h e v a k t e r : f R s . 1 l _ a k h .
H o w e v e r , c o n c c r n c d E n g i n e c r - I r i i h a r g e l / O l C sl v i l l c o n t i n u n t o m o n r t o r
s u c h c a s e s s o a s t o m i n i i ' i r i z et h e i m p a c t o n P i - o j e c t s l O & l 4p ; l a n l sd u c l ' c
n o n p er f ' o r ' m a n c e
o f V e n d o r s / C o n l r a c l o r s l C o n s L r l l a n ti sn a l i s u c h c a s es .
Page2 of 13
5 . 0 PRp--C.ESS qF fVALUATION OF " psnronM&Frc"fi oF
VENDSR$IEO NTRACTO R5 I CON SU I=TANIS
3.1 F O RP R O ] E C T S
(i) E v a l u a t i o n r : f p e r f o r r n a n c co f V i ; n r i o i - s yC o n l r a c i o r s , /C c n s r i l t a n r s
in case of pROIfiCTS shitil be rjr:nc imrnerji;tr,:i'; r,rrif ft
c o m r n i s s i o n l n go f a n y P r o j e c t .
(iii) D e p e r r d i n gu p o n t l r e P e r f o r m a r r c et i . a t l n g ,f o l l o w i n g a c t i o r i n e e c it *
b e i n jt ia ted b y Fn g i n r:cr- i n - r:ha rg c/ Proj ilr.t-I n - r:h a rg,,::
Pclrfr:rrnance
R a ti n g
S e e k e x p l a r i a t i o nf o r P o o r
e rforrnanc:c
S e e k e > g l a n a t i o nf o r F a i r p e r f o i l ' n q { r c e
L e t t r r t o l h e c o n c er n c d f o r i n r p r o v i r ; 9 3
p e r l ' o r r n a n c ei n f u t u r e .
VERYGOOD N o f u d h er
(iv) R e p l y f r o m c o n c e r n e d V e n d o r / C c n t r a c t o r , / C c n s u l l a n ts h a l l b r :
e x a m i n e d . I n c a s e o f s a t i s f a c t o r yr e p l y , P e r f o r m a n c e l { a t i n g c i a t a
Sheel tri bel ck:seti rriith a lcttclr to tlie."r:orrcelrneci for ii.ripraving
p e r f o r m a n c ei n f u t u r e .
(v) W h e n n o r e p l y i s r e c e i v e do r r e a s o n s i n d i c a t e da r e u n s a t i s f a c t u r y ,
the followingactionsneed to be taken:
(A) ,w-irerc
P_s
{-qr-r.Da
{K_c-
rclins .i:. I'P"
QQBll;
(i) Recomnrend such d e f a ul t i r r g \ Je n d o r /
C o n t r a c t o r / C o n s u l t a n tf o r p u t t i r r g o n H O L I D A Y f o r ; r
periodof l yc-:ar'.
(ii) W h e n h i s p e r f o r n l a n c eh a s a f f e c i e d o v e r a l l c o m p l e l i o l ' r
s c h e d u l e c i f t h e p r c j e c t , r e c o n " : n r e n ds u c h d e f a u l t i n g
Vcndor/ Crntractor/Consullant for puttlng or)
liollDt.Y :'cr;r pcricd ri ?l:: yca15,
P a g e3 o f l 3
(B) Where Performance rating ig llFAIBll.
( v i i i ) I n c a s e c o m m i t l e e r e c o n ' ) m e n d sp r . r i . t i n ag p a r t y o n h o l i c l a yo r f c r
b l a c k l i s t i n g ,t h e P r o j e c t M a n a g e r w i i l p u t u p t i r e r ec c n r r l e n r J art o n
o f c o m m i t t e e t o t h e c o n c e r n e d D i r e c t o r t h r c u g i r C o r p c i r a i eC . & i )
Deptt. along with a draft show caus€ notjr:e providing a firrsii
-[he
opportunity to defencl his caEc-. draft sfiol,vcaus<:rroiicr:
s h o u l c lb e v e t t e c i b y l - e g a lD e p t t .
(x) O n r e c e i p t o f r e p l y i n r e s p o n s et o s l i o w c a u s e n o t i c e , C o r p o r a l s
C & P D e p t t . l v i l l f o r w a r d l h e s a m e t o P r o j e c t l " l a n a g e r w * h oa f t e r
t a k i n g l e g a l o p i n i o n w i l l p r e p a r e a p r o p o s a l f o r k e t e t p i n tgh c p a r t y
o n l l o l i d a y , / f o r b l a c k l i s t i n ga n d f o r w a r c l t h e s a m e t r : C o r p o r a L c
C & P D e p t t . f o r o b t a i n i n gt h e a p p r o v a l o 1 'l h e c o n c c r n e d D i r c c l o r .
(xi) A f t e r o b t a i n i n g a p p r o v a l f r o r n t h e c o n c e r n e c JD i r e c t o r , C o r p o r e t e
C & P D e p t t . w i l l i s s u e a l e t t c r t o t h e ; : a r t y r : r : r i v c y i n gt h c d c c : i : i i o r r
o f p u l t i n g h i m o n h o l i d a yf o r t h e s p c c i f i cp e r i o c o l r b l a c k l i s t i r r Ign e
paruy.
Page4 of 13
t'
5 . 2 F O R C O N S U L T A N C]YO B 5
M o n i t o r i n g a n d E v a l u a t i o no f c o n s u l t a n c yj o b s w i l l b e r : a r r i e : rrJ. l i r ti n t i r e :
s a m e w a y a s d e s c r i b e di n p a r a 5 . 1 f ( ) r p r o j e c t s e x r . c p t t n e f u n c t i o r i sc f
P r o j e c i M a n a c j e rw l l l b e p e r f o r m e d b y c o n c e r n e d r r r - c h a r g e s o f r r s e i
D e p t t s . s u c h a s P r o j e c t D e v e l o p m e r r t ,B u s i n e s sD e v e l o p m * r i L ,[ a p , i l , ] . ,
F i n . r n c eH , S E e t c . I h e p r o v i s i o no f p a r a 5 . 1 ( x r i i ) w r i r n o l l : e a i : r i i r : " : b r r .
f c i r c o n s u l t a n c yj o b s "
(ii) A f t e r e x e c u t i o n o f o r d e r a p e r f r : r n r a n c eR a t i n g D a i a s i r ee t { ' i a r r n a r .
a t A n n e x u r e - ? - )s h a l i b c p r e p i l r e l rfi o i - a l l o r r j u r s i ; y 3 r t e rc & l a r i r i
for ali Contracts/services by respccrivc Fngincer--lri-fh;irgc
e x c l u d i n gc a s e su n d e r p a r a 4 . 0
(ii') D e p e n d i n g u p o n P e r f o r m a n c eR a r i i r g ,f c l l o w i n g ;a c i ; o i - rn i : e c i t o b c
i n i t i ; r L e rbJy S i t e C & p :
S l .N t : Performance Action
Ratins
1 POOR S e e k e x p l a r r ; t i o nf ' o rp
Derformance
2 FAIR S e r : ke x p l a n a f i o nf o r r
Derformancc
3 GOOD Letterto the concernerJ
improvingperfornrance
futu re.
A
VERY GOOD No further action
(v) W h e n n o r e p l y i s r e c e i v e do T r e a s o n sj n c J i c a t c caJr e u n s a l i s f , a c t c r v ,
t h e f o l i o w i n ga c t i o n s n e e d t o b e t a k e n :
(A) wherePtl-fBrnatce
ratlnsis llP-oaR"
{ 1 1 P.ccoinrnerrci sLrch defauir!ng Veniorl
Contractor/Consu ltani for p u t t i n g o n H 0 l , l i l A Y f c l - a
periodof 1.ycar.
Page5 of 13
(ii) W h e n l r i s p e r f o r m a n c e h a s s e r i o i - r s l ya f f e c t . e d 1 . h e
opt:ratir:n & rlaintertanr:c of plant, rer:ori.rrlerlrJsr-tr.;fl
t l e f a u l t i n g V e n d o r / C o n l r a c t o r / C o n s r , r l t a nf i' o r p r , i i . t i n , . 1
o n H 0 L I D A Yf o r a p e r i o d a f ? i 3 y * a 1 5 .
(fi) $l-hereP-e-rf-prm.an-E.e.latins
i$ ::fAlJ-{1.
R e c o n r n r e n df o r i s s u a n c e o f l v a r n i n g | r r s u c h d e i a r - r i l i n g
Vendors,/Contractors/Ccnsultanls tc irrprcve ihcir
performance.
(ix) A f t e r o b t a i n i n g a p p r o v c r l f r o m t l r c c o n c ei ' n ed D i i e c t r - r r ,
C o r p o r a t e C & P d e p a r t m e n t r r y i l i s s r . r e' i l r e ls h o w r : a i r s cr r o l i r . t :l o
t h e c o n c e r n e dp a r l y .
(x) O n r e c e i p to f r e p l y i n r c s p o t t s et o s l t o ' r c a u s e n o t i c c ,f c r p r L r a l c
C & P D e p t t . w i l l f o r u v a r dt h e s a m e t o O i C w h o a f t e r f a i < r n gl e g a i
opinion will prepare a;:ro;:rosi:lfor kecping thg parly oit
l " l o l i d a y / f o rb l a c k l i s t i n ga n d f o r w a r c lt h c s a n r c t o C r : r p o r a t eC & P
D e p t t . f o r o b t a i n i n gt l r e a p p r o r r a lo f t l r e c . J i r a uI ir ; : Ci r i ; r : . t o r .
t*i,l A l i s t o f a l l p a r t i e s p u t c n h o l i d ; . t yr : r h i a c k i i E t r , r tl it i l i b r :
c o m r n u n i i . a t e dt o a i i L o r r L e r i l c da n d w i l l a l s o b t : r r i a i n t , r i r l r , :a' Jl
GAIL Inlranel.
Page6 of 13
(xili) Holvever, Holiday restriclionsshall not appiy r:n Vendors fci-
p r o c u r e m e n to f s p a r e sf r o r r t h e n r o n p r c p n e t i l r y l : a s i s .
6.l" A f t e r e x p i r y o f H o i i d a y p e r i o d , t h e v e n c l c r s / c c n t r a c t o r r / c c n s u i t a ; r l'!r n r i r o
have becn put on Holiday cjuc to dr.:layin r:r:rnJ:leliclri schi':rjriir:lrlli i.:r,:
autornatir:ally restoreci to partic;ig:atein i:usinE::;swilh GAii..^ i'-lor,vctvr:r,
p a r t i e s w h o h a v e b e e n p u t o n l l o l i c l a yd u e t o q u a l i t y p r c b l e n r su ; t l l b c
r e s l o r e d o n l y a f t e r a r e v i € r v b y t h e c o m m i t t e e r a . r i r i r :hi ia d r : a r i i e r
r e c o n r m e n d e dt h e p a r t y t o b e p u t o n H o l i d a y .
6 . 2 . T h e p e r i o r l o f H t t l i d a yw i l l b e i . f r r : r to
r n e l y c a r t e t h r t : e y i t i ' : r ' sc i r , ) i l c l ( l l i ) t
u p o n t h e s e r i o u s n e s so f f a i l u r e . l t c a n b c t h r e e y e a ; - si n c x l , r e r n cc i ; s ' : s
a n d m a y b e o n e y e a r o r l n ' o y e a r s d e p e n d i n qu p o n t h e : r a t u r e o f f a i l , . t r " e
in nerfornrance.
I'age7 of 13
JT
(,ii) B r i e f c l e s c r i p t i 0 n0 f I t e m s
Works/Assignrfinnt
(iv) O r d e r / C o n t r a c tv a l u e ( R s . )
(vi) C o n t r a c t e dd e i i v e r y /
C o m p l e t i o nS c h e d u l e
( v i i ) Actual delivery/
C o m p l e t i o nd a l e
R e m a r k s( i f a n y )
P E R | " O R M A N CREA TI N G ( x 1 , )
Note:
( * ) A l l o c a l i o no f m a r k s w o u l d b e a s p e r e n c l o s e r i n s l r i - r c t i o n s
( * t ' ) P e r f o r m a n c er a t i n q s h a l l b e c l a s s i f i e da s u r r d e r :
Page8 of 13
,
1.1 DELMRY/COIvIPLETIONpERFCIRfqANC
4SFM a r k s
a ) U pt o 3 m o n t h s BeforeCDD 4fi
Dclayup to 4 wl:eks ri
"
I weeks lil
" "1
0 r,.;eeks ).1
"
12 weeks ^j-tl
l(r \,VC€KS i l
m o r el h a n 1 6 w e e k s rr
b) Abovc 3 rnonths B e f o r eC D D 4CI
D el a y u p t o 4 y r e e k s ,\:
.,
B rveeks "ii)
" "10we
eks :-i
"
16 weeks ::o
" 20 weeks
i,{
"
24 weeks l0
more than 24 lveeks t.l
t"2 Q{JALITY PERFOF{,MAr{CE 4S Marks
l o r N o r l n a l C a s e s : N o D e f € c t s / / N oD e v i a t l o r r / N c f n r i u i c : 4() rnerks
i i i N u m b e or f 1. No deviaiiori 5 rnarks
deviations 2 . N o . o f d e v i a t i c n s * <2 2 rnarks
3 . N r : ^o f r J e v i a l i o n s> 2 - fi rni:rks
Pagc9 of l3
l
)
{iii) l...ic1r.rid;rtlon
of Check-list
1rr:inis 4 tll iJ :-l.i5
or
R e l i a b i l i toyf E s t i m a t e s / D e s i q n / Dnr a
gwr
etc. in caseof Consultancy jobs
{v) f i m e l y s u b m i s s i o no f e s t i m a t e sa n c l 4 n r a r k s
other docurnenLs for Exlra, liubstltLrted
& AHRitenrs
ts. FORSUPPLIES
(i) S l t b m i s s i o r io l o r c l e r a c c e p t a n c e , P B G , 5 n r a i - k s
D r a u r i n g sa n d o t h e r d o c u l r r e n t s w i t h i n
tirne.
(iv) S u b r n i s s i o nr : f i l l l r c l r l u i r e d c l o c u r n i : r r t s 5 r n ; l i k : ;
i i r c l u d i n gT e s t C e r t i f i c a t e s a l t h e t i m e
of suppiy
P a g e1 0o f l 3
f
.rl
@e-aqeE
GAIL (India) Limited
R,qrrr{CpArA gH.rg-r{r-Q-Kq&ry}
qFRTOSMANCE
(i) l-ocatioir
(iii) B r i e f d e s c r i p t i o r ro f I t e n r s
\l/orks/Assign nrent
(iv) O r c l c r / C c n t r a c tv a l u e r( R s .)
(v) N a n r eo f V e n d o r / C a n t r a c t o /
C on s ul t an t
(vi) C o n t r a c t e dd e l i v e r y l
C o m p l e t i o nS c h e d u l e
R e m a r k s( i f a n y )
PIRFORMANCF
RAl'rNG('*) I I
N o t e : ( x ) A l l c c a l i o n o f n r a r k st o b e a s p e r e n c l n s e r li i r s l r u c l i o n s
( ' F ' r )P e r f o r n r a n c er a t i r r gs l r a l l b e c l a s s i f i e da s u n d er :
5 t . R a n q e( P l a r k s ) Ratln0 5 i g ; n a t u r eo i
No. a u t h o r i z e dS i crl r a i o r y:
i 6 0 & bellow POOR
2 6r-75 FAlR Name:
3 76-94 GOO{)
A
M o r et h a n 9 0 VERY D es i g n a t i o n :
GOOD
P a g el l o f 1 3
t
..i :
M a r k s a r e l c b e a l l o c a t e da s u n d er :
ForNor;nalCascs:No t.)efucf.s/No
l.)cviai.ion./No
fuii,rrr: : 40 tnai-l<:
ii Whenqualily F a i l L r r eo f s e v e i e n a t l l r e l l .n a r k :
f ; : i l u r ee r r d a n g e r - I ' i q d e r a l en a l a t e l; rtriirks
system integration - l o w s e ' J e r en a t r t r e l . C - . l f ir r ; r r k
and safely of tfre
system.
i i i N u m b e ro f 1. No deviaticn 5 nrark:;
-rleviations 2^ No. of dc:viatiorrS : ; 2. 2 rnarks
3 . N o . o f d e v i a { . i o n>s 2 0 rlar'l<s
P a g el 2 o f 1 3
1.3 RELIASILITY FFRFOR.MANCE 2G Marks
(iv) Compliarrce
til statr-ltoryand HS & t 4 fnaikI
rcquirements
or
R e l i a b i l i t yo f H s t i m a t e s l D e s i g n l D r a rrrrvgi
e t c . i n c a s c t l f C o n s u l t a n c yj o i : s
B. FOR SUPFLIES:
(i) S u b r l i s s i o n o f o r c j e r -a c c c ; : t a r i c c :P
, BG, 5 rtrarks
D r a w i n g s a n d o t h e r c l o c u n r e n l sr v i l h i n
time.
(i i ) A t t e n d i n g c o m p l a i n l s a n d r e c l u r l s t si ' c r 5 nt a iKS
after Salcs servlce/ warranty rcpairs
and /ar query/advice (up t<: tire
e v a l u a t i o np e r i o d ) .
(iv) S u b r r i i s s i o no f a l l r e q u i r e c l d o c u r n e n i . s 5 m a r k s
i n c l u d i n gT e s l C e r t i f i c a t e s a t t l ' ] c t i m e
of supply
P a g e1 3o f 1 3
GAIL (INDIA) LIMITED
FOR
GAIL PETROCHEMICAL
COMPLEX-II, VIJAIPUR (M.P.)
1. The Schedule of Rates/Price shall be read with all other sections of this Bidding
Document.
2. The Contractor is deemed to have studied the drawings, specifications and details of
works to be done within the Time Schedule and should have acquainted himself of the
conditions prevailing at site.
3. No claim shall be entertained during currency of this Contract towards any items due to
the above including where the Contractor has quoted low/ high rates.
4. Employer/Consultant reserves the right to interpolate or extrapolate the rates for any
new item of work not covered in Schedule of Price from the similar items already
available in schedule of rates. All the works shall be measured upon completion and
paid for at the rate quoted and accepted in the "Schedule of Price". In case any activity
though specifically not covered in schedule of rates descriptions but the same is
covered under scope of work/ scope of supply/ specification/ drawings etc. no extra
claim on this account shall be entertained, since Schedule of Price is to be read in
conjunction with all other documents forming part of the Contract.
5. All items of work mentioned in the Schedule of Prices shall be carried out as per the
specifications, drawings and instructions of Employer/Consultant and the rates are
deemed to be inclusive of material, consumable, labour, supervision, tools & tackles
and detailing of construction/fabrication drawings, isometric wherever required as called
for in the detail specification and conditions of the Contract.
6. Employer/Consultant reserves the right to cancel/ delete/ curtail any item or group of
work if necessary. Such a step shall not be construed as reason for changing the rates.
7. The quoted prices shall be inclusive of all taxes & duties (including VAT), VAT on
Works Contract Tax, Central Sales Tax, Excise Duty, Entry Tax, Octroi, levies etc.
except Service Tax. Bidder’s price quoted in Excel file (short description of SOR) shall
not include service tax. Bidder shall indicate the service tax component at summary of
prices on net amount.
8. Item description provided in Schedule of Rates (Short Description) is in brief, which is
print out of Excel file of SOR. While quoting and filling the rate in this Schedule of
Rates (Short Description), Bidder shall take into consideration complete scope of
work/item description as mentioned in Schedule of Rates (Detailed Description) for the
relevant item. The rate quoted in Schedule of Rate (Short Description) shall be
deemed to include all activities of work mentioned in item description of Schedule of
Rates (Detailed).
9. Bidders to note that the Prices in Indian Rupees are to be filled in the respective Excel
sheets in SRM folder only.
_____________________________
STAMP & SIGNATURE OF BIDDER
A095/06
STAMP AND SIGNATURE OF THE BIDDER
Bidders to note that the Prices in Indian Rupees
shall be filled in the respective Excel sheet in
SRM folder only.
NOTE:
1. The quoted prices shall be inclusive of all taxes & duties (including VAT), VAT on Works Contract Tax,
Central Sales Tax, Excise Duty, Entry Tax, octroi, levies etc. except Service Tax.
2. Bidder’s price quoted in Excel file (short description of SOR) shall not include Service Tax. Bidder shall
indicate the service tax component at Sl. no. 5. The rate of Service Tax indicated in this format shall
be considered for statutory variation as per the provisions of bidding document.
_______________________________
A095/06
STAMP AND SIGNATURE OF THE BIDDER
SCHEDULE OF RATES/PRICES
(DETAILED DESCRIPTION)
The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.
Schedule of Rates
for
General Civil Works
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK (REFER SPECIFICATION NO. 6-68-
0003)
3 S001.01.00 Earthwork excavation in soil
4 S001.01.01 Earth work in EXCAVATION below ground level for all Cu.m. 70
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth upto 1.5m including removal of vegetation,
shrubs and debris, cutting and dressing of sides in
slopes, levelling, grading and ramming of bottoms,
dewatering of accumulated water from any source and
keeping the surface dry for subsequent works and
disposal or stacking of excavated material within a lead of
100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
5 S001.01.02 Earth work in EXCAVATION below ground level for all Cu.m. 20
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth beyond 1.5m and upto and inclusive of 3.0m
including removal of vegetation, shrubs and debris,
cutting and dressing of sides in slopes, levelling, grading
and ramming of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal or stacking of excavated
material within a lead of 100m, as directed including
providing temporary supports to existing service lines like
water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding
shoring and strutting.
6 S001.02.00 Earthwork excavation in soft rock
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
7 S001.02.02 Earth work in EXCAVATION below ground level for all Cu.m. 50
kinds of works in SOFT ROCK as classified in
specification for a depth beyond 1.5m and upto &
inclusive of 3.0m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes,
levelling, grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or
stacking of excavated material within a lead of 100m, as
directed including providing temporary supports to
existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
8 S001.02.03 Earth work in EXCAVATION below ground level for all Cu.m. 70
kinds of works in SOFT ROCK as classified in
specification for a depth beyond 3.0m and upto &
inclusive of 4.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes,
levelling, grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or
stacking of excavated material within a lead of 100m, as
directed including providing temporary supports to
existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
9 S001.02.04 Earth work in EXCAVATION below ground level for all Cu.m. 20
kinds of works in SOFT ROCK as classified in
specification for a depth beyond 4.5m and upto &
inclusive of 6.0m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes,
levelling, grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or
stacking of excavated material within a lead of 100m, as
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
directed including providing temporary supports to
existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
10 S001.07.00 Backfilling after exceution of work
11 S001.07.01 BACKFILLING after execution of the WORK to proper Cu.m. 50
grade and level with selected materials from available
excavated soil from spoil heaps within a LEAD OF 100M,
including re- excavating the deposited soil excavated
earlier, breaking clods, laying at all depths and heights in
layers of thickness not exceeding 15 Cms. watering,
rolling and ramming by manual methods/ mechanical
compactors to achieve 90% laboratory maximum dry
density, dressing, trimming etc. in foundations, plinths,
trenches, pits etc. all complete.
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
SPECIFICATION NO. 6-68-0004)
13 S002.17.00 PCC - Non FIM Items
14 S002.17.08 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 60
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete grade M20 with 20mm and down size graded
crushed stone aggaregates/Gravels.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
15 S002.18.00 RCC Substrutures - Non FIM Items
16 S002.18.17 Providing and laying REINFORCED CEMENT CUM 75
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CONCRETE OF M-30 GRADE with 20 mm and down
size graded crushed stone aggregates/ gravel in SUB-
STRUCTURE e.g. foundations, raft, beams, slabs, pile
caps, retaining walls, dyke walls, jambs, counterforts,
buttresses, pedestals, pipe sleepers, columns,
suspended floors, staircases, landings, steps, brackets
etc., including equipment/ machine foundations &
pedestals viz. compressors, ID & FD fans, pumps,
generators, crushers, mills, etc., (including single pour
concreting as specified on the drawing), applying cement
wash on concrete surface (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering, etc., wherever required, vibrating,
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level
in any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
17 S002.19.00 RCC Superstructures - Non FIM Items
18 S002.19.16 Providing and laying REINFORCED CEMENT CUM 10
CONCRETE OF M-25 GRADE with 20 mm and down
size graded crushed stone aggregates/ gravel in SUPER
STRUCTURE in suspended floors, slabs, beams,
columns, walls including counterforts, staircases,
landings, steps, facias, fins, mouldings, gutters, shelves,
window sills, canopies, lintels, girders, ducts, brackets,
chajjas with drip moulds, pedestals, posts, struts,
equipment/ machine foundations, ramps etc. (including
single pour concreting as specified on the drawing),
providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating,
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO &
INCLUSIVE OF 20 m ABOVE PLINTH LEVEL in any
shape, position, thickness etc. all complete as specified,
shown and directed. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
19 S002.23.00 HYD Bars / MS Bars - Non FIM Items
20 S002.23.07 Supplying and placing in position HIGH YEILD- MT 10
STRENGTH DEFORMED STEEL BARS
REINFORCEMENT of Grade Fe500 (TMT) conforming to
IS:1786, for RCC work including transporting the Steel,
straightening, cleaning, decoiling, cutting, bending to
required shapes and lengths as per details, binding with
18 SWG black soft annealed binding wire at every
intersection, supplying and placing with proper cover
blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete
as directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting
dowels, anchor bolts or any other fixture etc. all complete
and as specified and directed.
23 S006.00.00 MISCELLANEOUS STEEL WORKS (REFER
SPECIFICATIONS NO. 6-68-0008)
24 S006.16.00 MS Metal Inserts - Non FIM Items
25 S006.16.01 Supplying, transporting, storing, fabricating and fixing in MT 0.5
position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced
Cement concrete members inclusive of adjusting
shuttering & reinforcement/ any other fixture, welding
where necessary, tying and holding to correct level, line
and position, any auxilliary dummy structures to support
the heavy inserts, painting exposed surfaces with a coat
of primer as per EIL Specification No. 6-44-0004 (or Job
Specification, wherever applicable) etc. all complete for
all depths and heights as specified and directed. (
SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).
26 S006.23.00 Hand Railing 1000mm - Non FIM Items
27 S006.23.01 Supplying, fabricating and fixing in position at all locations m 700
1000mm high HAND RAILING (for staircases) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, welding,
bolting, grouting with ordinary grout, cleaning, surface
preparation, shop primer as per EIL SPEC. 6-44-0004 (or
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Job Specification, wherever applicable) , preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).(Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).
28 GC GENERAL CIVIL
29 C006.00.00 SITE GRADING & ROCK CUTTING FOR SITE
GRADING (SPEC. NO. 6-65-0017).
30 C006.40.00M01 Earth work in excavation for general site grading, roads, CUM 100
embankments, etc. for all heights and depths in Hard
Rock by using chieselling method (no blasting is
permitted) or any other suitable media approved by
Engineer-in-Charge depending upon the situation etc.,
taking spot levels, excavation to required depths and
slopes, dressing (by chiseling) trimming of sides and
leveling etc. including all labour, materials and all related
works, sorting out serviceable material like boulders and
unserviceable materials, stacking of serviceable material/
boulders and unserviceable material to demarcated areas
anywhere inside plant boundary limit as per instructions of
Engineer-in-charge. All complete as per drawings,
specifications and directions of the Engineer-in-Charge.
31 C006.41.00M02 Earthwork in simultaneous excavation and filling in all CUM 60000
types of soil except soft rock and hard rock for general
site grading for all heights and depths, dewatering, if
necessary, sorting out the excavated soil into serviceable
and unserviceable materials in excavation areas and
including filling in filling areas with serviceable material for
general site grading, roads and reservoir embankments
for all heights and depths to proper levels, slopes, grades
and camber, consolidating exposed natural soil to 90% of
max. laboratory dry density as per IS:2720 Part-VII,
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
breaking clods, spreading in layers not exceeding 30 cms
loose thickness, watering, ramming and compacting with
power road rollers to give at least 95% of max. laboratory
dry density, dressing, leveling, testing, etc. and disposal
of unserviceable materials/surplus earth if any, as
directed by Engineer-in-Charge including stacking and/or
dumping and dressing the same in demarcated areas
etc.complete as per specifications, drawings and
directions of Engineer-in-Charge. (The leads for
simultaneous excavation & filling shall be within 500 m of
filling area and measurement shall be taken in the cutting
area only. The leads for disposal of unservicable material
shall be anywhere within complex limit).
32 C006.42.00M01 Earthwork in simultaneous excavation and filling in soft CUM 20000
rock for general site grading of all heights and depths as
per specifications, dewatering, if necessary, sorting out
the excavated soil into serviceable and unserviceable
materials in excavation areas and including filling in filling
areas with serviceable material for general site grading
and roads for all heights and depths to proper levels,
slopes, grades and camber including consolidating
exposed natural soil to 90% of max. laboratory dry density
as per IS:2720 Part-VII , carrying out compaction test of
filling material, spreading in layers not exceeding 40cm
loose thickness, filling voids with smaller size material to
ensure well graded and compacted fill, watering, ramming
and compacting with power rollers to give at least
95%maximum dry density as per IS:2720 Part-VII,
dressing, leveling, testing, etc. and disposal of
unserviceable materials/ surplus earth if any, as directed
by Engineer-in-Charge including stacking and/or dumping
and dressing the same in demarcated areas etc.
complete as per specifications, drawings and directions of
Engineer-in-Charge. (The leads for simultaneous
excavation & filling shall be within 500 m of filling area
and measurement shall be taken in the cutting area only.
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
The leads for disposal of unservicable material shall be
anywhere within complex limit).
33 C006.45.00M01 Earthwork in filling with borrow earth for all heights and CUM 10000
depths for filling in reservoir embankments or at any other
place as directed to proper levels, slopes, grades and
camber with selected earth obtained from approved
borrow areas for all leads within Complex Limit including
excavation of earth at borrow areas, clearing and
stripping at borrow areas (if necessary),loading,
unloading, transportation etc., consolidating exposed
natural soil to 90% of maximum laboratory dry density as
per IS:2720 Part-VII, breaking clods, spreading in layers
not exceeding 30 cm loose thickness, watering, ramming
and compacting with road roller to give at least 95% of
max. laboratory dry density as per IS:2720 Part-VII,
providing testing apparatus and testing the degree of
consolidation, dressing and leveling, etc. complete,
including disposal of all unserviceable materials if any
within plant boundary limits for all leads etc., as per
drawings, specifications and directions of Engineer-in-
Charge. (Borrow areas shall be provided by Client beyond
100 m of filling area and upto anywhere within complex
limit.).
34 C017.00.00 FABRICATION AND ERECTION OF PIPING (SPEC.
NO.6-65-0030 and 6-44-0012) : Supplying the following
forged fittings and flanges, conforming to piping material
specifications of tender documents and delivering the
same to Owner's stores/workspot etc. all complete as per
the directions of Engineer-in- Charge.
35 C017.01.00 Bends 90 Degree for following Nominal Sizes and Piping
Material Class
36 C017.02.00 Bends 45 Degree for following Nominal Sizes and Piping
Material Class
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
37 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G
PIPING AND OTHER CIVIL WORKS (SPEC. NO. 6-65-
0035)
38 C025.44.00 Supplying, fabricating and fixing in position in RCC or EACH 45
brick masonry walls MS rungs made out of 20mm dia.
reinforcement bar of grade Fe500 TMT bar conforming to
IS: 1786 .Including laying or welding to keep in proper
position etc. complete as per drawings, specifications and
instructions of Engineer-in-Charge.
39 C030.00.00 FILM LINING WITH CONCRETE LINING FOR
EARTHEN RESERVOIR (Spec No. 6-65-0046)
40 C030.06.00 Supplying and laying film lining with cement concrete
lining of M-20 grade with 20mm and down size graded
stone aggregates in reservoir, channels, etc, including
preparation of sub-grade, 75MM thick fine sand fill over
sub-grade, laying Film lining 250 micron of minimum
thickness, providing 10mm thick 1:6 cement mortar
plaster on the film, disposal of surplus earth/
unserviceable material within a lead of 500M as directed,
rolling and testing, laying concrete, leaving pockets,
making drains, laying in alternate panels, shuttering the
edges, curing, finishing the top surface smooth including
complete cost of taking and testing concrete cubes and
testing of reservoir/ pond after completion of work,
including dewatering of accumulated water
from any source and keeping the surface dry for
subsequent works etc. complete as per drawings,
specifications and directions of Engineer-in-Charge.
41 C030.06.05 For lining thickness of 100 mm on horizontal surface (All SQ.M. 60000
material including cement supplied by the contractor)
42 C030.06.06 For lining thickness of 100 mm on sloped/curved surface SQ.M. 22250
(All material including cement supplied by the contractor)
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
filling of the weep holes by gravels, laying cement
concrete in alternate panels, shuttering the edges, curing,
finising the top surface smooth including complete cost of
taking and testing concrete cubes and carrying out any
other tests etc. complete as per drawings, specifications
and directions of Engineer-in-Charge.
49 C033.01.03 On horizontal surface (All materials including cement CU.M. 3000
supplied by contractor)
50 C033.01.04 On sloped/curved surface (All materials including cement CU.M. 10500
supplied by contractor)
51 C041.00.00 MISCELLANEOUS ITEMS
52 C041.12.00 Supplying and fixing in position CI sluice Gates with
frames as per IS:3042 and as per specifications and
drawings including transportation to site of work,
supplying and fixing bolts, nuts, washers, gaskets etc.
complete as per drawings, specifiations and directions of
Engineer-in-Charge. For following Size(mm) and Type
and Class
53 C041.12.01 1200x1200 Square I EACH 2
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
55 C041.15.02 Cement supplied by contractor EACH 2
58 C999.00.00 Miscellaneous
59 C999.99.00 Miscellaneous
60 C999.99.99V02 Supplying, fabricating and fixing G.I. chain link fencing M 1300
with 3.15mm dia wire, 50x50mm diamond mesh chain
link fence fabric in 1.9 metre wide rolls, stretcher bars,
staples, etc., fixing bottom of fencing to a concrete sill
beams of size 230 mm width and 300 mm depth of PCC
M20 grade at ground level below chain link fencing,
providing & fixing structural steel post, struts, straining
posts including painting with two coats of synthetic
enamel paint conforming to IS:2932 over a coat of red
oxide primer conforming to IS:2074, providing sill beam,
PCC block foundations for line post, struts, straining post,
tamping, curing, shuttering, embedding of any fixture etc
by means of hairpin staples, including earthwork in
excavation in all type of soil excluding soft rock/ hard rock
for all depth, backfilling, disposal of surplus earth
anywhere within complex limit, providing GI barbed wire
in position 2.5mm (12 gauge), 2 ply, 4 points,
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
(designation A- 1) conforming to IS:278 in horizontal rows
for chain link fencing overhang including providing
spacers etc. with necessary GI staples, clips and pins, GI
straining bolts and binding wire etc. conforming to
IS:2721 fixed to steel, providing line wire with turn bucket,
nut and bolt, hooks etc. all complete as per drawing. No.
A095-000-16-47-3705, specifications and directions of
Engineer -in-Charge (All materials shall be supplied by
Contractor). (The measurement of work shall be on linear
basis for 1.9 m wide fencing fabric, requisite rows of
barbed wire supplied & fixed along with all other items
provided i.e. structural steel line/ straining posts, struts,
sill beam, block foundations and completion of all
assoicated work etc.)
61 C999.99.99V06 Supply and installation of gate valve assembly consisting EACH 2
of valve, 2 no. flages, 2 no. gaskets and 2 sets of nuts
and bolts per valve assembly in position, including supply
and fixing of nuts, bolts, gaskets, washers etc. complete
as per drawings, specifications and directions of
Engineer-in-Charge for following nominal size and Piping
Class
Dia - 20 INCH, Piping Class - A91A
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
63 C999.99.99V10 UNDERGROUND SEWER SYSTEM - RCC PIPES M 100
(Spec. no. 6-65-0042)
Supplying & laying under ground RCC pipes sewers with
socket and spigot ends conforming to IS:458, of approved
make, to proper grade and alignment, including earthwork
in excavation in all types of soil including soft rock but
excluding hard rock which shall be paid separately, for
pipe trenches, pits, manholes, etc. including dewatering,
shoring and strutting if necessary, dressing of sides,
leveling, grading and ramming of bottoms, providing 100
mm thick 1:5:10 PCC (1 Cement: 5 sand : 10 coarse
aggregate) for leveling of uneven bottom in rock areas,
cutting the R.C.C. pipes to required lengths, lowering the
pipe, jointing , including connecting pipes to manholes
and grouting the pipe body with manhole wall using
cement mortar 1:2 (1 cement : 2 sand), curing of joints,
testing, draining of water, cleaning of pipe after testing,
backfilling the trenches, pits etc. with selected materials
from available excavated soil including re- excavating the
deposited soil excavated earlier, breaking clods and
laying at all depths in layers of 15cm loose thickness,
watering and ramming to proper compaction, cutting of
roads wherever required, making good the road surface
etc. (if the select material from excavated soil for
trenches is short for backfilling of trenches, trenches shall
be backfilled with available earth/ earth from borrow area
within the plant boundary limit, which shall be paid
separately under relevant item).disposal of surplus earth/
unserviceable material to demarcated area anywhere in
the plant boundary complex, commissioning etc.
complete for all depths as per drawings, specifications
and instructions of Engineer-in- Charge (Cement shall be
supplied by contractor).
For following Pipe size (mm) and Class
Dia (internal) - 1200 mm, Pipe Class - P1
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
64 C999.99.99V11 FABRICATION AND ERECTION OF PIPING (SPEC. M 150
NO.6-65-0030 and 6-44-0012)
Laying and jointing of above ground black steel tubes/
ERW pipes, fabricated steel pipes and specials including
transportation of Pipes to work site, cutting of pipes if
required, edge preparation, surface preparation and
painting as per painting specifications on pipes and
specials, laying the pipes of all type and thickness over
pipe supports/ sleepers to required alignment and levels,
welding the same after laying, providing reinforcing pad
as per piping material specifications, installation of
flanges (including break-up flanges wherever necessary),
tapping for pressure gauges, temperature gauges and all
other online instruments if required, fixing of nuts, bolts,
gaskets and washers, welding, painting of field joints,
Liquid Penetration Test (LP Test) as per Specs,
hydrostatic testing of the system, flushing, drying the
pipeline with compressed air etc. complete as per
drawings, specifications and instruction of Engineer-in-
charge. Fittings shall be paid separately ).
For Water System (Pressure Piping) for following Nom.
Sizes and Piping class
( Dia - 20 INCH, Piping Class - A91A )
65 C999.99.99V12 FABRICATION AND ERECTION OF PIPING (SPEC. EACH 2
NO.6-65-0030 and 6-44-0012) : Supplying the following
forged fittings and flanges, conforming to piping material
specifications of tender documents and delivering the
same to Owner's stores/workspot etc. all complete as per
the directions of Engineer-in- Charge.
Bends 90 Degree for following Nominal Sizes and Piping
Material Class
( Dia - 20 INCH, Pipe Class - A91A )
66 C999.99.99V13 FABRICATION AND ERECTION OF PIPING (SPEC. EACH 4
NO.6-65-0030 and 6-44-0012) : Supplying the following
forged fittings and flanges, conforming to piping material
Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
specifications of tender documents and delivering the
same to Owner's stores/workspot etc. all complete as per
the directions of Engineer-in- Charge.
Bends 45 Degree for following Nominal Sizes and Piping
Material Class
( Dia - 20 INCH, Pipe Class - A91A )
67 C999.99.99V14 Transporting and disposing the SURPLUS EARTH CUM 1100
INCLUDING SOFT ROCK AND HARD ROCK AND
DEBRIS from construction area UPTO ANYWHERE
within the plant boundary including re-excavating the
deposited soil excavated earlier, loading, transportation,
unloading, laying at all depths and heights, stacking,
levelling and dressing both the area (viz. from where the
earth is transported and where it is deposited) to required
levels and slopes complete with all lifts as directed. For
carting on the basis
of truck measurements (volume of truck reduced by 30%
for voids).
(SHORT DESCRIPTION)
SCHEDULE OF RATES
BIDDING DOC NO A095/T-119/10-11/RKS/06
BIDDER NAME
JOB NO A095
PART NO 0
TENDER TITLE RAW WATER RESERVOIR FOR GAIL PETROCHEMICAL COMPLEX-II,
CLIENT GAIL (INDIA) LIMITED
PROJECT PETROCHEMICAL COMP-II,VIJAIPUR
Bidders are requested to fill in the RATE column only
IN INR
Page 1 of 3
SCHEDULE OF RATES
BIDDING DOC NO A095/T-119/10-11/RKS/06
BIDDER NAME
JOB NO A095
PART NO 0
TENDER TITLE RAW WATER RESERVOIR FOR GAIL PETROCHEMICAL COMPLEX-II,
CLIENT GAIL (INDIA) LIMITED
PROJECT PETROCHEMICAL COMP-II,VIJAIPUR
Bidders are requested to fill in the RATE column only
IN INR
Page 2 of 3
SCHEDULE OF RATES
BIDDING DOC NO A095/T-119/10-11/RKS/06
BIDDER NAME
JOB NO A095
PART NO 0
TENDER TITLE RAW WATER RESERVOIR FOR GAIL PETROCHEMICAL COMPLEX-II,
CLIENT GAIL (INDIA) LIMITED
PROJECT PETROCHEMICAL COMP-II,VIJAIPUR
Bidders are requested to fill in the RATE column only
IN INR
TOTAL 0.00
OVERALL REBATE 0.00 0.00
Page 3 of 3
NAME OF WORK : RAW WATER RESERVOIR WORKS FOR GAIL
PETROCHEMICAL COMPLEX-II, VIJAIPUR
S. ITEM RATE
NO.
1.0 Rate of Extended Stay Compensation per Month beyond
the Time Schedule and grace period mentioned in Rs. __________
Bidding Document for reasons solely attributable to
Owner. (Per Month)
NOTE:
1. Extended Stay Compensation shall be loaded on the quoted prices as per clause no.
27.0 of Special Conditions of Contract.
2. In case no rate for Extended Stay Compensation is stipulated, it will be considered that
Extended Stay Compensation is not required by the Bidder and the rates quoted by
them shall be valid till completion of works in all respects.