Click on the Document Title to go to that section of the document

Table of Contents Document Number Rev. Document Title Page Number A456- A TENDER DOCUMENT 2 TENDER_DOC- A456-000-16-47-CA- T-8001 A456-000-16-47-CA- B Topographic Survey Tender 137 T-8001 A456-000-16-47- D SCOPE OF WORK & SUPPLY 139 SOW-01 6-65-0002 4 Standard specification for survey works. 143 A456-000-16-47-SP- A Addendum to Standard specification for survey work (6-65-0002) 152 01 6-82-1700 1 ITP for Civil Structural & Architectural Works (Item rate contracts) 154 A456-000-16-47- A SCOPE DRAWING (OTHERS) 219 0801 A456-000-16-47- A SCOPE DRAWING (OTHERS) 220 0802

Page 1 of 220

RAJASTHAN REFINERY PROJECT OF M/S HINDUSTAN CORPORATION LTD.

(BIDDING DOCUMENT NO. AS/A456-000-CA-TN-8001/1000)

BIDDING DOCUMENT FOR TOPOGRAPHIC SURVEY OF REFINERY AREA

Part - I: COMMERCIAL SECTION

Prepared by:

Page 2 of 220 MASTER INDEX

NAME OF WORK : TOPOGRAPHIC SURVEY OF REFINERY AREA FOR RAJASTHAN REFINERY PROJECT OF M/S CORPORATION LTD BIDDING DOCUMENT NO. : AS/A456-000-CA-TN-8001/1000

PART – I

COMMERCIAL SECTION

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

2. Master Index 1

3. Letter Inviting Bid (LIB) 5

4. Acknowledgement Cum Consent Letter 2

5. Instructions To Bidders (ITB) 16

6. Proposal Forms 28

7. General Conditions of Contract (GCC) 36

8. Special Conditions of Contract (SCC) 06

PART – II PRICE PART S. DESCRIPTION NO. OF SHT. NO. 1. Cover Page 1 2. Preamble to Schedule of Rates 1 3. Short Description of Schedule of Rate (FORM SP-1) 1+01 4. Detailed Description of Schedule of Rates (FORM SP-2) 1+03 5. FORM SP-3 1+1

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

102-A456-1000-MI Page 1 of 1

Page 3 of 220 Regd. Office: Bhawan, 1, Bhikaiji Cama Place, - 110066

LETTER INVITING BID (LIB)

No. A456/1000 Date: 20.11.2013

M/s......

SUBJECT : TOPOGRAPHIC SURVEY OF REFINERY AREA FOR RAJASTHAN REFINERY PROJECT OF M/S HINDUSTAN PETROLEUM CORPORATION LTD BIDDING DOCUMENT NO. AS/A456-000-CA-TN-8001/1000

Dear Sir,

1.0 Hindustan Petroleum Corporation Ltd. is setting up a state of the art 9 MMTPA Refinery-cum- Petrochemical complex in Pachpadra Tahsil of Barmer District of Rajasthan. The Rajasthan Refinery Project will be setup in joint venture between M/s HPCL & M/s Rajasthan State Refinery Limited (M/s RSRL). Engineers India Ltd. (EIL) has been appointed for the execution of pre- project activities on EPCM basis. EIL shall be the Engineer-In-Charge (EIC) for this project.

2.0 Engineers India Limited (EIL) on behalf of Hindustan Petroleum Corporation Ltd. (HPCL), invites sealed bids for the subject work under single stage two bid system as detailed in the Bidding Document.

3.0 E-Bids under single stage two envelope system is invited for the subject works. The Bidding Document as per Master Index is issued through EIL‟s ASP E-Tendering website: www.tenderwizard.com/eil; EIL website: http://tenders.eil.co.in, HPCL WEBSITE www:hindusthanpetroleum.com or on Government website http://www.tenders.gov.in and on Central Public Procurement Portal website (http://eprocure.gov.in/cppp). Bidder can view/download the documents from any of the websites mentioned above. However, the bid shall be submitted through EIL‟s ASP E-tendering website only i.e. www.tenderwizard.co./eil. 4.0 Salient details of the Bidding Document are as under :

Name of Work : Topographic Survey of Refinery Area

Time Schedule : 12 (Twelve) Weeks from the date of Issue of Fax of Acceptance.

Earnest Money Deposit (EMD)/ : INR 1,40,000/- (Indian Rupees One Lakh Forty Bid Security. Thousand only).

In the form of Crossed DD in favour of M/s Hindustan Petroleum Corporation Limited payable at or Bank Guarantee in the prescribed Pro-forma from any Scheduled Bank in India or from any Indian Branch of International Bank.

103-A456-1000-LIB Page 1 of 5

Bidders are required to submit the EMD (in the prescribed format) in original as per the manner prescribed in the Bidding Document at the time of bid submission in sealed envelope titled “Earnest Money Deposit for Bidding Document No. AS/A456-000-CA-TN- 8001/1000”. However, bidders are required to upload the scanned copy of EMD on E- Tendering website along with the e-bid. If the Bidder is unable to submit EMD in original within the due date & time, then bidder shall submit the original EMD within 7 (seven) days from the date of un-priced bid opening, provided copy of the same have been uploaded on E- Tendering Website. In case the bidder fails to submit the same in original within 7 (seven) days, then their bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder. Last date of submission of : 29.11.2013 Bidder‟s Pre-Bid Queries Date of Pre-Bid Meeting : 1000 Hrs. (IST) on 03.12.2013 at Business Centre, Engineers India Limited, New Delhi. Last Date and Time for : Up to 1200 Hrs. (IST) on 12.12.2013 Submission of Bid. E-Bid submission through E- : Only E-bids uploaded in EIL‟s Authorized tendering. Service Provider (ASP‟s) website www.etenderwizard.com acceptable. Physical Bids and Bid through any other mode shall not be acceptable.

Date and Time for Opening of : 1400 Hrs. (IST) on 12.12.2013 at Engineers Techno-Commercial (Unpriced) India Ltd., New Delhi Bid. Bidders can witness bid opening by logging on to the E-Tendering Portal through their system using their valid digital signature/certificate. Address for Communication with : Mr. A. SENGUPTA, AGM (C&P) EIL ENGINEERS INDIA LIMITED, EI ANNEXE, 4th FLOOR, 2B, BHIKAIJI CAMA PLACE, NEW DELHI-110 066.

PH. NO. : +91-11-26762124/26763083 FAX NO. : +91-11-26191714 E-MAIL : [email protected] / [email protected]/[email protected]

Opening of Priced Bids : To be intimated later, after evaluation of Un- priced techno-commercial Bids.

103-A456-1000-LIB Page 2 of 5

Site Visit : Site visit has been arranged on 26.11.2013 at 1130 Hrs. (IST) to familiarize the bidders about the site conditions.

Bidders are necessarily to undertake the site visit on the above date and time. Bids of Bidders who will not undertake the site visit will be rejected.

5.0 PRE-BID MEETING & SITE VISIT

5.0 Bidders are requested to attend a pre-bid meeting at EIL Business Centre, Engineers India Limited, I Bhawan, Bhikaiji Cama Place, New Delhi-110066, India.

5.1 Bidders may send their queries, if any, on Bidding Document by courier/e-mail to reach EIL prior to Pre-Bid Meeting and not later than the cut-off date mentioned at 5(d) above. These queries shall be replies during the pre-bid meeting.

5.2 The pre-bid queries raised (without identifying the sources of the query) and the responses given shall be transmitted to all who have been provided access to the bid document.

5.3 For site visit purpose, Bidder to contact :

Mr. Naveen Parashar, Sr. Manager – Projects, E-mail : [email protected], Tel: +91-11 – 26763694, Mob : 09999044875

6.0 SUBMISSION OF BIDS & VALIDITY

6.0 Bids are required to be submitted through EIL‟s Authorised Service Provider‟s Electronic system / portal at www.tenderwizard.com/eil only, on or before the Bid submission date and time. Bidders are required to register themselves at www.tenderwizard.com/eil . No registration fee would be charged from the bidders.

6.1 Bidder shall download latest E-Tendering Help Manual available on home page of www.tenderwizard.com/eil and utilize the same for activities like Registration in e-tender website, obtaining User ID & Password, Enabling of Vendor and mapping of Digital Signature Certificate, uploading & submission of e-bids etc.

6.2 Bidders are advised in their own interest to carefully go through Instructions for E-tendering and other related document issued as part of Bidding Document so as to ensure that bids are uploaded in E-tendering website well before the closing date and time of bid submission.

Bidder is required to complete certain activities like Registration in e-tender website, obtaining User ID & Password, Enabling of Vendor and mapping of Digital Signature Certificate etc. before they can load their e-bid on website. Any support required by bidder for carrying out the above activities should be informed at earliest but not later than two EIL working days before the due date for submission of bid. If the request for support as above is not received by EIL/Service Provider within the above stipulated period and bidder is not able to load their bid, EIL/BPCL shall not be responsible and will not extend the bid due date. In the event of failure in bidder‟s connectivity with EIL/Service Provider website during the last few hours on account of problem on bidders account, they are likely to miss the deadline for bid submission. Due date extension request due to this reason also will not be entertained.” 6.3 There are two specific features in tender wizard portal viz, “Withdraw” and “Modify/Substitute”. Bidders should not use the feature “withdraw” unless they have decided to withdraw their bids. It is to be noted that once “withdraw” feature is used they will not be allowed to submit their bid against this RFQ, bidder to use “modify/substitute” features only. In case they want to change their bid for any reason before bid due date.

103-A456-1000-LIB Page 3 of 5

6.4 No physical Bids / Offers/bids shall be permitted. The Offers submitted through e-tendering system shall only be considered for evaluation and ordering. Bids submitted through Fax/e- mail/courier/computer floppy/CD/Pen Drive shall be rejected.

6.5 Validity of bid shall be 4 (FOUR) Months from the final due date of opening of Techno- commercial (Un-priced) Bids.

6.6 The bid shall be submitted by uploading relevant document in respective folders provided in the e-tendering website. TECHNO-COMMERCIAL/UNPRICED BID

PRICE BID

BID SECURITY/EARNEST MONEY DEPOSIT 6.7 Technical and Un-priced Commercial Part of the bid shall contain the following : Bidder to upload their Bid / offer in all respects as per Clause No. 12.3 of Instructions to Bidders. 6.8 Price Part of the bid shall contain the following: Bidder are required to download the excel file of Schedule of Rates (SOR) „FORM SP-1‟ and Details of Service Tax „FORM SP-3‟ from e-tender portal and both forms to be used for submission of price bid. 6.9 Bid Security/Earnest Money Deposit of the bid shall contain the following: EMD shall be uploaded in the respective folders provided in the e-tendering website for a value specified in LIB at 4 (c) above. 7.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY

7.1 Bids must be accompanied with Earnest Money Deposit/ Bid Security of value mentioned at 4.0(c). 7.2 Bids must be accompanied with Earnest Money Deposit / Bid Security. Bids not accompanied with requisite Earnest Money deposit /Bid Security shall be considered as non-responsive and such Bids shall be summarily rejected. EMD/ Bid Security shall be in favour of Hindustan Petroleum Corporation Limited, Mumbai, in the form of crossed Demand Draft or non-revocable Bank Guarantee on non-judicial stamp paper of value not less than Rs.100 and in the prescribed proforma, from any Indian Scheduled Bank or from any Indian branch of an International Bank. The bank guarantee shall be valid for 06 (Six) months from Bid Due Date. However, Indian CPSUs and Micro or Small Enterprises (MSEs) registered for similar works with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handlooms or any other Body specified by Ministry of Micro, Small and Medium Enterprise are exempted from paying EMD provided that certificate issued by the relevant agency is valid on the date of Un- priced Bid Opening. If the Bank Guarantee towards EMD is not in the required pro-forma, but acceptable otherwise (considering amount & issuing bank) the Bidder would be asked to submit the amendment in Bank Guarantee for complying the required pro-forma. Such Bids would however, be taken up for evaluation. 8.0 GENERAL

8.1 Net Worth :

Net worth of the Bidder in the last financial year shall be positive. However, this criterion shall not be applicable for Indian Central Public Sector Undertakings.

The offer of the bidder whose net worth is “Negative” in the last financial year shall be rejected and shall not be considered for further evaluation.

Bidder shall furnish documentary evidence i.e. duly audited annual report for the last financial year including balance sheet and profit & loss accounts statement.

103-A456-1000-LIB Page 4 of 5

Documentary evidences to be furnished by the bidder for establishing the networth as specified above shall be :

either

Duly certified by Statutory auditors of the bidder or practicing Chartered Accountant (not being an employee or a director or not having any interest in the bidder(s) company / firm) where audited accounts are not mandatory as per law

or Duly notarized by any Notary Public in the bidder‟s country. In such a case of notarization, bidder shall also submit an Affidavit in the format (enclosed in Proposal Forms chapter) duly signed by authorized signatory of the bidder

8.2 HPCL/EIL takes no responsibility for delay, or non-receipt of bids. Hard copy / post/courier, Telex/Telephonic/Fax/E-mail offers shall not be accepted.

8.3 HPCL / EIL reserve the right to reject any or all bids without thereby incurring any liability to the affected Bidders.

8.4 HPCL/EIL shall not be responsible for any expense incurred by bidders in connection with the preparation & delivery of their bids, site visit and other expenses incurred during bidding process.

8.5 Canvassing in any other form by the bidder or by any other agency on their behalf may lead to disqualification of their bid.

8.6 Unsolicited clarifications to the offer and/or change in the prices during its validity period would render the bid liable for outright rejection.

8.7 Bidder submitting their bid should not be under liquidation, court receivership or similar proceedings.

8.8 Clarification, if any, can be obtained from AGM (C&P), Engineers India Limited, EI Annexe, 4th Floor, 1, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 Telephone: 91-11-2676 2124 /3083 / 3062 Fax-91-11-26191714 E-Mail: [email protected] / [email protected] / [email protected] Thanking you, Very Truly Yours,

(C. Kapuria) ASST.GENERAL MANAGER (C&P) ENGINEERS INDIA LIMITED, NEW DELHI

103-A456-1000-LIB Page 5 of 5

ACKNOWLEDGEMENT CUM CONSENT LETTER

To

ENGINEERS INDIA LIMITED EI-ANNEXE, 4th FLOOR, 1, BHIKAIJI CAMA PLACE, R.K. PURAM, NEW DELHI - 110 066.

FAX NO. : 011- 26191714/26167664

ATTN : Mr. P.K.KHURANA, DGM (C&P)

NAME OF WORK : TOPOGRAPHIC SURVEY FOR RAJASTHAN REFINERY PROJECT OF M/S HINDUSTAN PETROLEUM CORPORATION LTD

(BIDDING DOCUMENT NO. AS/A456-000-CA-TN-8001/1000)

Dear Sir,

We hereby acknowledge receipt of a complete set of Bidding Document along with enclosures for subject works as per the Master Index for our use in preparing the Bid.

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:

(i) POSTAL ADDRESS : ______

______

______

(ii) TELEPHONE NUMBER : ______

(iii) TELEFAX NUMBER : ______

(iv) CONTACT PERSON : ______

(v) E-MAIL ADDRESS : ______

B) Contact person at Delhi, if any :

(i) POSTAL ADDRESS : ______

______

______

(ii) TELEPHONE NUMBER : ______

(iii) TELEFAX NUMBER : ______

104-A269-1002-ACK Page 1 of 2

Page 9 of 220 (iv) CONTACT PERSON : ______

(v) E-MAIL ADDRESS : ______

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

Reasons for non-submission of Bid :

______

______

______

BIDDER'S NAME : ______

SIGNATURE : ______

NAME : ______

DESIGNATION : ______

DATE : ______

NOTE: Bidder is requested to furnish the details mentioned at (A) and (B) or (C) immediately after receipt of Bidding Document.

(SIGNATURE OF BIDDER)

104-A269-1002-ACK Page 2 of 2

Page 10 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 1 of 16

INSTRUCTIONS TO BIDDER

Engineers India Limited New Delhi

Page 11 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 2 of 16

TABLE OF CONTENTS

A GENERAL ...... 1 1.0 INTRODUCTION ...... 3 2.0 COST OF BIDDING ...... 3 3.0 SITE LOCATION/SITE VISIT...... 3 4.0 ACKNOWLEDGEMENT & CONFIRMATION ...... 3 B BIDDING DOCUMENT, CLARIFICATIONS AND AMENDMENT ...... 4 5.0 BIDDING DOCUMENT ...... 4 6.0 CLARIFICATION OF BIDDING DOCUMENT ...... 4 7.0 AMENDMENT OF BIDDING DOCUMENT ...... 4 8.0 CONFIDENTIALITY OF BIDDING DOCUMENT ...... 4 C PREPARATION OF BID ...... 5 9.0 LANGUAGE OF BID ...... 5 10.0 E-TENDERING ...... 5 11.0 BID REJECTION CRITERIA /COMPLIANCE TO BID REQUIREMENT ...... 5 12.0 DOCUMENTS COMPRISING BID ...... 6 13.0 BID PRICES & BIDDING CURRENCY ...... 8 14.0 BID VALIDITY ...... 9 15.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY ...... 9 16.0 MULTIPLE/ ALTERNATIVE BID ...... 9 17.0 PRE-BID QUERIES ...... 10 18.0 FORMAT AND SIGNING OF BID ...... 11 19.0 CHECK LIST FOR SUBMISSION OF BID ...... 11 D BID SUBMISSION ...... 11 20.0 SEALING AND MARKING OF BID ...... 11 21.0 DATE, TIME & PLACE OF SUBMISSION ...... 11 22.0 LATE BIDS ...... 12 23.0 MODIFICATION AND WITHDRAWL OF BIDS...... 12 E BID OPENING AND EVALUATION ...... 12 24.0 OPENING OF TECHNO-COMMERCIAL BIDS ...... 12 25.0 CLARIFICATION OF BIDS ...... 13 26.0 EVALUATION OF TECHNO-COMMERCIAL BIDS ...... 13 27.0 OPENING OF PRICE BID ...... 13 28.0 EVALUATION OF PRICE BIDS ...... 13 29.0 UNSOLICITED POST TENDER MODIFICATION ...... 14 30.0 CONTACTING THE OWNER/ EIL ...... 14 F AWARD OF CONTRACT ...... 14 31.0 OWNER'S RIGHT TO ACCEPT OR REJECT ANY BID ...... 14 32.0 NOTIFICATION OF AWARD ...... 15 33.0 CONTRACT AGREEMENT ...... 15 34.0 CONTRACT PERFORMANCE GUARANTEE ...... 15 35.0 MODIFICATION OF GENERAL TERMS & CONDITIONS OF WORK CONTRACT (GCC) ...... 16 36.0 CARTEL FORMATION ...... 16 37.0 FRAUDULENT PRACTICES ...... 16

NOTE: Instruction to E-tendering, Browser Settings and Contract details of Authorized Service provider (ASP) are enclosed along with this ITB as Annexure – I.

Engineers India Limited New Delhi

Page 12 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 3 of 16

A GENERAL 1.0 INTRODUCTION 1.1 Hindustan Petroleum Corporation Ltd.(Owner) is setting up a state of the art 9 MMTPA Refinery-cum-Petrochemical complex in Pachpadra Tehsil of Barmer District of Rajasthan which is planned to go in up-stream within four years. The Rajasthan Refinery Project will be setup in joint venture between M/s HPCL & M/s Rajasthan State Refinery Limited (M/s RSRL). EIL has been appointed for the execution of pre- project activities on EPCM basis. 1.2 EIL for and on behalf of HPCL invites sealed Bids, under single stage two bid system, for the entire scope of work covered under the Bidding Document (as applicable ) (hereinafter for the purpose of these instructions collectively referred as “WORK”). 1.3 Engineers India Limited shall be the Engineer-In-Charge (EIC) for this project. 1.4 It shall be Bidder’s responsibility to have thorough understanding of the reference documents, site conditions and specifications included in the Bidding Document. 2.0 COST OF BIDDING 2.1 All direct and indirect costs associated with the preparation and submission of bid (including clarification meetings and site visit, if any), shall be to Bidder’s account and the Owner/EIL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 3.0 SITE LOCATION/SITE VISIT 3.1 Rajasthan Refinery Project is located in Rajasthan Refinery Project Near Village Saajiyali, Pachpadra, Dist : Barmer Rajasthan, PIN: 344032 3.2 Bidders are necessarily to undertake the site visit as per the date and time mentioned in LIB. Bids of Bidders who will not undertake the site visit will be rejected 3.3 It is mandatory for Bidders to visit and examine the site (at his cost), its surroundings and familiarise himself of the existing facilities & environment, and collect all other information which he may require for preparing and submitting the bid and entering into the Contract. Claims and objections due to ignorance of existing conditions or inadequacy of information will not be considered after submission of the bid and during implementation. 3.4 The Bidder and any of his personnel or agents will be granted permission by the Owner to enter upon his premises and land for the purpose of such inspection, but only upon the explicit condition that the Bidder, his personnel or agents will release and indemnify the Owner and his personnel and agents from and against all liability in respect thereof and will be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, cost and expenses incurred as a result thereof. 3.5 For the purpose of site visit, Bidder shall contact Mr. Naveen Parashar on his telephone number and e-mail id as mentioned in LIB. 4.0 ACKNOWLEDGEMENT & CONFIRMATION 4.1 Within 5 (five) days of receipt/downloading of Bidding Document, Bidder shall acknowledge the receipt and confirm his intention to bid for the subject work as per Pro-forma given in Bidding Document.

Engineers India Limited New Delhi

Page 13 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 4 of 16

B BIDDING DOCUMENT, CLARIFICATIONS AND AMENDMENT 5.0 BIDDING DOCUMENT 5.1 The Bidding Document shall be read in conjunction with any amendment issued in accordance with Clause 7.0 below. - Invitation for Bid (IFB)/ Letter Inviting Bid (LIB). - Instructions to Bidders and its attachments (Proposal Forms). - General Terms & Conditions of Works Contract (GCC). - Special Conditions of Contract (SCC) and its attachments. - Schedule of Rates (SOR)/ Schedule of Prices (SOP). - Technical Specifications / Standards. - Drawings, if any. 5.2 Although all the details presented in this Bidding Document have been compiled with reasonable care, however, the Bidder is expected to examine the Bidding Document, including all instructions, forms, terms, specifications and drawings in the Bidding Document and Bidder to ensure that the information provided is adequate, clearly understood and it includes all documents as per Master Index. 5.3 Bidding documents once issued are non-transferable. 6.0 CLARIFICATION OF BIDDING DOCUMENT 6.1 The details presented in this Bidding Document have been compiled with all reasonable care. However, it is the Bidder’s responsibility to ensure that the information provided is adequate, clearly understood and it includes all documents as per the Index. 6.2 Bidder shall examine the Bidding Document thoroughly in all respects and if any conflict, discrepancy, error or omission is observed, Bidder may request clarification upto 3 days prior to Pre-Bid Meeting date as per FORM-M of Proposal Forms. Such clarification requests shall be directed to the emails mentioned in the FORM – M. 6.3 Response to queries/ clarifications raised will be sent as expeditiously as possible. The response shall not form part of Bidding Document unless issued as an Amendment. 6.4 Bidders are expected to resolve all their clarifications/ queries to the Bidding Document and submit their bid in total compliance to Bidding Document without any deviation/ stipulation/clarification. 6.5 Any failure by Bidder to comply with the aforesaid requirement shall not excuse the Bidder, after subsequent award of Contract, from performing the Work in accordance with the Contract. 7.0 AMENDMENT OF BIDDING DOCUMENT 7.1 Owner/ EIL may, for any reason whether at his own initiative or in response to the clarification requested by the prospective bidder(s), issue amendment in the form of Addendum during the bidding period and subsequent to receiving the bids. Any Addendum thus issued shall become part of Bidding Document and Bidder shall submit 'Original' Addendum / Compliance letter duly signed and stamped in token of his acceptance. 7.2 For Addendum issued during the bidding period, Bidder shall consider the impact in his bid. For Addendum issued subsequent to receiving the bids, Bidder shall follow the instructions issued along with addendum with regard to submission of impact on quoted price/ revised price, if any. 8.0 CONFIDENTIALITY OF BIDDING DOCUMENT 8.1 Bidders shall treat the bidding documents and contents therein as strictly confidential. 8.2 The Bidding Document is and shall remain the exclusive property of the OWNER

Engineers India Limited New Delhi

Page 14 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 5 of 16

without any right to Bidder to use them for any purpose except for the purpose of Bidding. C PREPARATION OF BID 9.0 LANGUAGE OF BID 9.1 The Bid and all correspondence incidental to and concerning the Bid shall be in the English Language. For supporting documents and printed literature submitted in any other language, an equivalent English Translation shall also be submitted. Responsibility for correctness in translation shall lie with the Bidder. In case of any conflict, for the purpose of interpretation of the Bid, the English Translation shall govern. 10.0 E-TENDERING 10.1 The bid shall be submitted through EIL’s ASP E-Tendering website only i.e. www.tenderwizard.com/eil ; Methodology for e-tendering shall be as per attached Annexure-I to ITB. Bidders are requested to get acquainted with the E-Tendering Website and load their Bid well within the time provided for bid submission to avoid last minute hassles. 10.2 Bidders in their own interest are requested to register on e-Tendering portal and upload/submit their bid well in time. Bidders should avoid the last hour rush to the website for registration of User I.D. & Password, enabling of User I.D. and mapping of Digital Signature Serial Number, etc. since this exercise require activities from EIL & M/s Antares Systems (the Service Provider) and needs time. In the event of failure in bidder’s connectivity with EIL/Service Provider during the last few hours prior to bid submission time, bidder is likely to miss the deadline for bid submission. EIL/Service Provider shall not be held responsible for such failure to submit the Bid. Any due date extension request due to aforesaid reason shall also not be entertained. 10.3 Bidders are requested to obtain/seek clarifications, if any from EIL and/or EIL’s Authorised Service Provider, whose contact information is provided in the Annexure-I to ITB. 11.0 BID REJECTION CRITERIA /COMPLIANCE TO BID REQUIREMENT 11.1 Owner/ EIL expect Bidder’s compliance to requirement of Bidding Document without any deviation and submit substantially responsive bid. 11.2 Bids not compliance to requirement of Bidding Document shall not be accepted and HPCL/EIL may not seek any clarification/ correspondence from bidders in case sufficient acceptable bids are received. Therefore, bidders are requested to submit their bids complete in all respects. 11.3 In any case, no exception or deviation shall be accepted to the following critical stipulations of Bidding Document and bids containing deviations/ exceptions to the these shall be considered to be non-responsive and are liable to be rejected: Bid Security/EMD Site Visit Bid Validity Security Deposit/Performance Bank Guarantee Mobilization advance Force Majeure Termination and suspension of Contract Schedule of Rate/Schedule of Price Defect Liability Period Time Schedule

Engineers India Limited New Delhi

Page 15 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 6 of 16

Scope of Work / Supplies Arbitration Price Reduction Schedule (PRS) Any other rejection criteria specified elsewhere in the Bidding Document. 11.4 The deviation on other clauses, if unavoidable, should be furnished as per FORM attached. Exception/ Deviations submitted in any other form shall not be considered. If any exception/ deviation are acceptable to OWNER/ EIL, the same shall be issued to all bidders through an amendment. All other deviations/ exceptions, not incorporated in amendment, shall be withdrawn by bidders failing which offer of such bidders shall not be acceptable. If a bidder takes any further deviations other than those agreed, while submitting the revised price bid/ price implication (if any), his bid shall be rejected outright without any reference. In case any deviations is found in the revised price bid/ price implication, the bidder is also liable to be placed on holiday for future tenders. 12.0 DOCUMENTS COMPRISING BID 12.1 The e-bid must be complete in all respects, leaving no scope for ambiguity. Bidder is fully responsible for the bid submitted and no relief or consideration can be given for errors and omissions. 12.2 The Bid shall be submitted in three parts viz. Part-I, Part-II & Part-III in respective folders provided in the website. PART-I Techno-commercial / Un-priced Bid PART-II Priced Bid PART-III EMD/Bid Security & Bidding Document Fee 12.3 PART-I: Techno-commercial / Un-priced Bid folder shall contain the following documents duly stamped & signed by Bidder: i) Submission of bid letter as per PROPOSAL FORM - A ii) Submission of copy of Master Index provided with the Bidding Document and Amendment (if any) duly signed and stamped by the Bidder in token of having received and read all parts of the Bidding Documents and having accepted and considered the same in preparing and submitting the Bid. iii) Power of attorney in favour of signatory (ies) of the bid. iv) All Documents required to meet BQC duly authenticated by Statutory Auditor or Public Notary along with affidavit as specified in IFB/LIB in separate folder titled “Documents for BQC” v) Information about Bidder as per PROPOSAL FORM – B. vi) Copy of Partnership Deed in case of partnership firm or Memorandum & Article of Association in case of company. vii) Form of Affidavit (as applicable) as per PROPOSAL FORM – C. viii) Details of similar experience during last 7 (seven) years as per PROPOSAL FORM-C1. ix) Details of annual turnover statement along with audited balance sheet and profit & loss account of bidding entity for preceding three financial years as per PROPOSAL FORM-D. x) Information about any current litigation / arbitration, if any, in which bidder is involved. xi) Schedule for completion of major activities in the form of bar chart. xii) Present Commitments as per PROPOSAL FORM – E. xiii) Declaration by bidder regarding black listing / holiday listing as per PROPOSAL

Engineers India Limited New Delhi

Page 16 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 7 of 16

FORM-F. xiv) Compliance to bid requirement as per PROPOSAL FORM-G or in case of deviation / exceptions, as per PROPOSAL FORM-H (Sheet -1 for Commercial Section and Sheet-2 for Technical Section.) xv) Technical offer and engineering details, if any, required as per bidding document. xvi) Check list duly filled in as per PROPOSAL FORM-I xvii) Reply to commercial questionnaire as per PROPOSAL FORM-J xviii) Submission of declaration by bidder as per PROPOSAL FORM-K xix) Submission of declaration regarding PF / ESI /ST registration and PAN as per PROPOSAL FORM-L. xx) Blank copy (without price) of complete Schedule of Rates document (including FORM SP-1 & SP – 3) duly scanned, signed and stamped on each page. xxi) Self certificate that the bidder is not under liquidation, court receivership or similar proceedings. xxii) Bank mandate FORM duly filled, signed and stamped with banker’s certification as per PROPOSAL FORM-N xxiii) Any other information required in the bidding documents or considered relevant by the bidder. 12.4 PART-II: Priced Bid shall be submitted separately and shall consist of the following: i) Schedule of Rates (short description) in Excel file duly filled in with Bidder’s Name & Rates (including rebate, if any) figures (FORM SP-1) ii) Duly filled format for Service Tax (FORM SP-3) No corrections, conditions, additions, deletions or modifications in Price Part are permitted. All corrections in quoted rates must be stamped and signed. No stipulation, deviation, terms & conditions, presumption, basis etc. shall be stipulated in Price Part of the bid. Any condition if stipulated shall be treated as null and void and shall render the bid liable for rejection. Bidders must fill their name in the price bid of excel sheet before submission through e-tender portal. 12.5 PART-III: EMD/Bid Security & Bid Document fee (as applicable): 12.5.1 Bid Document Fee (as applicable), in the form of Demand Draft (DD) of requisite amount in favour of “Hindustan Petroleum Corporation Limited” payable at Mumbai, as stipulated in IFB / LIB, shall be submitted in the following manner: Original DD : not later than Seven (7) days from the date of Un-priced Bid Opening Copy of Original DD: scanned & uploaded in E-Tendering Portal alongwith Un-priced Techno-commercial Bid 12.5.2 EMD / Bid Security, in the form of Crossed Demand Draft (DD) / Pay Order / Banker’s Cheque / Bank Guarantee of requisite amount in favour of “Hindustan Petroleum Corporation Limited (HPCL)” payable at Mumbai as stipulated in IFB / LIB, shall be submitted in the following manner: Original EMD : not later than Seven (7) days from the date of Un-priced Bid Opening Copy of Original EMD: scanned & uploaded in E-Tendering Portal alongwith Un-priced Techno-commercial Bid

Engineers India Limited New Delhi

Page 17 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 8 of 16

12.5.3 EMD / Bid Document Fee exemption will be applicable for Indian CPSUs and Micro or Small Enterprises registered for similar works with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation (NSIC) or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises.

12.5.4 Documents to be submitted by MSMEs along with un-price Bid: a. Documentary evidence that the bidder is a Micro or Small Enterprises registered for similar works with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation (NSIC) or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises. b. The above document submitted by the bidder shall be duly certified (in original) by the Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s company/firm) where audited accounts are not mandatory as per law or duly notarized by any Notary Public in the bidder’s country. In case of notarization, bidder shall also submit an Affidavit as per format enclosed as FORM – C of Proposal Forms of the Bidding Document signed by the authorized signatory of the bidder. These original documents shall be submitted not later than 7 days from the Unpriced Bid Opening along with other Original Documents specified in Clause No. 21.2 of This ITB. 13.0 BID PRICES & BIDDING CURRENCY 13.1 Unless otherwise permitted in the Bidding Document, the bid shell be for the whole Work. 13.2 Bidder shall quote price after careful analysis of cost involved for the performance of the work considering all parts of the Bidding Document. In case any activity though specifically not covered in description of item under `Schedule of Rate/Price (SOR/SOP)' but is required to complete the work, which could be reasonably implied/ inferred from the contents of the Bidding Document, the prices quoted shall be deemed to be inclusive of cost incurred for such activity. 13.3 Bidder’s quoted prices shall be deemed to be inclusive of all taxes & duties, levies, royalties, cess etc., but excluding Cenvatable Service Tax which shall be re-imbursed extra at actuals against submission of cenvatable documents as per prevailing government rules and regulations The matter of Taxes & Duties shall be governed by Clause 7.d (‘Statutory Levies’) of GCC read with Clause 10.5.1 of SCC. 13.4 It will be the duty of CONTRACTOR to duly observe and comply with all laws, rules, regulations, orders and formalities applicable to Service Tax, Excise Duty, Customs Duty, Countervailing Duty etc. on the manufacture, sale and/or supply of any material / services to HPCL / EIL. The CONTRACTOR shall keep the Owner / EIL indemnified from and against any and all claims, demands, prosecutions, penalties, damages, demurrages and/or other levies whatsoever made or levied by any Court, Tribunal or the Customs or other Authorities with respect to any alleged breach, evasion or infraction of such duties, taxes, charges or levies or any breach or infraction of such laws, rules, regulations, orders or formalities concerning the same and from the consequence thereof. 13.5 The prices shall be based on conditions specified in General Terms Conditions of Works Contract, Special Conditions of Contract, Scope of Work, Scope of Supply, Technical Specifications and other contents of Bidding Document 13.6 Prices quoted by the bidder, shall remain firm, fixed and valid until completion of the Contract performance and will not be subject to variation on any account except as otherwise specifically provided in the Contract documents.

Engineers India Limited New Delhi

Page 18 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 9 of 16

13.7 Bidder shall quote/fill the rate in Rupees in round figure (without any figure in decimal i.e. paisa). 13.8 Currency of Bid and Payment shall be only in INR. 13.9 No Mobilization Advance and No secured advance will be paid. 13.10 In the event of award of contract, it shall be indivisible works contract. 14.0 BID VALIDITY 14.1 Bid shall remain valid for a minimum period of 4 (Four) months from due date of submission of Bid. During the above period, bidders shall not be entitled to revoke or cancel their Bid or to vary the Bid given or any term thereof without written consent of the OWNER/ EIL. In case, bidders are revoking or cancelling their Bid or varying any terms in regard thereof without the written consent of OWNER/ EIL, OWNER/ EIL shall forfeit EMD and reject their bids. 14.2 OWNER/ EIL may request the bidders for extension of the period of validity of bid. If the Bidder agrees to the extension request, the validity of Bank Guarantee towards EMD shall also be suitably extended. Bidders may refuse the request of extension of bid validity without forfeiting his EMD. However, bidders agreeing to the request for extension of validity of bid shall not be permitted to modify the bid because of extension, unless specifically invited to do so. 15.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY 15.1 Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the IFB / LIB. The Bids not accompanied with EMD or EMD not as per Pro-forma given in the Bidding Document shall be considered as non-responsive and such Bids shall be rejected. OWNER shall not pay any interest on EMD furnished. 15.2 The EMD shall be in favour of HINDUSTAN PETROLEUM CORPORATION LTD. (HPCL) payable at Mumbai and shall be acceptable in the form of Crossed Demand Draft or Bank Guarantee. 15.3 The Bank Guarantees for submission of EMD shall be issued by any Scheduled Commercial Bank in India or any Indian Branch of Foreign Bank and same shall be as per the format given in General Terms & Conditions of Work Contract. 15.4 The bank guarantee in lieu of EMD shall be valid for 6 (Six) months from the due date of submission of Bid. 15.5 Bid securities of unsuccessful bidders will be returned upon award of Contract. However, EMD of the successful Bidder will be returned upon the Bidder's executing the Contract, and furnishing the Security Deposit / Performance Bank Guarantee (PBG). 15.6 The EMD may be forfeited: i) if a Bidder withdraws its bid during the period of Bid Validity or does any breach of tendering terms and conditions, or ii) If a bidder modifies his bid on his own. iii) in case of a successful Bidder, if the Bidder fails, within the specified period: a. to sign the Contract. b. to furnish the Security Deposit / PBG 16.0 MULTIPLE/ ALTERNATIVE BID 16.1 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. 16.2 Alternative bids are not acceptable.

Engineers India Limited New Delhi

Page 19 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 10 of 16

17.0 PRE-BID QUERIES 17.1 The purpose of the pre-bid queries will be to clarify issues and to answer questions on any matter pertaining to the Tender conditions that may be raised by bidders who have been issued / have download the Bidding Document. 17.2 Bidder’s authorized representative(s), shall attend the pre bid meeting on the prescribed day at the given venue. During the pre bid meeting, all the technical and commercial issues shall be discussed and concluded to ensure that the bid received subsequent to pre bid meeting shall be without any deviations to terms and conditions. Hence, bidders shall treat the pre bid meeting as utmost important and depute competent & senior person capable of taking on the spot decision to sort out all the technical and commercial issues. 17.3 However, in case any bidder does not attend the pre bid meeting, it shall be understood that the bidder has a clear understanding of the scope & terms & conditions of the bidding document and does not have any comments/ deviations to the requirements of the bidding document. 17.4 In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any queries/clarification/information pertaining to Bidding document in writing delivered by hand or by fax/ e-mail as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in the same format expeditiously. 17.5 The bidders are required to participate in the pre-bid meeting with the following essential documents, so that the same can reviewed & discussed during the meeting to avoid any techno-commercial clarifications/ discussions post bid: a. Latest annual report including Profit & loss account b. Concurrent Commitments c. Details of work experience meeting the BQC d. Technical details, documents, design, filled datasheets as per MR e. Any other relevant document/ details 17.6 Record notes of meeting, including the questions raised and the responses given will be furnished as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-bid meeting, no further queries will be entertained from the bidders. 17.7 Any modification to the Bidding Document, which may become necessary as a result of the pre-bid discussions shall be intimated to all bidders through the issue of an Addendum/Amendment. 17.8 Based on the pre-bid discussions, no-deviation form/techno-commercial compliance shall be signed and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be accepted and if any deviation is found in the bid of any bidder, the offer shall be liable to be rejected without raising any technical/ commercial queries. 17.9 Technical/ Commercial queries shall not be issued once the bid have been opened. However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available upto cut-off date for CQ/ TQ replies. 17.10 Extension in bid due date shall not generally be granted.

Engineers India Limited New Delhi

Page 20 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 11 of 16

18.0 FORMAT AND SIGNING OF BID 18.1 The bidder shall upload the Techno-commercial bid duly filled, signed and stamped and the price bid in excel file duly filled rates in respective folder provided in the e-tendering website. 18.2 All pages of bid shall be stamped and initialled by person(s) signing the bid. 18.3 The bid shall contain no interlineations, erasures or overwriting. In case any corrections are required, the original writings shall be neatly cut/penned through and re-written nearby. No overwriting or erasure of original writings by use of “white fluid” or otherwise is permitted. In case any erasure using “white correcting fluid is found, the offer shall be liable to be rejected. All corrections/ cuttings/ alterations shall be signed in full by the Bidder with date. 19.0 CHECK LIST FOR SUBMISSION OF BID 19.1 To assist Bidder in ensuring the completeness of bid, a checklist for submission of various documents/details in un-priced commercial part of bid, has been enclosed. 19.2 Bidder is required to fill the checklist and submit along with the bid for ready reference. All documents shall be submitted under various sections as per this Check List. D BID SUBMISSION 20.0 SEALING AND MARKING OF BID 20.1 For submission of Bid, please refer instruction to bidders for e-tendering. Due date and time for submissions of bids have been mentioned in the IFB / LIB cannot be uploaded by the bidders in to website beyond the Bid Due Date and time. 20.2 In case EMD is not applicable for the bidder based on the provision of bidding document then they will have to choose the reason for “EMD NOT APPLICABLE“ which are available in the website. 20.3 Bidders are mandatorily required to enter their name in the each FORM of excel file of SOR / SOP provided in the e-tender portal for submission of price bid. 21.0 DATE, TIME & PLACE OF SUBMISSION 21.1 Bid must be submitted by the bidder through e-tendering on or before bid due date and time mentioned in the IFB / LIB or any extension thereof as duly notified in writing by EIL (however, Bidders are requested to not to ask any extension in due date for submission of Bids in view of tight project schedule). 21.2 Bidders are required to submit the following documents in original as per the manner prescribed in the Bidding Document at the time of bid submission in sealed envelope titled “Bidding Document No. : AS/A456-000-CB-TN-7201/1001” shall be send to Mr. Asheesh Sengupta, AGM – C&P, Receipt Section, Engineers India Limited, 1A, EI Annexe Building, Bhikaiji Cama Place ,R K Puram, New Delhi-110066. However, bidders are required to upload the scanned copies all relevant documents on E- Tendering website along with the e-bid. Bid Document Fee (if applicable) Earnest Money Deposit (EMD) /Bid Security All documents required to meet the BQC as per IFB / LIB duly certified by Statutory Auditor or Public Notary as per the provisions of Bidding Documents. Power of attorney in favour of signatory (ies) of the bid 21.3 If the Bidder is unable to submit EMD / Bid Document Fee (as applicable) in original within the due date & time, then bidder shall submit the original EMD / Bid Document Fee within 7 (seven) days from the date of un-priced bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case the bidder fails to submit the same in original within 7 (seven) days, then their bid shall be rejected, irrespective

Engineers India Limited New Delhi

Page 21 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 12 of 16

of their status/ ranking in tender and notwithstanding the fact that a copy of EMD / Bid Document Fee (as applicable) was earlier uploaded by the bidder. 21.4 Bidder shall also submit the original above mentioned Documents within 7 (seven) days from the date of un-priced bid opening, provided copy of the same have been uploaded on E-Tendering Website. 21.5 Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same may lead to rejection of their offer. 21.6 Bidder shall carefully go through the ITB Clause No. 10 above with regard to e- tendering before submitting their Bid. 21.7 Bidder shall contact helpdesk of e-tenderwizard on following telephone numbers, in case of any problem related to e-tenderwizard web-site. Bangalore : 080-40482000 Delhi : 011-49424365/ 08800 991865 Gujarat : 08401982112 22.0 LATE BIDS 22.1 Any bid received by EIL after the deadline for submission of bids will be declared “Late" and shall be rejected. i) Late bids (bids received after the bid due date and time) and unsolicited bids shall be rejected and shall not be opened and shall not be considered for evaluation. 22.2 Unsolicited bids and “Late” bids as received and rejected/unopened shall be forwarded to Owner in due course. 23.0 MODIFICATION AND WITHDRAWL OF BIDS 23.1 The Bidder may modify or withdraw its bid after the bid’s submission, provided that the modification or withdrawal is received by EIL prior to the deadline prescribed for submission of bids. 23.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and despatched in accordance with the provisions of procedure for submission of bids. A withdrawal notice may also be sent by fax or e-mail but must be followed by signed confirmation copy. 23.3 There are two specific features in tender wizard portal viz, “Withdraw” and “Modify/Substitute”. Bidders should not use the feature “withdraw” unless they have decided to withdraw their bids. It is to be noted that once “withdraw” feature is used they will not be allowed to submit their bid against this Bidding Document. Bidder to use “modify/substitute” features only, in case they want to change their bid for any reason before bid due date. E BID OPENING AND EVALUATION 24.0 OPENING OF TECHNO-COMMERCIAL BIDS 24.1 The Techno-commercial part of the Bid shall be opened online, at the specified date and time given in the IFB / LIB as per Instruction to Bidder for e-tendering. 24.2 Bidders can witness bid opening by logging on to the E-Tendering Portal through their system using their valid digital signature/certificate. 24.3 During the opening of Un-priced Part (Part-I) and Bidding Document fee & EMD (Part- III), only the names of agencies who have quoted and furnished Bidding Document fee (as applicable) & EMD shall be declared. 24.4 In the event the specified due date of submission of Bid being declared a holiday for EIL, then next working day shall be the Bid Due Date.

Engineers India Limited New Delhi

Page 22 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 13 of 16

25.0 CLARIFICATION OF BIDS 25.1 Bidder should submit all the details called for along with their bid. However, Owner/EIL may give opportunity to the bidders to submit missing details or clarifications within the stipulated time. In case these are not submitted within stipulated time, offer of bidder will be evaluated based on available details. The same shall be considered, if found adequate or else shall be rejected. 25.2 During evaluation, Owner/EIL may request Bidder for any clarification on the Bid, additional or outstanding documents. Bidder shall submit all additional documents in Original and 3 copies. 25.3 Techno-commercial discussions with Bidder shall be arranged, if needed. Bidder shall depute his authorised representative(s) for attending the discussions. The representative (s) attending the discussions shall produce authorisation from his organisation to attend the discussions and sign the minutes of meeting on behalf of his organisation. The authorised representatives must be competent and empowered to settle all technical and commercial issues with the exception of Price implications, wherever applicable. Bidders will be asked to submit price implication in sealed envelopes, if considered necessary by EIL, due to change in the scope of work or conditions of contract. 26.0 EVALUATION OF TECHNO-COMMERCIAL BIDS 26.1 Prior to price opening of bids, the OWNER/ EIL will determine whether each bid - is accompanied by required EMD and Cost of Bidding Document (as applicable) - fulfils the Qualification Criteria stated in IFB / LIB. - totally compliance to the requirement of the Bidding Document - provides any clarifications and/ or requirement pursuant to clause 25.0 above 26.2 Owner/ EIL reserve the right to use in-house information for assessment of capability of Bidder and their performance on jobs completed/ in progress for evaluation purpose. 26.3 Directives issued by Govt. of India from time to time shall be given due consideration during bid evaluation. 27.0 OPENING OF PRICE BID 27.1 Price part of only those bidders, whose bids are considered techno-commercially acceptable, shall be opened online. Bidders selected for opening of their price bids shall be informed about the date of price bid opening. The considered techno- commercially acceptable will be able to view online the price sheets of other techno- commercially acceptable bidders at their respective windows, after priced bid opening by buyer as per Instruction to Bidders for e-procurement. 28.0 EVALUATION OF PRICE BIDS 28.1 The total price quoted by the bidder as per Schedule of Rates (SOR) shall be considered for evaluation for evaluation and determining L1 Bidder, subject to provisions as mentioned below. 28.2 The priced bids of the bidders shall be rejected as non responsive if they do not quote for certain items of Schedule of Rates for which the estimate price is more than 10% of the total estimate for the work. If such price impact of unquoted items is 10% or less, 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. If the party happens to be lowest with such loading also, before award of the work, negotiations with the party shall be done to arrive at the rates for award. To the extent possible awarding shall be at the lowest rates for these items quoted by other bidders. 28.3 When there is discrepancy between unit rate and amount, the unit rate shall prevail and amount shall be corrected accordingly. 28.4 If various item rates are present in the tender and if there is correction/wrong entry or a

Engineers India Limited New Delhi

Page 23 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 14 of 16

difference between the values entered in figures and in words, the following procedure shall be adopted for evaluation. i) When there is a difference between the rate in figures and in words for an item, the rate which corresponds to the amount worked out by the tenderer for the item based on the notional quantity specified, shall be taken as correct. ii) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct. iii) When it is not possible to ascertain the correct rate as detailed above, the rate quoted for the item in words shall be adopted as the quoted rate. 28.5 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 and not for evaluation purpose. 28.6 Conditional discount, if offered, shall not be considered for evaluation. 28.7 To arrive at the evaluated prices, loading / adjustment on total quoted prices, wherever applicable, shall be done as per following: i) Loading for unquoted items as per clause 28.2 above. 28.8 Optional items, if any, shall not be considered for the purpose of arriving at the total cost. However, in case the rates quoted by the selected bidder for optional item are considered high, the same shall be negotiated. 29.0 UNSOLICITED POST TENDER MODIFICATION 29.1 Bidders are advised to quote as per terms and conditions of the Bidding Document and not to stipulate deviations/ exceptions. Once quoted, the bidder shall not make any subsequent price changes, whether resulting or arising out of any technical/ commercial clarifications and details sought on any deviations, exceptions or stipulations mentioned in the bid unless any amendment to Bidding Document is issued by Owner/ EIL. Similarly, no revision in quoted price shall be allowed should the deviations stipulated by him are not accepted by Owner and are required to be withdrawn by him in favour of stipulation of the Bidding Document. Any unsolicited proposed price change is likely to render the bid liable for rejection. 29.2 In the event of any suo-moto price increase sought by a bidder subsequent to the bid due date and which is not as a result of any change in scope of work or terms and conditions, the bid of such a bidder shall be rejected. 29.3 After opening of price bid, if the bidder increases the price, though within the validity period and even though the offer remains lowest, the bid should be rejected. In such event, the EMD of bidder shall be forfeited and shall not be considered for future enquiries for such actions. 29.4 Suo-moto Price reduction after price bid opening are to be ignored for evaluation. However, if the same bidder happens to be the lowest based on original price bids, the benefit of such reduction may be availed of while placing order. 30.0 CONTACTING THE OWNER/ EIL 30.1 Bidders are advised not to contact OWNER/ EIL on any matter relating to its bid from the time of Bid opening to the time CONTRACT is awarded, unless requested to in writing. Any effort by a Bidder to influence the OWNER/ EIL in any of the decision in respect of Bid evaluations or award of CONTRACT will result in the rejection of Bid. F AWARD OF CONTRACT 31.0 OWNER'S RIGHT TO ACCEPT OR REJECT ANY BID 31.1 The OWNER reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or without any obligation to

Engineers India Limited New Delhi

Page 24 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 15 of 16

inform the affected Bidder or Bidders of the grounds or the reasons for the OWNER'S action. 31.2 A bidder may seek clarifications regarding the Bidding Document provisions, bidding process and / or rejection of his Bid. Owner/EIL shall respond to such requests within a reasonable time. 31.3 In the opinion of Owner, if the total price or certain item rates quoted by the Lowest Bidder are considered high, he may invite the Lowest Bidder for price negotiation. Lowest Bidder shall attend such negotiation meetings and if requested by Owner shall provide the analysis of rates/break-up of amount quoted by him for any or all items of Schedule of Rates to demonstrate the reasonability. As a result of negotiation, Bidder may offer rebate on his earlier quoted price. 32.0 NOTIFICATION OF AWARD 32.1 The lowest evaluated Bidder shall be accepted for award by Owner. Bidder, whose bid is accepted by Owner shall be issued Letter of Acceptance / Fax of Acceptance (LOA/ FOA) prior to expiry of bid validity. Bidder shall confirm acceptance by returning a signed copy of the FOA. 32.2 Owner/ EIL shall not be obliged to furnish any information/ clarification/ explanation to the unsuccessful Bidders as regards non-acceptance of their bids. Except for refund of EMD to unsuccessful Bidders, Owner/ EIL shall correspond only with the successful Bidder. 32.3 If the bidder backs out after issue of FOA/LOA, the bidder shall be debarred for future tenders and the EMD of the bidder shall be forfeited. 33.0 CONTRACT AGREEMENT 33.1 The Contractor shall execute a formal contract with the OWNER within 30 (Thirty) Days from the date of issue of Letter of Acceptance on a non-judicial stamp paper of Rajasthan State (India) and of appropriate value. The cost of non-judicial stamp paper shall be borne by the Contractor. Three original contract documents shall be signed by the contractor and other copies shall be stamped. One original each shall be retained by Owner, Consultant and the Contractor. 33.2 Contract documents for agreement shall be prepared after the acceptance of bid. Until the final contract documents are prepared and executed, this Bidding Document together with the annexed documents, modifications, deletions agreed upon by the OWNER and bidders acceptance thereof shall constitute a binding contract between the successful Bidder and the OWNER based on terms contained in the aforesaid documents and the finally submitted and accepted prices. 33.3 The contract shall be signed directly between HPCL and Contractor. 33.4 The Contract document shall consist of the following: i) Contract Agreement on Non-judicial stamp paper. ii) Original Bidding Document. iii) Amendment/Corrigendum to original Bidding Document issued, if any. iv) Detailed Letter of Award/Acceptance along with enclosures. v) Fax/Letter of Acceptance. 34.0 CONTRACT PERFORMANCE GUARANTEE 34.1 Within 10 (Ten) days from the date of Letter of Acceptance / Fax of Acceptance of works by the OWNER, the successful bidder shall furnish a performance guarantee for an amount equal to 10% (Ten percent) of the Contract Price in the form of a Bank Guarantee(s) issued by a Scheduled Bank in India (which includes the Indian Branch of a foreign bank) as per format provided in the GCC.

Engineers India Limited New Delhi

Page 25 of 220 Hindustan Petroleum Corporation Ltd. INSTRUCTIONS TO BIDDER Rajasthan Refinery Project Job Number : A456 Sheet 16 of 16

35.0 MODIFICATION OF General Terms & Conditions of Work Contract (GCC) 35.1 Tender clauses of GCC stands modified to the extent as specified in this Instructions to Bidders. 36.0 CARTEL FORMATION 36.1 In case any Bidder is found to be involved in cartel formation, his bid will not be considered for evaluation/ placement of order. Such bidder will also be debarred from bidding in future. 37.0 FRAUDULENT PRACTICES 37.1 The OWNER requires that Bidders/Vendors/Contractors observe the highest standard of ethics during the award/execution of Contract. “Fraudulent Practice” means a misrepresentation of facts in order to influence the award of a Contract to the detriment of the OWNER, and includes collusive practice among bidders ( prior to or after bid submission ) designed to establish bid prices at artificial non-competitive levels and to deprive the OWNER of the benefits of free and open competition. 37.2 The OWNER will reject a bid for award if it determines that the bidder recommended for award has engaged in fraudulent practices in competing for the Contract in question. Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids, if the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money Deposit. 37.3 In case, the information/ document furnished by the Bidder/vendor/Contractor forming basis of evaluation of his bid is found to be false/ forged after the award of the contract, OWNER shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/Vendor/ Contractor without any prejudice to other rights available to OWNER under the contract such as forfeiture of CPBG/Security Deposit, withholding of payment etc. 37.4 In case, this issue of submission of false document comes to the notice after execution of work, OWNER shall have full right to forfeit any amount due to the Bidder/Vendor/Contractor along with forfeiture of CPBG/Security Deposit furnished by the Bidder/Vendor/Contractor. Further, such Bidder/Vendor/ Contractor shall be put on Blacklist/ Holiday/Negative List of OWNER debarring them from future business with OWNER and EIL for a time period, as per the prevailing policy of OWNER and EIL. ***

Engineers India Limited New Delhi

Page 26 of 220 INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Bidders who wish to participate for RFQs/ Tenders which are uploaded on EIL’s Authorised service provider’s website (i.e. www.tenderwizard.com/eil) should follow the following instructions which shall permit them to Search, View, Download and Submit their Electronic Bids online in a secure manner ensuring confidentiality. These Instructions for E-Tendering shall be read in conjunction with various instructions, wherever appearing with the RFQ/ Bidding Document. The conditions & instructions mentioned here in under shall supersede and shall prevail over the conditions & instructions enumerated elsewhere in the RFQ/ Bidding Document.

1) PARTICIPATION IN E-TENDERING, REQUEST FOR USER ID and PASSWORD: To participate in E-Tendering, it is Mandatory to the Bidders have a user id and password on e-tendering portal. Bidders are required to be registered on E-Tendering website to obtain user id & password (password will be system generated). However for the tenders issued on limited basis, bidders are already registered by EIL and after their registered, user id & password were communicated to bidders at their e- mail id available in EIL. The bidders who are already registered may contact to concern person of EIL to get their user id and password. For tender issued on NIT/ Press advertisement basis, bidders are required to registered themselves by using the link of registration provide on the home page of e-tendering website. The bidders are required to fill the online registration form with all required details. The bidder should indicate correct information including their e-mail since all system generated correspondences will be send on these e-mail ids. Digital signature of class 3b individual or class 3 organization is a mandatory requirement for e-tendering, right from log-in into the system. Hence, during registration, bidders shall fill the details of their digital Signature (serial No.) to save time and avoid mapping of Digital Signature details to the bidders user ID at the bid uploading stage. Otherwise, bidders are required to furnish their DC details to EIL for mapping the same to their user id by Service provider. Once, the online registration form is submitted with all required field and documents like pan card, registration or any other document of company, the system will generate the user id and password for the bidder. However, to use this user id, the bidders are required to get their user id enabled (activate) through concerned engineer for the tender in EIL. Accordingly, after registration, bidder shall send a request to EIL to activate their user id by providing user id and bid reference number. Note : Bidders who are already registered in any earlier tender of EIL, need not to create new user id, as the same user id can be used for all the tenders issued to them by EIL on this e-tendering portal. User id and password are unique to each bidder and the bidder shall use the same to view/download/participate in all e-tenders of EIL. Bidders are required to change the password during their first login into the system. There will be single user id permission for each bidder in the system for their company/Organization. Bidders in their own interest are requested to register on e- tendering portal and upload/submit their bid well in time. Bidders should avoid the last hour rush to the website for registration of user id & password, enabling of user id and mapping of digital signature serial number etc. since this exercise require activities from EIL & M/s Antares System (Service Provider) and needs time. In the event of failure in bidder’s connectivity with EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid submission. Due date extension request due to above reason may not be entertained. EIL/EIL’s ASP will not be responsible for any delay/ non-availability of USER ID or Password or any last minute request for enabling /resetting the same by the Bidders. 2) TRAINING & FAMILIARIZATION WITH E-TENDERING SYSTEM The bidder should familiarize themselves with the e-tendering system and understood all formalities related to e-tendering including log-in, system settings, downloading & uploading procedures. The contact details of the concerned representatives from ASP and other helpdesk no.

Instructions To Bidders For E-Tendering Page 1 of 4

Page 27 of 220 3) VIEW AND DOWNLOAD E-TENDER Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in using their user-id, password and digital signature. However, the open tenders can be viewed/ downloaded from the link “tender free view” provided on the home page the website, without being log-in into the system. 4) DIGITAL SIGNATURE Bidders cannot submit e-bids without having valid Digital Signature. The Digital Signature shall be issued by C.A. (Certifying Authority) in India, in the name of a person authorized for E- Tendering on behalf of his Company. FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE FROM CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL SIGNATURE OBTAINED FROM FOREIGN COUNTRIES ARE NOT ACCEPTABLE. Note: In terms of Indian I.T Act 2000, only a digitally signed document will be considered as a valid signed document. 5) BID DOCUMENT FEE/ EARNEST MONEY DEPOSIT, IF APPLICABLE : Bidders are required to submit the Bid Document Fee & EMD (in the prescribed format) in original as per the manner prescribed in the RFQ/ Bidding Document at the time of bid submission in sealed envelope. However, bidders are required to upload the scanned copy of both Bid Document fee as well as EMD on E- Tendering website along with the e-bid. If the Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, he may submit the original Bid Document Fee & EMD within 7 days from the date of unpriced bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case the bidder fails to submit the same in original within 7 days, his bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD was earlier uploaded by the bidder. 6) SUBMISSION OF BID : Bidders are required to upload the bid along with all supporting documents & Priced part on the E- Tendering website (www.tenderwizard.com/eil) only. However, documents required to be submitted physically, viz., Bid Document Fee, EMD, etc., need to be submitted in a sealed envelope as per the provisions of RFQ/ Bidding Document. Bidders shall ensure that all the required documents are uploaded in time and failure to upload the same before bid submission date & time is the sole responsibility of bidder. Under no circumstances, EIL shall entertain any request for acceptance of bid documents in physical form or any other form, which are required to be uploaded on E- Tendering Website. Also bidders are suggested to check the uploaded documents to verify the uploaded documents are opening correctly or not by clicking on the download link. The bidders needs to submit prices on-line strictly as per the Price Schedule format provided in our E- Tender. Bidders can submit their Bids on-line only after digitally signing the bid/documents with the Digital Signatures used for log-in. The Authenticity of above digital signatures may 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. No Late Bids after due date & time shall be permitted in E-Tendering website. The system time (IST) being displayed on the E-Tendering website shall be final and binding on bidder and bids have to be submitted by bidders considering this time only and not the time as per their location / country. Bidder who intends to change the bid already submitted may change/revise the same on or before the closing date & time of bid submission.

Instructions To Bidders For E-Tendering Page 2 of 4

Page 28 of 220 No Manual Bids shall be permitted. The offers submitted through E-tendering website shall only be considered for evaluation. Note: i. Bidders are advised in their own interest to ensure that bids are uploaded in E- tendering website well before the closing date and time of bid submission. ii. No bid can be modified after the dead line for submission of bids. iii. EIL shall not be responsible for any failure on the part of the bidder to follow the instructions. iv. Inadvertently, if a document is uploaded in E- tendering website by the bidders, such document can be deleted/detach by the Bidder and a new/modified document can be uploaded digitally signed within the bid due date & time. v. Bidders are requested to upload small sized documents preferably (upto 5 MB) at a time to facilitate easy uploading into E- Tendering website. EIL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of Bid submission. Bidder can upload any number of documents each below 5 MB in size. vi. Wherever, the bidders are asked to upload the required document in Mandatory folders, the bidders must upload the required document only in the Mandatory folders and other documents can be attached in general documents section. vii. Any bidder intends to modify their bid they should use “‘MODIFY” instead of “WITHDRAW“. viii. Caution : ONCE BID IS WITHDRAWN BY THE BIDDER WILLINGLY OR UNWILLINGLY , SYSTEM WILL NOT ALLOW THEM TO RESUBMIT THEIR BID. 7) OPENING OF BIDS: The unpriced bids shall be opened online, at the specified date and time given in the RFQ document or extended otherwise. The price bids shall also be opened online on the date & time which will be informed to all the techno-commercially qualified/ acceptable bidders in advance. The bidders who have submitted their bid will be able to view online the name & status of all the bidders at their respective windows, after unpriced bid opening by buyer. Similarly, the techno-commercially acceptable bidders will be able to view online the price sheets of other techno-commercially acceptable bidders (who qualify for the price bid only) at their respective windows, after priced bid opening by buyer. Wherever the composite bids are invited, the composite bids shall be opened accordingly.

8) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS: System does not allow for submission of bids beyond the deadline for bid submission. The system time displayed on EIL’s ASP E-Tendering website shall be final and binding on the bidders for all purposes pertaining to various events of the subject RFQ/ Bidding Document and no other time shall be taken into cognizance. 9) GENERAL i. The bidders may quote from their own offices/ place of their choice. Internet connectivity shall be ensured by bidders on its own. ii. Bidders agree to non-disclosure of trade information regarding the purchase, identity of EIL, bid process, bid technology, bid documentation and bid details. iii. EIL shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause. iv. EIL shall not be responsible for any indirect / consequential losses / damages, including but not limited to systems problems, inability to use the system, loss of electronic information, etc. v. EIL decision on award of Contract shall be final and binding on all the Bidders.

Instructions To Bidders For E-Tendering Page 3 of 4

Page 29 of 220 vi. EIL reserves the right to prescribe different Security Devices for accessing and/or using E-Tendering System or any part thereof, including but not limited to prescribing different Security Device(s) for accessing and/or using different parts of E-Tendering System. vii. EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders and its representatives as well as any combination and/or sequence of letters and/or numerals for the password(s) and Login ID(s). viii. The actions, failures, omissions and defaults of the bidder's representative(s) shall be construed and be given legal effect as if they are the actions, failures, omissions and defaults of the bidder and the bidder shall be fully responsible for all such matters. ix. The bidder shall bear all costs and expenses in relation to its access and use of E-Tendering System, including but not limited to the costs and expenses incurred in ensuring its continued access and use of E-Tendering System. x. EIL shall not be responsible or held liable under these Terms and Conditions for any loss or damage that is caused to any party due to use or misuse of the E-Tendering System or breach, by any party, of the Terms and Conditions mentioned herein. xi. All Clarification/ correspondences including enabling of user ids, password re-set request, mapping of DC details, etc, if any, will only be entertained from 0900 Hrs. (IST) to 1600 Hrs. (IST) only, during the office working hours.

NOTE: A Ready Reckoner for e-tendering is available on e-tendering website (www.tenderwizard.com/eil) under the Link “Vendor Help”. Bidders to click on the link “Vendor Help- Detailed Help” to downloading the same. Bidders to follow the instructions given in the same for uploading their e-bids in e-tendering website.

Instructions To Bidders For E-Tendering Page 4 of 4

Page 30 of 220

Annexure-I to ITB for E-Tendering

Contact details of Authorized Service Provide (ASP)

ASP Name: M/s Antares Systems Limited, Bangalore

Address: # 24, 1st Floor, Sudha Complex Near Havanoor Circle, 3rd Stage 4th Block, Basaveshwara Nagar Bangalore - 560 079 Ph: 080-40482000 Fax No: +91-80-40482114

New Delhi Help Desk: C-9, 1st Floor (Back Side) New Krishna Park, Najafgarh Road, Vikaspuri Near Janakpuri West Metro Station New Delhi-110018 Ph No: 011-49424365 Fax No: +91-11-25618721

Contact Persons: 1. Mr. Ashish Yadav Contact no: 08800991865 Email: [email protected]

2. Mr. Sachin Contact no: 8401982112 Email: [email protected]

Help Desk Numbers: 1. Bangalore : 080-40482000 2. New Delhi : 011-49424365 08800 991865 3. Gujarat : 08401982112

Page 31 of 220 First of all you need to open internet explorer

Type the website address http://www.tenderwizard.com/EIL in the address bar and click “Go ” to access the Login Screen.

Page 32 of 220

Now open IE and go to the tools ->internet options->

Follow as given settings

Page 33 of 220

Page 34 of 220

Make all settings as per follows

Page 35 of 220

Page 36 of 220

Page 37 of 220

Page 38 of 220

Page 39 of 220

Page 40 of 220

Page 41 of 220

Page 42 of 220

Page 43 of 220

Page 44 of 220

Page 45 of 220

Page 46 of 220

Page 47 of 220

Follow same in the next

Page 48 of 220

Page 49 of 220

Page 50 of 220

Page 51 of 220

Page 52 of 220

Page 53 of 220

Page 54 of 220

Page 55 of 220

After making all setting you need to login and you will get the page as follows

And install java by clicking the link but before uninstuninstaallinglling the older java version.

Page 56 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms M/s Rajasthan Refinery Project Job No. A456 Page 1 of 28

PROPOSAL FORMS

Engineers India Limited New Delhi

Page 57 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 2 of 28

TABLE OF CONTENTS

I. FORM OF BID ...... 3

II. INFORMATION ABOUT BIDDER ...... 4

III. FORMAT OF AFFIDAVIT ...... 5

IV. SIMILAR EXPERIENCE DURING LAST 7 YEARS ...... 7

V. ANNUAL TURNOVER STATEMENT ...... 8

VI. PRESENT COMMITMENTS AS ON …………………………………...... 9

VII. DECLARATION OF BLACK LISTING/ HOLIDAY LISTING ...... 10

VIII. COMPLIANCE TO BID REQUIREMENT ...... 11

IX. EXCEPTIONS AND DEVIATIONS ...... 12

X. CHECK LIST FOR SUBMISSION OF BID...... 14

XI. COMMERCIAL QUESTIONNAIRE ...... 17

XII. DECLARATION BY THE BIDDER ...... 20

XIII. DETAILS OF P.F. / E.S.I/SERVICE TAX /SALES TAX REGISTRATION/ PAN ...... 21

XIV. FOR BIDDERS’ QUERIES ...... 22

XV. BANK MANDATE FORM ...... 23

XVI. PROFORMA OF BANK GUARANTEE FOR PERFORMANCE ...... 24

XVII. PROFORMA OF CONTRACT AGREEMENT ...... 26

XVIII. PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY ...... 27

Engineers India Limited New Delhi

Page 58 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 3 of 28

FORM-A

FORM OF BID (To be filled by the Bidder) Serial No. Date:

To Engineers India Limited 1, Bhikaiji Cama Place, R.K. Puram, New Delhi – 110 066

Dear Sirs,

Having examined the Bid Documents consisting of the Invitation for Bid (IFB) / Letter Inviting Bid (LIB), Instructions to Bidder, General Terms &Conditions of Works Contract (GCC), Special Conditions of Contract, Specifications, Technical requirements, Time Schedule, Form of Agreement, Form of Bid, Form of Price Schedule and Addendum(s) to the Bid Documents (if any), and having understood the provisions of the said Bid Documents and having thoroughly studied the requirements of Engineers India Ltd. relative to the work bid for in connection with the ------(Name of Work) for Rajasthan Refinery Projectof M/sHindustan Petroleum Corporation Ltd. and having conducted a thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water, material and equipment availability, the transport and communication facilities, the availability and suitability of Site Fabrication Areas, the availability of land and/or premises for temporary office and accommodation quarters and all other factors and facilities and things whatsoever necessary or relevant to the formulation of the Bid and the performance of work, I/we hereby submit our bid/offer for the performance of the proposed services and supplies in accordance with the terms and conditions and within the time mentioned in the Bid Documents at the rates/prices quoted by me/us in Schedule of Rates/Price included within the Bid Documents and arrived at rates/prices for the services and supplies as per the Schedule of Rates/Price. If the work is awarded to me/us, I/we undertake to perform the work and make the supplies in accordance with the Contract Documents as defined in the Form of Agreement forming part of the bid documents and accept the terms and conditions of Contract as laid down therein and undertake to submit within 10 (Ten) days of receipt of Notification of award of Bid for Performance bank Guarantee (PBG) as specified in the Fax of Acceptance of bid by way of Bank Guarantee from a Scheduled Bank in India and to commence work at the job site and to sign the formal Contract in terms of the Proforma of Agreement forming part of Bid Documents within 15 (Fifteen) days of receipt of the Fax of Acceptance from Hindustan Petroleum Corporation Limited (Owner).

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

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

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

Engineers India Limited New Delhi

Page 59 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 4 of 28

FORM-B INFORMATION ABOUT BIDDER

1 IN CASE OF INDIVIDUAL

1.1 Name of Business and it’s Proprietor

1.2 Whether his business is registered.

1.3 Date of commencement of business.

1.4 Whether he pays Income Tax over Rs.10,000/- per year.

2.0 IN CASE OF PARTNERSHIP

2.1 Name of Partners

2.2 Whether the partnership is registered.

2.3 Date of registration of firm.

2.4 If each of the partners of the firm pays income tax over Rs.10, 000/- a year and if so which of them pays the same.

2.5 Age of Partners

3. IN CASE OF LIMITED LIABILITY COMPANY OR COMPANY LIMITED BY GUARANTEES

3.1 Amount of paid up capital

3.2 Name of Directors

3.3 Date of Registration of Company

3.4 Copies of the Balance sheet of the company for the last 3 years.

4. GENERAL

4.1 Income Tax PAN No. of the Business

4.2 Provident Fund and ESI Registration Nos. of the Business

4.3 Sales Tax (VAT and CST) Registration No. of the Business

4.4 Service Tax Registration No. of the Business

SIGNATURE OF BIDDER : ______NAME OF BIDDER : ______COMPANY SEAL : ______

Engineers India Limited New Delhi

Page 60 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 5 of 28

FORM-C ANNEXURE - A FORMAT OF AFFIDAVIT AFFIDAVIT OF...... S/o D/o ...... , resident of ...... EMPLOYED AS ...... WITH ...... HAVING OFFICE AT ...... PIN ......

I, the above named deponent do hereby solemnly affirm and state as under :- 1. That I am the authorized representative and signatory of M/s ……………………….. 2. That the document (s) submitted, as mentioned hereunder, by M/s ……………………………………. Along with the Bid document submitted under Covering Letter No. …………………………………….. dated ………………….. towards Tender No. …………………………………………………… for ………………………………………………………………………. (Project) has / have been submitted under my knowledge.

Sl. No. Document Reference No. & Date Document Subject Issuing Authority

3. That the document(s) submitted, as mentioned above, by M/s ……………………………………………….. along with the Bid Document for meeting the Bidder Qualification Criteria thereunder, vide Covering Letter No. …………………………………………… dated …………………… , towards Tender No. ………………………………………………………………… for ………………………………………………………………………. (Name of Work) are authentic, genuine, copies of their Originals and have been issued by the Issuing Authority mentioned above and no part of the document(s) is/are false, forged or fabricated. 4. That no part of this Affidavit is false and that this Affidavit and the above declaration in respect of genuineness of the documents has been made having full knowledge of – (i) the provisions of the Indian Penal Code in respect of offences including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii) provisions of bidding conditions which entitle the Owner / EIL to initiate action in the event of such declaration turning out to be a misrepresentation or false representation. 5. I depose accordingly, DEPONENT VERIFICATION I, ...... the deponent above named, do hereby verify that the factual contents of this Affidavit are true and correct. No part of it is false and nothing material has been concealed there from. Verified at ...... on this ...... day of ...... 20 ......

DEPONENT

Engineers India Limited New Delhi

Page 61 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 6 of 28

[On non-judicial stamp paper of appropriate value]

Engineers India Limited New Delhi

Page 62 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 7 of 28

FORM – C1 SIMILAR EXPERIENCE DURING LAST 7 YEARS

POSTAL ADDRESS

OF CLIENT & NAME SL. COMPLETED SCHEDULED ACTUAL DESCRIPTION OF OF OFFICER IN STARTING REASONS FOR NO. CONTRACT COMPLETION COMPLETION WORK CHARGE ALONG DATE DELAY, IF ANY VALUE DATE DATE WITH E-MAIL AND MOBILE NO.

SIGNATURE OF BIDDER : ______NAME OF BIDDER : ______COMPANY SEAL : ______

Engineers India Limited New Delhi

Page 63 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 8 of 28

FORM – D

ANNUAL TURNOVER STATEMENT

The bidder shall indicate herein his annual turnover during preceding 3 years based on the audited balance sheet/profit & loss account statement.

A. FINANCIAL DETAILS

1. ANNUAL TURNOVER (RS.) FINANCIAL YEAR/ YEAR ENDING (Copy of Audited Accounts/Auditor’s Certificate to be submitted as proof)

Year 1 (______) Year 2 (______) Year 3 (______) Average of 3 years

2. NET WORTH FOR LATEST FINANCIAL YEAR :

NOTE: B. Submission of audited balance sheet and profit & loss account for above three years - YES/ NO (If reply is ‘NO’, then reason for same along with Auditor’s Certificate for Annual Turrnover and Net Worth for all relevant years to be submitted.)

SIGNATURE OF BIDDE : ______NAME OF BIDDER : ______COMPANY SEAL : ______

Engineers India Limited New Delhi

Page 64 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 9 of 28

FORM - E

PRESENT COMMITMENTS AS ON ………………………………….. (Due Date for submission of Bid)

FULL POSTAL DATE OF %AGE ADDRESS OF CLIENT SCHEDULE EXPECTED DATE DESCRIPTION OF VALUE OF COMMEN- COMP. SR.NO. & NAME OF COMPLETION OF REMARKS THE WORK CONTRACT CEMENT OF AS ON OFFICER-IN- DATE COMPLETION WORK DATE CHARGE

SIGNATURE OF BIDDER : ______

NAME OF BIDDER : ______

COMPANY SEAL : ______

Engineers India Limited New Delhi

Page 65 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 10 of 28

FORM-F DECLARATION OF BLACK LISTING/ HOLIDAY LISTING In the case of a Proprietary Concern: I hereby declare that neither I in my personal name or in the name of may Proprietary concern M/s______which is submitting the accompanying Bid/Tender nor any other concern in which I am proprietor nor any partnership firm in which I am involved as a Managing Partner have been placed on black list or holiday list declared by Hindustan Petroleum Corporation Limited or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas)or any Government Department / Public Sector, except as indicated below:

(Here give particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)

In the case of a Partnership Firm: We hereby declare that neither we, M/s______, submitting the accompanying Bid/Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor or managing partner of any firm or concern have or has been placed on blacklist or holiday list declared by Hindustan Petroleum Corporation Limited or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas)or any Government Department / Public Sector, except as indicated below:

(Here give particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)

In the case of company: We hereby declare that we have not been placed on any holiday list or black list declared by Hindustan Petroleum Corporation Limited or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas)or any Government Department / Public Sector, except as indicated below:

(Here give particular of blacklisting or holiday listing, and in absence thereof state “NIL”)

It is understood that if this declaration if found to be false in any particular, Hindustan Petroleum Corporation Limited or its Administrative Ministry or it’s authorised representative, shall have the right to reject my/our bid, and if the bid has resulted in a contract, the contract is liable to be terminated.

SIGNATURE OF BIDDER :______

NAME OF BIDDER : ______

COMPANY SEAL : ______

Engineers India Limited New Delhi

Page 66 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 11 of 28

FORM-G

COMPLIANCE TO BID REQUIREMENT

NAME OF WORK : ______

NAME OF BIDDING DOCUMENT : ______

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

We hereby further confirm that any terms and conditions if mentioned in our bid (Un-priced as well as Priced Part), shall not be recognised and shall be treated as null and void.

SIGNATURE OF BIDDER : ______

NAME OF BIDDER : ______

COMPANY SEAL : ______

Engineers India Limited New Delhi

Page 67 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 12 of 28

FORM–H(Sheet 1 of 2)

EXCEPTIONS AND DEVIATIONS (FOR COMMERCIAL PART)

SL.NO REF OF BID DOCUMENT SUBJECT DEVIATIONS

PAGE NO. CLAUSE NO.

NOTE: This shall be submitted separately for Commercial & Technical Sections. SIGNATURE OF BIDDER: ______

NAME OF BIDDER: ______

COMPANY SEAL: ______

Engineers India Limited New Delhi

Page 68 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 13 of 28

FORM–H(Sheet 2 of 2)

EXCEPTIONS AND DEVIATIONS (FOR TECHNICAL PART)

SL.NO REF OF BID DOCUMENT SUBJECT DEVIATIONS

PAGE NO. CLAUSE NO.

NOTE: This shall be submitted separately for Commercial & Technical Sections.

SIGNATURE OF BIDDER: ______

NAME OF BIDDER: ______

COMPANY SEAL: ______

Engineers India Limited New Delhi

Page 69 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 14 of 28

FORM-I CHECK LIST FOR SUBMISSION OF BID

Bidder is requested to fill this check list and ensure that all details/documents have been furnished as called for in the Bidding Document along with duly filled in, signed & stamped checklist with each copy of the "Unpricedbid (Part – I)”.

Please tick the box and ensure compliance:

(A) UNDER SECTION –I

(A.1) Form of Bid as per FORM-A Submitted

(A.2) Information about Bidder as per FORM-B Submitted

(A.3) EMD/ BID SECURITY as per format enclosed in GCC (As applicable) Submitted

(A.4) Integrity Pact as per FORM - O Submitted

(B) UNDER SECTION -2 (Proposal Forms)

(B.1) Past Experience as per FORM-C1

Submitted

(B.2) Financial Details as per FORM-D Submitted

(B.3) Audited Balance Sheet including profit and loss account statement for the last three years.

Submitted

Submitted for the years:

1. ______2. ______3. ______

(B.4) Present Commitments as per FORM-E

Submitted

Engineers India Limited New Delhi

Page 70 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 15 of 28

(B.5) Information about current litigation/ arbitration

Submitted

(B.6) Power of Attorney in Favour of the person who has signed the bid on stamp paper of Appropriate value.

Submitted

(B.7) Partnership Deed in case of partnership firm andMemorandum &Articles of Association in case of limited company.

Submitted

(B.8) Declaration by Bidder regarding Black listing/ Holiday listing as per FORM - F.

Submitted

(B.9) Declaration regarding PF/ESI/SERVICE TAX/PAN as per FORM-L.

Submitted

C) UNDER SECTION - 3

(C.1) Compliance to Bid Requirement as per FORM-G.

Submitted

(C.2) Exceptions/ Deviations as per FORM-H both technical and commercial part (Unpriced)

Submitted

(C.3) Reply to commercial questionnaire as per FORM-J with Bidder's reply/ confirmation for each Sl. No.

Submitted

(C.4) Declaration by Bidder as per FORM-K.

Submitted

Engineers India Limited New Delhi

Page 71 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 16 of 28

(C.5) Blank copy (without price) of Price Part i.e. Schedule ofRates/Prices and Taxes & Duties

Submitted

(D) UNDER SECTION – 4

(D.1) Technical Details/ Documents specified in Technical part.

Submitted Not Applicable

(E) CONFIRM THE FOLLOWING

(E.1) All pages of the bid have been page numbered in sequential manner. YES

(E.2) The bid has been submitted in line with requirements as specified in Instructions to Bidders YES

(E.3) Master Index of Bidding Document and Compliance Letter for Addendum/ Amendment, if any, has been submitted along with offer, duly signed and stamped on each page. YES

(E.4) Blank copy (without price) of Schedule of Rates duly signed and stamped on each page has been submitted.

YES

(E. 5) Unpriced Bid does not contain any reference to/mention of price : YES

SIGNATURE OF BIDDER :______

NAME OF BIDDER : ______

COMPANY SEAL : ______

Engineers India Limited New Delhi

Page 72 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 17 of 28

FORM-J COMMERCIAL QUESTIONNAIRE Bidder’s reply/ confirmation as furnished in the Commercial Questionnaire (CQ) shall supersede the stipulations mentioned elsewhere in their bid.

SL. EIL'S QUERY BIDDER'S REPLY/ NO. CONFIRMATION 1.0 Confirm that your Bid is valid for 4 (Four) months from the last date of submission of Bid And thereafter, for successful bidder (i.e., on whom LOI/Order will be placed), till actual completion of the work 2.0 Confirm that Earnest Money Deposit (EMD) as per bid stipulations have been furnished along with bid. 3.0 Confirm that the following documents are submitted with Part-I: a) All documents as per CHECK LIST. b) Master Index as enclosed with Bidding Document is submitted in unpriced part duly signed and stamped on each page. c) Compliance letter for Addendum/ Amendments as a token of acceptance (Applicable, if issued). 4.0 Confirm that price has been submitted/uploaded in a separate folder provided in the E-Tender Portal. 5.0 Schedule of Price a) Price must be filled in the SOR/SOP provided alongwith the Bidding Document. Please note that the format is not to be edited by the bidder. b) Confirm that rate/ price has been quoted for all items of SOR/SOP. c) Confirm that deviation/terms & conditions are not mentioned in the price part. In case any terms and condition is mentioned in the price part, the same shall be treated as null and void. 6.0 Confirm your compliance to critical stipulations of bidding document as mentioned in ITB. 7.0 Confirm that you have studied complete Bidding Document including Technical and commercial part and your Bid is in accordance with the requirements of the Bidding Document.

Engineers India Limited New Delhi

Page 73 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 18 of 28

SL. EIL'S QUERY BIDDER'S REPLY/ NO. CONFIRMATION 8.0 Confirm your compliance to total Scope of Work mentioned in the Bidding Document. 9.0 Confirm your acceptance for `Scope of Supply' mentioned in the Bidding Document and confirm that all materials shall be supplied as per Standards and Specification. 10.0 Confirm your acceptance for Time Schedule as mentioned in Bidding Document. 11.0 Confirm that your quoted price includes all applicable taxes and duties and other levies&Cess.etc. except Service Tax & Education cess thereon. Service Tax shall be indicated separately in the Price Bid. Bids shall be evaluated on the basis of landed cost at site after taking in to account Cenvat Benefit available to Owner. Contractor shall provide details of service tax registration number, Rajasthan VAT Reg.No (TIN No) along with the copy of Registration Certificate. 12.0 Confirm that your quoted price includes all types of insurance as per the provisions of General Terms &Conditions of Works Contract (GCC) and Special Conditions of Contract. 13.0 Confirm that all costs resulting from safe execution of WORK, such as safety induction, use of protective clothing, safety glasses and helmet, safety precaution taken during monsoon, or any other safety measures to be undertaken by the Contractor for execution of work are included in the quoted rates. 14.0 Confirm that you have proposed adequate project/site organisation with qualified supervisory personnel having requisite experience including personnel responsible for safety, planning, stores, QA/QC etc. 15.0 Confirm that while submitting your price, you have taken consideration of scope of supplies, scope of work and technical requirement mentioned in Bidding Document. 16.0 Confirm that you have your own QA/QC programme for executing this work. In case of award of work, you will submit all QA/QC

documents as per specification No. 6-78-0001.

17.0 Confirm that Bidder is not involved in any Litigation/ Arbitration, otherwise, if involved please furnish information about the same.

Engineers India Limited New Delhi

Page 74 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 19 of 28

SL. EIL'S QUERY BIDDER'S REPLY/ NO. CONFIRMATION 18.0 Confirm that the Bidder is not under liquidation, court receivership or similar proceedings.

SIGNATURE OF BIDDER: ______

NAME OF BIDDER: ______

COMPANY SEAL: ______

Engineers India Limited New Delhi

Page 75 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 20 of 28

FORM–K DECLARATION BY THE BIDDER

We ______(Name of the Bidder) hereby represent that, we have gone through and understood the Bidding Document in two parts, Part-I (COMMERCIAL) and Part-II (TECHNICAL)and that our Bid has been prepared accordingly in compliance with the requirement stipulated in the said documents. We are submitting Master Index of Bidding Document as part of our Bid duly signed and stamped on each page in token of our acceptance to the above mentioned bid document. We undertake that Part-I and Part-II of the Bidding Document shall be deemed to form part of our bid and in the event of award of work to us, the same shall be considered for constitution of Contract Agreement. Further, we shall sign and stamp each page of this Part-I and Part-II as a token of Acceptance and as a part of the Contract Agreement in the event of award of Contract to us. We further confirm that we have indicated prices in Schedule of Rates (Short Description), which is print out of Excel file of SOR, considering detailed description of items given in Schedule of Rates (Detailed Description) and submitted in Price Bid in separate folder in the E-Tender Portal. We confirm that rate quoted by us includes price for all works/ activities/ supply etc. as mentioned in item description of the items in Schedule of Rates (with detailed item description) which has been issued to us.

SIGNATURE OF BIDDER : ______NAME OF BIDDER :______COMPANY SEAL : ______

NOTE: This declaration should be signed by the Bidder’s representative who is signing the Bid.

Engineers India Limited New Delhi

Page 76 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 21 of 28

FORM-L

DETAILS OF P.F. / E.S.I/SERVICE TAX /SALES TAX REGISTRATION/ PAN

Bidder to furnish details of Provident Fund Registration :

PF REGISTRATION NO. : DISTRICT & STATE :

ESI Registration No. DISTRICT & STATE :

We hereby confirm that the above PF Account is under operation presently and shall be used for all PF related activities for the labour engaged by us in the present work (if awarded to us).

Bidder shall be solely responsible to fulfil all the obligations of PF and ESI registration without any additional financial liabilities / implications to EIL / OWNER

SERVICE TAX REGISTRATION NO. :

SALES TAX REGISTRATION NUMBER:

PAN No.:

(SIGNATURE OF BIDDER)

Engineers India Limited New Delhi

Page 77 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 22 of 28

FORM–M

FOR BIDDERS’ QUERIES

SL. REFERENCE OF BIDDING DOCUMENT BIDDER'S QUERY OWNER'S REPLY NO. PART/ Page Clause Subject VOL. No. No.

NOTE: 1) The Pre-Bid Queries may be sent by e-mail [email protected] / [email protected] / [email protected] / [email protected] 2) Bidder shall send the editable copy in Ms-Word format.

SIGNATURE OF BIDDER : ______

NAME OF BIDDER : ______

Engineers India Limited New Delhi

Page 78 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 23 of 28

FORM–N

BANK MANDATE FORM

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

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

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

Official seal of the Bidder Place : Date :

BANK CERTIFICATION

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

Place : Date :

______Signature of the Authorised Official of the Bank

Bank’s Stamp

Engineers India Limited New Delhi

Page 79 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 24 of 28

FORM–O

PROFORMA OF BANK GUARANTEE FOR PERFORMANCE

BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF SUPPLIER / CONTRACTOR

(on non-judicial stamp paper of appropriate value)

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

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the Corporation" which expression shall include its successors and assigns) having awarded to M/s______a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at ______(hereinafter referred to as "the Supplier" which expression shall wherever the subject or context so permits includes its successors and assigns) a supply contract in terms inter alia, of "the Corporation's" Order No. ______dated ______and the General purchase conditions of "the Corporation" and upon the condition of "supplier's" furnishing security for the performance of "the Supplier's" obligations and/or discharge of "the supplier's" liability under and/or in connection with the said supply contract upto a sum of R ______(Rupees______) amounting to 10% (ten percent) of the total contract value.

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

1. This Guarantee/Undertaking shall be a continuing Guarantee / Undertaking and shall remain valid and irrecoverable for all claims of "the Corporation" and liabilities of "the Supplier" arising upto and until midnight of ______

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

3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting the full liability of "the Bank" hereunder to take any other security in respect of "the Supplier's" obligation and/or liabilities under or in connection with the said supply contract and to vary the term vis-a-vis "the supplier" of the said supply contract or to grant time and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations of "the supplier" under the said supply contract and/or the remedies of "the Corporation" under any other security(ies) now or hereafter held by "the Corporation" and no such dealing(s),

Engineers India Limited New Delhi

Page 80 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 25 of 28

variation(s) or other indulgence(s) or agreement(s) with "the supplier" or release of forbearance whatsoever shall have the effect of releasing "the Bank" from its full liability to "the Corporation" hereunder or of prejudicing rights of "the Corporation" against "the Bank".

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to "the Corporation" in terms hereof.

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

6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred by "the Corporation" on account of any losses or damages or costs, charges/and/or expenses shall be as between "the Bank" and "the Corporation" be conclusive of the amount so liable to be paid to "the Corporation" or suffered or incurred by "the Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms hereof.

7. Not withstanding anything contained herein above: i) Our liability under this guarantee shall not exceed R...... ii) This Bank Guarantee shall be valid upto and including ...... ; and iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or # before the expiry of 03 months from the date of expiry of this guarantee.

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the agreement/contract or MOU entered into between "the supplier" and "the Bank" in this regard.

IN WITNESS Where of ______Bank, has executed this document at ______on ______20__.______Bank(by its constitutedattorney) (signature of aperson authorized to signon behalf of "the Bank")

Engineers India Limited New Delhi

Page 81 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 26 of 28

FORM–P

PROFORMA OF CONTRACT AGREEMENT

(TO BE FURNISHED LATER ON )

Engineers India Limited New Delhi

Page 82 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 27 of 28

FORM–Q

PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY

(On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited (Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The Corporation" which expression shall include its successor in business and assigns) issued a tender on Messrs...... a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at (hereinafter called "the Tenderer" which expression shall include its executors, administrators and assigns) against Tender no...... dated ...... (hereinafter called "the tender" which expression shall include any amendments/ alterations to "the tender" issued by "the Corporation") for the supply of goods to/execution of services for "the Corporation" and "the Corporation" having agreed not to insist upon immediate payment of Earnest Money for the fulfilment of the said tender in terms thereof on production of an acceptable Bank Guarantee for an amount of R...... (Rupees ...... only).

We, ...... Bank having office at ...... Bombay (hereinafter referred to as "the Bank" which expression shall include its successors and assigns) at the request and on behalf of "the Tenderer" hereby agree to pay to the Corporation without any demur on first demand an amount not exceeding R...... (Rupees ...... only) against any loss or damage, costs, charges and expenses caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for any breach on the part of "the Tenderer" of any of the terms and conditions of the said "tender".

2. We, ...... Bank further agree that "the Corporation" shall be sole Judge whether the said "Tenderer" has failed to perform or fulfill the said "tender" in terms thereof or committed breach of any of the terms and conditions of "the order" and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and we waive in favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Tenderer" may be entitled to. 3. We, ...... Bank further agree that the amount demanded by "the Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay and the amount demanded and "the Bank" to undertake to pay "the Corporation" the amount so demanded on first demand and without any demur notwithstanding any dispute raised by "the Tenderer" or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional.

4. We, ...... Bank further agree with "the Corporation" that "the Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said "tender"/or to extend time of performance by "the Tenderer" from time to time or to postpone for any time to time any of the powers exercisable by "the Corporation" against "the Tenderer" and to forbear to enforce any of the terms and conditions relating to "the tender" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Tenderer" or for any forbearance, act or ommission on the part of "the Corporation" or any indulgence by "the Corporation" to "the tenderer" or by any such matter or things whatsoever which under the law relating to sureties would but for this provision have the effect of relieving us.

Engineers India Limited New Delhi

Page 83 of 220 Hindustan Petroleum Corporation Ltd. Proposal Forms Rajasthan Refinery Project Job No. A456 Page 28 of 28

5. NOTWITHSTANDING anything hereinbefore contained, our liability under this Guarantee is restricted to R ...... (Rupees...... only). Our liability under this guarantee shall remain in force until expiration of six months from the due date of opening of the said "tender". Unless a demand or claim under this guarantee is made on us in writing within said period, that is, on or before ...... all rights of "the Corporation" under the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities thereunder.

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

7. We, ...... Bank lastly agree that "the Bank" 's liability under this guarantee shall not be affected by any change in the constitution of "the Tenderer".

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the Agreement/Contract or MOU entered into between "the Tenderer" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this ...... day of ......

For...... Bank (by its constituted attorney)

(Signature of a person authorised to sign on behalf of "the Bank")

Engineers India Limited New Delhi

Page 84 of 220 GENERAL TERMS & CONDITIONS OF WORKS CONTRACT

1 PRELIMINARY

1 of 36 Page 85 of 220 2. DEFINITIONS

Chairman and Managing Director

Chairman and Managing Director

Change Order

Construction Equipment

Contract

2 of 36 Page 86 of 220 The Contractor

Drawings

Engineer-in-Charge or Site-in-Charge

The Owner HINDUSTAN PETROLEUM CORPORATION LIMITED PETROLEUM HOUSE, 17, JAMSHEDJI TATA ROAD, BOMBAY - 400020

Permanent Work

Project Manager HINDUSTAN PETROLEUM CORPORATION LIMITED

Site

Specifications

3 of 36 Page 87 of 220 3. SUBMISSION OF TENDER

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

4 of 36 Page 88 of 220 ®3.5 Unless specifically provided for in the tender documents or any Special Conditions, no escalation in the Tender rates or prices quoted will be permitted throughout the period of contract or the period of actual completion of the job whichever is later on account of any variation in prices of materials or cost of labour or due to any other reasons. Claims on account of escalation shall not be arbitrable.

®3.10 In consideration for having a chance to be considered for entering into a contract with the Owner, the Tenderer agrees that the Tender submitted by him shall remain valid for the period prescribed in the tender conditions, from the date of opening of the tender. The Tenderer shall not be entitled during the said

5 of 36 Page 89 of 220 validity period, to revoke or cancel the tender without the consent in writing from the Owner.

®3.11 The prices quoted by the Tenderer shall be firm during the validity period of the bid and Tenderer agrees to keep the bid alive and valid during the said period. The Tenderers shall particularly take note of this factor before submitting their tender(s).

6 of 36 Page 90 of 220 ® If some discrepancies are found between the rates given in words and figures of the amount shown in the tender, the following procedure shall be applied :

(a) When there is a difference between the rates in figures and words, the rate which corresponds to the amount worked out by the tenderer shall be taken as correct.

(b) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct.

(c) When it is not possible to ascertain the correct rate in the manner prescribed above the rate as quoted in words shall be adopted.

DEPOSITS

7 of 36 Page 91 of 220 Note

® SECURITY DEPOSIT:

1% of PO/Contract value as Security deposit will be acceptable in the form of Demand draft upto R 50,000/- and in the form of Demand draft / Bank guarantee beyond R 50,000/-.

Composite Performance Bank Guarantee (CPBG) for 10% of PO value towards Performance Bank Guarantee inclusive of Security Deposit shall be accepted (in lieu of deduction of retention money); such CPBG shall be valid upto a period of 3 months beyond the expiry of defect liability period.

Demand Draft should be drawn on Scheduled Banks, other than co-operative bank.

EXECUTION OF WORK

8 of 36 Page 92 of 220 5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS

9 of 36 Page 93 of 220 10 of 36 Page 94 of 220 5.b. COMMENCEMENT OF WORK

.

SUBLETTING OF WORK

.

11 of 36 Page 95 of 220 EXTENSION OF TIME

® 1) If the Contractor anticipates that he will not be able to complete the work within the contractual delivery/ completion date (CDD), then the Contractor shall make a request for grant of time extension clearly specifying the reasons for which he seeks extension of time and demonstrating as to how these reasons were beyond the control of the contractor or attributable to the Owner. This request should be made well before the expiry of the Contractual Delivery/ Completion Date (CDD).

2) If such a request for extension is received with a Bank Guarantee for the full Liquidated Damages amount calculated on the Total Contract Value, the concerned General Manager of the Owner shall grant a Provisional extension of time, pending a decision on the request.

3) The concerned General Manager of the Owner shall expeditiously decide upon the request for time extension and decide the levy of liquidated damages within a maximum period of 6 months fom the CDD or date of receipt of the request, whichever is later.

4) Grant of any extension of time shall be by means of issuance of a Change Order.

5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could be accepted against LD, as stated above. Once a decision is taken, the LD shall be recovered from any pending bills or by encashment of the BG. Any balance sum of Contractor or the BG (if LD is fully recovered from the bills) shall be promptly refunded/returned to the Contractor.

SUSPENSION OF WORKS

12 of 36 Page 96 of 220 OWNER MAY DO PART OF WORK

INSPECTION OF WORKS

13 of 36 Page 97 of 220 SAMPLES

TESTS FOR QUALITY OF WORK

14 of 36 Page 98 of 220 ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND WORKS

15 of 36 Page 99 of 220 PROVISIONAL ACCEPTANCE

COMPLETION OF WORK AND COMPLETION CERTIFICATE

USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS

16 of 36 Page 100 of 220 DEFECT LIABILITY PERIOD

DAMAGE TO PROPERTY

17 of 36 Page 101 of 220 DUTIES AND RESPONSIBILITIES OF CONTRACTOR

EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE CONTRACTOR

NOTICE TO LOCAL BODIES

18 of 36 Page 102 of 220 FIRST AID AND INDUSTRIAL INJURIES

SAFETY CODE

19 of 36 Page 103 of 220 INSURANCE AND LABOUR

EMPLOYEES STATE INSURANCE ACT

20 of 36 Page 104 of 220 WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY INSURANCE

AUTOMOBILE LIABILITY INSURANCE

FIRE INSURANCE

ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BY OWNER

21 of 36 Page 105 of 220 LABOUR AND LABOUR LAWS

22 of 36 Page 106 of 220 IMPLEMENTATION OF APPRENTICES ACT, 1961

MODEL RULES FOR LABOUR WELFARE

DOCUMENTS CONCERNING WORKS

23 of 36 Page 107 of 220 PAYMENT OF CONTRACTOR'S BILLS ® Payments will be made against Running Accounts bills certified by the Owner's Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the bill.

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

24 of 36 Page 108 of 220 MEASUREMENT OF WORKS

BILLING OF WORKS EXECUTED

RETENTION MONEY

25 of 36 Page 109 of 220 STATUTORY LEVIES

26 of 36 Page 110 of 220 ® 7.d.5 The contractors having their ‘tax residency status’ outside India shall provide Tax Residency Certificate (TRC), issued by Government of the Country or the specified territory where the Contractor is a Resident. Rule 21AB of the Income Tax Rules, 1962 has prescribed the contents of a TRC. This would enable the Corporation to deduct tax at source by duly considering the ‘treaty relief’, if any, under Double Taxation Avoidance Agreement (DTAA) entered into between GOI and the respective country/specified territory in which the Contractors’ ‘tax residency status’ is currently in force. MATERIALS TO BE SUPPLIED BY CONTRACTOR

# w.e.f. 01.04.2010 ® PUR-057/11.09.2012

27 of 36 Page 111 of 220 MATERIALS TO BE SUPPLIED BY THE OWNER

28 of 36 Page 112 of 220 PAYMENT OF CLAIMS AND DAMAGES

ACTION AND COMPENSATION IN CASE OF BAD WORK

29 of 36 Page 113 of 220 INSPECTION AND AUDIT OF CONTRACT AND WORKS

CONTRACTOR TO INDEMNIFY THE OWNER

10. LIQUIDATED DAMAGES

® i) In case of any delay in completion of the work beyond the CDD, the Owner shall be entitled to be paid Liquidated Damages by the Contractor. The liquidated damages shall be initially at the rate of 0.5% (half percent) of the total contract value for every week of the delay subject to a maximum of 5% of the total contract value. The liquidated damages shall be recovered by the Owner out of the amounts payable to the Contractor or from any Bank Guarantees or Deposits furnished by the Contractor or

30 of 36 Page 114 of 220 the Retention Money retained from the Bills of the Contractor, either under this contract or any other contract.

ii) The Contractor shall be entitled to give an acceptable unconditional Bank Guarantee in lieu of such a deduction if Contractor desires any decision on a request for time extension

iii) Once a final decision is taken on the request of the Contractor or otherwise, the LD shall be applicable only on the basic cost of the contract and on each full completed week(s) of delay (and for part of the week, a pro-rata LD amount shall be applicable).

iv) This final calculation of LD shall be only on the value of the unexecuted portion/quantity of work as on the CDD.

v) Contractor agrees with the Owner, that the above represents a genuine pre- estimate of the damages which the Owner will suffer on account of delay in the performance of the work by Contractor. The Contractor further agrees that the LD amount is over and above any right which owner has to risk purchase under Clause 12.4 and any right to get the defects in the work rectified at the cost of the contractor.

DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY OWNER

from any Scheduled Bank (other than a Co-Operative Bank)

. (Please refer to clause 4. Deposits)

TERMINATION OF CONTRACT

31 of 36 Page 115 of 220 ® 12.4 In case of Termination of the contract, Owner shall have the right to carry out the unexecuted portion of the work either by themselves or through any other contractor(s) at the risk and cost of the Contractor. In view of paucity of time, Owner shall have the right to place such unexecuted portion of the work on any nominated contractor(s). However, the overall liability of the Contractor shall be restricted to 100 % of the total contract value.

32 of 36 Page 116 of 220 FORCE MAJEURE

33 of 36 Page 117 of 220 14. ARBITRATION

®14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate some officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer of any other Government Company in the Oil Sector of the rank of Ch. Manager & above or any retired officer of the Central Government not below the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such person as the Sole Arbitrator on the ground that the said person is/was an officer and/or shareholder of the owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt with the matter to which the contract relates or that in the course of his/her duties, he/she has/had expressed views on all or any of the matters in dispute or difference. 14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole Arbitrator. 14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at which it was left by his predecessor. It is expressly agreed between the parties that no person other than the Appointing Authority or a person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make an appointment on time shall only give rise to a right to a Contractor to get such an appointment made and not to have any other person appointed as the Sole Arbitrator.

34 of 36 Page 118 of 220 ® The lumpsum fees of the Arbitrator shall be R 40,000/- per case for transportation contracts and R 60,000/- for engineering contracts and if the sole Arbitrator completes the arbitration including his award within 5 months of accepting his appointment, he shall be paid R 10,000/- additionally as bonus. Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and balance on receipt of award by the parties

GENERAL

35 of 36 Page 119 of 220 ®

R

# 17. Grievances of parties participating or intend to participate in the tender shall be addressed in writing to the officer designate of the Grievance Redressal Cell where the tenders have to be submitted within the stipulated period. Detailed mechanism of Grievance Redressal is available on the HPCL website.

36 of 36 Page 120 of 220 Hindustan Petroleum Corporation Ltd. Special Conditions of Contract (SCC) Rajasthan Refinery Project Job No. A456 Page 1 of 6

SPECIAL CONDITIONS OF CONTRACT

(SCC)

ENGINEERS INDIA LIMITED NEW DELHI

Page 121 of 220 Hindustan Petroleum Corporation Ltd. Special Conditions of Contract (SCC) Rajasthan Refinery Project Job No. A456 Page 2 of 6

INDEX TO SPECIAL CONDITIONS OF CONTRACT

SL. NO. DESCRIPTION 1. GENERAL 2. SCOPE OF WORK 3. TIME SCHEDULE 4. TAXES AND DUTIES 5. FIRM PRICE 6. EQUIPMENT, LAND, POWER AND WATER 7. CONFIRMATION 8. CONTRACTOR TO INDEMNIFY 9. TERMS OF PAYMENT 10. MODIFICATION TO GCC

ENGINEERS INDIA LIMITED NEW DELHI

Page 122 of 220 Hindustan Petroleum Corporation Ltd. Special Conditions of Contract (SCC) Rajasthan Refinery Project Job No. A456 Page 3 of 6

SPECIAL CONDITIONS OF CONTRACT

1. GENERAL

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

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

1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of the SCC, then unless a different intention appears, the provision(s) of the SCC shall be deemed to override the provision(s) of GCC only to the extent that such repugnancies or variations in the SCC are not possible of being reconciled with the provisions of GCC.

1.4 Wherever it is stated in this Bidding Document that a supply is to be made or a work is to be carried out, it shall be understood that the same shall be made/carried out by the CONTRACTOR at his own cost, unless a different intention is specifically and expressly stated herein or otherwise explicit from the context. Contract Value shall be deemed to have included such cost.

1.5 The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the job specifications contained herein and codes referred. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. In the absence of any Standard/ Specifications/Codes of practice for detailed specifications covering any part of the work covered in this bidding document, the instructions/directions of EIL will be binding upon the CONTRACTOR.

2. SCOPE OF WORK

The scope of work covered in this tender shall be as specified in the Technical Part of Bidding Document.

3. TIME SCHEDULE

Time schedule shall be as specified in Letter Inviting Bid.

ENGINEERS INDIA LIMITED NEW DELHI

Page 123 of 220 Hindustan Petroleum Corporation Ltd. Special Conditions of Contract (SCC) Rajasthan Refinery Project Job No. A456 Page 4 of 6

4. TAXES & DUTIES

The contracted rates/prices shall be firm and the same shall be inclusive of all taxes, duties and other levies including personnel tax, corporate tax etc. but excluding Cenvatable Service Tax & Education Cess thereon. Cenvatable Service Tax & Education Cess thereon as applicable shall be paid by the CONTRACTOR and reimbursed by HPCL at actuals against submission of documentary evidence to the satisfaction of HPCL for availing input credit. The matter of Taxes & Duties shall be governed by Clause 7.d (‘Statutory Levies’) of GCC read with Clause 10.5.1 of SCC. Also, the Service Tax applicability on Owner on reverse charge basis will be dealt with in line with GoI’s Notification no. 30/2012-ST dtd. 20.06.2012.

5. FIRM PRICE The contracted rates/price shall remain firm and fixed till the completion of work in all respect and no escalation in rates/price on any account shall be admissible to contractor.

6. EQUIPMENT, LAND, POWER AND WATER HPCL shall not provide any equipment, water, power and land (other than the allotted site on ‘as it is’ basis for the relevant work) under this contract. It is responsibility of contractor to arrange the same within contracted rates/price.

7. CONFIRMATION CONTRACTOR confirms that the WORK as described in the CONTRACT and technical documents to be developed shall be in accordance with sound and established engineering practices using the applicable Standards, Codes and Regulations for the purpose specified, free from defects and suitable for respective intended use.

8. CONTRACTOR TO INDEMNIFY THE OWNER

The Contractor shall indemnify the Owner and every member, officer and employee of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the actions, proceedings, claims, demands, costs, expenses, whatsoever arising out of or in connection with the works and all actions, proceedings, claims, demands, costs, expenses which may be made against the Owner for or in respect of or arising out of any failure by the Contractor in the performance of his obligations under the contract. The Contractor shall be liable for or in respect of or in consequence of any accident or injury to any workmen or other person in the employment of the Contractor or his sub contractor and Contractor shall indemnify and keep indemnified the Owner against all such damages, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

ENGINEERS INDIA LIMITED NEW DELHI

Page 124 of 220 Hindustan Petroleum Corporation Ltd. Special Conditions of Contract (SCC) Rajasthan Refinery Project Job No. A456 Page 5 of 6

9. TERMS OF PAYMENT

FOR ALL THE ITEMS MENTIONED IN SOR

i) 70% on completion of work on pro-rata basis as certified in monthly progress bill. ii) 15% on submission of Final Documentation / Reports. iii) 5% on completion of all work in all respects and issuance of completion certificate. Iv) 10% on successful completion of Defect Liability Period or submission of Performance Bank Guarantee (covering Defect Liability Period under the contract), whichever is earlier.

Above payment shall be released to Contractor as per clause no 7 of GCC

10. MODIFICATIONS TO GCC

10.1 Clause 4b of GCC stands replaced with the following clause:

Performance Bank Guarantee : The successful bidder shall furnish a Performance Guarantee for an amount equal to 10% (Ten percent) of the Contract Price in the form of a Bank Guarantee(s) issued by a Scheduled Bank in India (which includes the Indian Branch of a foreign bank) as per format provided in the GCC within 10 (Ten) days from the date of Fax of Acceptance of works by the OWNER. The validity of Bank Guarantee shall be upto Defect Liability Period plus 3 months claim period.

10.2 Extension of Time 10.2.1 2nd to 5th para of Clause 5.d of GCC stands deleted and the following is added at the end of Para 1:

“The Owner shall expeditiously decide upon the request for time extension and decide the applicability of Price Reduction Schedule within a maximum period of 6 months from the CDD or date of receipt of the request, whichever is later. In case of extension is allowed with Price Reduction Schedule, the Contractor shall raise the invoices after deduction of amount as per price reduction schedule. Grant of any extension of time shall be by means of issuance of a Change Order.”

10.3 Retention Money 10.3.1 Clause 7.c. of GCC stands deleted, in case Performance Bank Guarantee is submitted within the period and in manner specified in the Contract/Order/FOA.

ENGINEERS INDIA LIMITED NEW DELHI

Page 125 of 220 Hindustan Petroleum Corporation Ltd. Special Conditions of Contract (SCC) Rajasthan Refinery Project Job No. A456 Page 6 of 6

10.4 Statutory Levies 10.4.1 Clause 7.d.1 of GCC stands modified to the following extent:

“No variation in taxes & duties shall be paid by Owner. However, statutory upward variation in Service Tax shall be to HPCL’s account so long as :

• They relate to the period after the opening of the price bid, but before the contractual completion period ( excluding permitted extensions due to delay on account of the contractors, if any) or the actual completion period, whichever is earlier; and • The vendor furnishes documentary evidence of incurrence of such variations (i.e. relevant Govt. Notification/Order copy etc., as applicable to the contractor), in addition to the invoices/documents for claiming Cenvat /Input Tax credit, wherever applicable. .

Any downward variation of service tax as will be applicable to the contract, shall be passed on to HPCL .“

10.5 Liquidated damages 10.5.1 Wherever ‘Liquidated Damages’ appearing in General Terms & Conditions of Works Contract (GCC) shall be read as ‘Price Reduction Schedule (PRS)’.

10.5.2 Clause no. 10 of GCC stands replaced as follows:

Price Reduction Schedule (PRS):

In case of any delay in completion of work beyond Contractual Completion Date, the Price Reduction Schedule (PRS) shall be applicable @ 0.5% of Total Contract Value for every week of delay or part thereof subject to maximum of 5% of Total Contract Value. The Total Contract Value shall mean final value of work executed.

Contractor agrees with the Owner, that the above represents a genuine pre- estimate of the damages which the Owner will suffer on account of delay in the performance of the work by Contractor. The Contractor further agrees that the Price Reduction Schedule PRS amount is over and above any right which Owner has to risk purchase under Clause 12.4 of GCC and any right to get the defects in the work rectified at the cost of the Contractor.

ENGINEERS INDIA LIMITED NEW DELHI

Page 126 of 220

RAJASTHAN REFINERY PROJECT OF M/S HINDUSTAN PETROLEUM CORPORATION LTD.

(BIDDING DOCUMENT NO. AS/A456-000-CA-TN-8001/1000)

BIDDING DOCUMENT FOR TOPOGRAPHIC SURVEY OF REFINERY AREA

PART-II – PRICE SECTION

Prepared by:

Page 127 of 220 Hindustan Petroleum Corporation Ltd. Preamble to Schedule Of Rates Rajasthan Refinery Project Topographic survey of Refinery Area Job no. A456 Page 1 of 1

PREAMBLE TO SCHEDULE OF RATES

1.1 The Schedule of Rates shall be read with all other sections of this Bidding Document.

1.2 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.

1.3 The quantity shown against the various items are only approximate and may vary to any extent individually subject to provisions of Bidding Document.

1.4 OWNER/ EIL reserves the right to interpolate or extrapolate the rates for any new item of work not covered in Schedule of Rates 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 Rates". 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 Rates is to be read in conjunction with all other documents forming part of the Contract.

1.5 All items of work mentioned in the Schedule of Rates shall be carried out as per the specifications, drawings and instructions of OWNER/ EIL 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.

1.6 Bidders are mandatorily required to enter their name in the each FORM of excel file of SOP provided in the e-tender portal for submission of price bid.

Page 128 of 220

SHORT DESCRIPTION OF SCHEDULE OF RATES (FORM SP-1)

Page 129 of 220 SCHEDULE OF RATES BIDDING DOC NO AS/A456-000-CA-TN-8001/1000 BIDDER NAME JOB NO A456 PART NO 0 TENDER TITLE TOPOGRAPHIC SURVEY OF REFINERY AREA CLIENT HINDUSTAN PETROLEUM CORP. LTD. PROJECT PRE PROJECT ACTIVITIES FOR RRP Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Short Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Short Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates (Detailed). Bidders are requested to fill in the RATE column only

IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT SOR NO A456-000-16-47-CA-SOR-8001-0-0M SOR TITLE General Civil Works 1 GC GENERAL CIVIL 2 C001.00.00 SURVEY WORKS (SPEC. NO.6-65-0002) 3 C001.11.00 Conducting topographical ground/land survey 2,287.00 HEC 0 0.00 4 C001.12.00 Constructing GRID PILLARS 241.00 EACH 0 0.00 5 C001.13.00 Constructing BOUNDARY PILLARS 119.00 EACH 0 0.00 6 C001.14.00 Constructing PERMANENT PILLARS 7.00 EACH 0 0.00 SUB TOTAL 0.00

TOTAL 0.00 OVERALL 0.00 0.00 REBATE FINAL AMOUNT 0.00

Page 1 of 1

Page 130 of 220

DETAILED DESCRIPTION OF SOR (SP-2)

Page 131 of 220 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

Tender No. A456-000-16-47-CA-T-8001 Part 0 0 ISSUE FOR TENDER DD SKN Tender TOPOGRAPHIC SURVEY OF REFINERY Name AREA

REV DATE PURPOSE BY CHECKED APPROVED Client : HINDUSTAN PETROLEUM CORP. LTD SCHEDULE OF RATES Rev ENGINEERS INDIA LTD Project : PRE PROJECT ACTIVITIES FOR RRP A456-000-16-47-CA-SOR-8001-0 0 Bidder's Bidder's NEW DELHI Date Stamp Signature Div.: ENGINEERING Dept.: General Civil SHEET 1 OF 3

Page 132 of 220 The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees S. No. Item No Description of Items Unit Quantity Amount in Rs. Figures Words 1 GC GENERAL CIVIL 2 C001.00.00 SURVEY WORKS (SPEC. NO.6-65-0002) 3 C001.11.00 Conducting topographical ground/land survey in the HEC 2287 specified area as shown in the tender drawings by conventional/GPS or any other standard method, covering details of physical features like Rivers, Nallahs, Lakes, Ponds, wells, pits, Forest, Trees, Roads, culverts, transmission lines, telegraph/ telephone and electric poles, underground or any other services, cross drainage works including cross sectional details of nallah etc. including establishing high flood level with source of information, identification of any monument, historical structure, wild life sanctuary in the vicinity, storm water disposal point with levels, cross-section details of nallah, recording spot levels, including providing in tabulation girth wise no. of trees etc as specified, plotting and developing topographical contour maps, showing true north including establishing survey reference stations, key plan etc. including all equipment's, instruments, personnel's, clearing of bushes as per requirement for intervisibility to carry out survey work etc. , complete work in all respects as per drawings, specifications and directions of Engineer-in-Charge including submitting hard copies of drawings/map and supply of electronic files. 4 C001.12.00 Constructing 300mm x 300mm x 1200mm size GRID EACH 241 PILLARS in plain cement concrete of M-20 grade with 20mm and down size graded stone aggregates with 500mm below ground level and 700mm above ground including embedding steel plate 150mm x 150mm x 10mm thick with two nos. anchor bars of 12mm dia. 150 mm long on top of pillar for marking the permanent reference points, including earthwork in excavation, backfilling and spreading surplus earth, shuttering,

Client : HINDUSTAN PETROLEUM CORP. LTD SCHEDULE OF RATES Rev ENGINEERS INDIA LTD Project : PRE PROJECT ACTIVITIES FOR RRP A456-000-16-47-CA-SOR-8001-0 Bidder's Bidder's NEW DELHI Date 0 Stamp Signature Div.: ENGINEERING Dept.: General Civil SHEET 2 OF 3

Page 133 of 220 The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees S. No. Item No Description of Items Unit Quantity Amount in Rs. Figures Words tamping, ramming, vibrating, curing, and finishing the top and sides rough or smooth as directed or specified with all labour and materials, etc. complete as per specifications and directions of Engineer-in- Charge . 5 C001.13.00 Constructing 300mm x 300mm x 1000mm size EACH 119 BOUNDARY PILLARS in plain cement concrete of M-20 grade with 20mm and down size graded stone aggregate with 500mm below ground level and 500mm above ground, including earthwork in excavation, backfilling and spreading surplus earth, shuttering, tamping, ramming, vibrating, curing and finishing the top and sides rough or smooth as directed or specified with all labour and materials etc. complete as per specifications and directions of Engineer-in-Charge . 6 C001.14.00 Constructing 1500mm x 1500mm x 2000mm size EACH 7 PERMANENT PILLARS plain cement concrete of M-20 grade with 20mm and down size graded stone aggregate with 1000mm below ground level and 1000mm above ground including embedding steel plate 150 mm x 150 mm x 10 mm thick with two nos. anchor bars of 12mm dia. 150 mm long for marking permanent references points including earthwork in excavation, backfilling and spreading surplus earth, shuttering, tamping, ramming, vibrating, curing, and finishing the top and sides rough or smooth as directed or specified with all labour and materials etc. complete as per specifications and directions of Engineer-in-Charge .

Client : HINDUSTAN PETROLEUM CORP. LTD SCHEDULE OF RATES Rev ENGINEERS INDIA LTD Project : PRE PROJECT ACTIVITIES FOR RRP A456-000-16-47-CA-SOR-8001-0 Bidder's Bidder's NEW DELHI Date 0 Stamp Signature Div.: ENGINEERING Dept.: General Civil SHEET 3 OF 3

Page 134 of 220

DETAILS OF

CENVATABLE SERVICE TAX

(FORM SP-3)

Page 135 of 220 FORM SP-3

BIDDING DOCUMENT AS/A456-000-CA-TN-8001/1000

NAME OF WORK TOPOGRAPHIC SURVEY OF REFINERY AREA FOR RAJASTHAN REFINERY PROJECT OF M/S HINDUSTAN PETROLEUM CORPORATION LTD

NAME OF THE BIDDER BIDDER TO ENTER THEIR NAME DETAILS OF CENVATABLE SERVICE TAX

Description S.No. APPLICABLE PERCENTAGE OF CENVATABLE SERVICE TAX ON TOTAL CONTRACT VALUE (a)

1 CENVATABLE SERVICE TAX (Incl. Cess) ______%

Category Taxable Service (Service Tax): -

Type of Company –Pvt.Ltd/Partnership Firm/Sole Proprietorship Firm/HUF/Individual/Other (Please specify):-

1. Cenvatable excise duty and service tax, where applicable, should be indicated including educational cess.

2. Payment of Service Tax to Govt. Authority: In case the Contractor is a COMPANY, the liability to pay 100% Service Tax to the Government rest with the Contractor. However, in case the Contractor is other than the company, the liability to pay Service Tax to Govt. will be 50% of Service Tax by Contractor and 50% will be directly deposited by HPCL.

3. Cenvatable Service Tax indicated in above table shall not be considered for the purpose of evaluation

4. Owner shall avail Cenvat Credit on Service Tax during execution as per the provision of Bidding Document.

5. All Cenvatable Taxs/duties shall be paid to the Contractor as per Clause No. 4 of SCC.

6. Bidder shall indicate total Cenvatable service tax amount payable under the contract in this form. However, if the services fall under the list of services defined in reverse charge mechanism, then the liability of deposition of service tax to the tax authority by the Contractor and the Owner shall be dealt in accordance with Notifications issued by Government of India from time to time.

8. Bidder shall furnish this FORM duly filled in all respects along with Price Part. However, bidder is required to furnish this FORM indicating only the “QUOTED” with un-priced bid.

9. The figures indicated above shall supersede any other figures mentioned elsewhere in our bid.

Page.No.1 of 1

Page 136 of 220 MASTER LIST OF ATTACHMENTS DOCUMENT NO. TENDER FOR TOPOGRAPHICAL A456-000-16-47-LL-01 SURVEY FOR RAJASTHAN REFINERY REV. B & TOWNSHIP AREA, PACHPADRA Page 1 of 2

MASTER LIST OF ATTACHMENTS

TENDER FOR “TOPOGRAPHICAL SURVEY FOR RAJASTHAN REFINERY & TOWNSHIP AREA, PACHPADRA, RAJASTHAN” TENDER NO. A456-000-16-47-CA-T-8001 (ITEM RATE TENDER)

PROJECT : RAJASTHAN REFINERY PROJECT

CLIENT : HPCL

JOB NO. : A456

B 08.11.2013 REVISED & RE-ISSUED FOR TENDER ADESH DDB SKN

A 28.09.2013 ISSUED FOR TENDER ADESH DDB SKN Reviewed Approved Rev. No Date Purpose Prepared by by by

Template No. 5-0000-0001-T1 Rev. 1 Copyrights EIL – All rights reserved Page 137 of 220 MASTER LIST OF ATTACHMENTS DOCUMENT NO. TENDER FOR TOPOGRAPHICAL A456-000-16-47-LL-01 SURVEY FOR RAJASTHAN REV. B REFINERY & TOWNSHIP AREA, Page 2 of 2 PACHPADRA

Sl. Description / Title Doc. No. Revision No. of No. no. Sheets A SCOPE OF WORK A456-000-16-47-SOW-01 D 4 B SPECIFICATIONS 1 Standard specification for Survey 6-65-0002 4 9 work 2 Addendum to “Standard A456-000-16-47-SP-01 A 2 specification for Survey work” (6-65-0002) 3 Inspection & Test Plans Civil, 6-82-1700 1 65 Structural & Architectural works (Item rate contracts) C DRAWINGS 1 Scope drawing for A456-000-16-47-0801 A 1 Topographical Survey for Rajasthan Refinery, Pachpadra Rajasthan 2 Refinery & Township Khasara A456-000-16-47-0802 - 1 Map, Pachpadra at Rajasthan

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved Page 138 of 220 SCOPE OF WORK FOR DOCUMENT NO. TOPOGRAPHICAL SURVEY FOR A456-000-16-47-SOW-01 RAJASTHAN REFINERY & Rev. D TOWNSHIP AREA, PACHPADRA Page 1 of 4

SCOPE OF WORK FOR TOPOGRAPHICAL SURVEY

FOR RAJASTHAN REFINERY & TOWNSHIP AREA, PACHPADRA, RAJASTHAN

PROJECT : RAJASTHAN REFINERY PROJECT

CLIENT : HPCL

JOB NO. : A456

D 08.11.13 REVISED & RE-ISSUED FOR TENDER ADESH DDB SKN

C 28.10.13 REVISED & RE-ISSUED FOR TENDER ADESH DDB SKN

B 28.09.13 REVISED & RE-ISSUED FOR TENDER ADESH DDB SKN

A 24.05.13 ISSUED FOR TENDER ADESH DDB SKN Rev. Prepared Checked Approved Date Purpose No by by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved Page 139 of 220 SCOPE OF WORK FOR DOCUMENT No. TOPOGRAPHICAL SURVEY FOR A456-000-16-47-SOW-01 RAJASTHAN REFINERY & Rev. D TOWNSHIP AREA, PACHPADRA Page 2 of 4

1.0 SCOPE OF WORK

The scope of work involves topographical survey of the proposed sites as per specifications. The detailed scope of work shall be as below but not limited to following:

1.1 The survey work shall be carried out for the proposed project sites as shown in scope drawing (for refinery area) and khasra map (township area) and shall be as per Standard specification for survey work (6-65-0002). 1.2 Establishment of True/ Magnetic north, Plant North and marking in survey maps. 1.3 Identification of any monument, historical structure, wild life sanctuary in vicinity (within the survey area) of the surveyed area including establishing its distances. 1.4 The base line marked shall be established at site and the grid system shall be parallel and perpendicular to this base line as per specification. 1.5 Establishing reliable high flood level and its source for various rivers, streams, nallahs etc. and indicate the source of information details and furnish as supporting documents for the same. 1.6 All levels shall be established with respect to UTM. 1.7 Construction of permanent survey pillars, grid stations (pillars), boundary pillars. 1.8 Meteorological & cadastal survey consists of collection of Khasara Maps, Land use pattern, no. of trees identified with its girth & information as specified in site data with source, electrical poles, transmission lines, tower, pipelines etc.

2.0 JOB REQUIREMENT 2.1 The work shall be carried out as per the well established sound survey practices and by qualified and competent surveyors under the direct supervision of qualified engineers / land surveyors. 2.2 Survey shall be done for the entire area of site including 100 meter extended area from the refinery boundary wall/refinery area battery limit and 50 meter extended area from the township boundary wall/township area battery limit. 2.3 Angle (between base line and true north) shown in scope drawing & khasra map is tentative. Contractor to establish angle between base line and true north before starting survey works. 2.4 Reduced levels shall be furnished for permanent pillars. 2.5 The contour survey shall be carried out with reference to existing nearest permanent bench mark of GSI, and contractor shall transfer the same to site & BM shall be established at site. The schedule of rates quoted shall deemed to be included in the above work. 2.6 All measurements shall be in metric units.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved Page 140 of 220 SCOPE OF WORK FOR DOCUMENT No. TOPOGRAPHICAL SURVEY FOR A456-000-16-47-SOW-01 RAJASTHAN REFINERY & Rev. D TOWNSHIP AREA, PACHPADRA Page 3 of 4

2.7 The corrections arising from the standard errors, variations in temperature, pull etc. shall be incorporated to linear / ground measurements. 2.8 The coordinates of all permanent pillars shall be given to both the locally recognized and geographical grid. 2.9 One reproducible copy of all drawings and data shall be presented to EIL/Owner. However, this data shall also be presented in appropriate format for use on AutoCAD system. 2.10 The contractor shall furnish the list of survey equipments planned to be deployed for carrying out survey work. However, the following minimum instruments shall be deployed at each site (instruments to have valid calibration certificate): i. A distometer (EDM) with theodolite having least count of 1” (one second). ii. Other theodolites as required. iii. Two sets of leveling instruments of electronic type. iv. One magnetic compass set. v. One plane table set. vi. Total station. vii. DGPS 2.11 Furnished Survey data shall include readings of spot levels/ heights/ elevations taken in a close grid system of 10 meter x 10 meter. The survey data (spot levels/ heights/ elevations) furnished by contractor shall be in three co-ordinate system i.e. x (Northing), y (Easting), z (Vertical) direction. 2.12 Contractor to procure the latest Survey of India topography maps and marking of the site plot on the maps by using the co-ordinates taken on site and shall submit it as documents.

3.0 PRESENTATION OF SURVEY DATA (ADDITIONAL REQUIREMENTS) 3.1 Digitised information for use on AutoCAD system shall also be presented. 3.2 The tabulation shall be in a format to allow easy transfer to digital points for use on computer to calculate earthwork quantities. For detailed requirement refer Specification no. 6-65-0002.

4.0 LOCATION OF SITES 4.1 The Rajasthan Refinery, Pachpadra at Rajasthan. 4.2 The contractor shall be shown the area to be surveyed before start of survey works.

5.0 SCOPE OF SUPPLY

5.1 Owner’ Scope of Supply Nil 5.2 Contractor’s Scope of Supply All materials, instruments, equipments, tools and tackles, transportation, supervision etc.complete shall be supplied by contractor.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved Page 141 of 220 SCOPE OF WORK FOR DOCUMENT No. TOPOGRAPHICAL SURVEY FOR A456-000-16-47-SOW-01 RAJASTHAN REFINERY & Rev. D TOWNSHIP AREA, PACHPADRA Page 4 of 4

6.0 LIST OF ATTACHMENTS 6.1 STANDARD SPECIFICATIONS

SL. TITLE STD. SPECIFICATION REV NO OF NO NO. SHEETS

1 Standard specification for Survey work 6-65-0002 4 9

2 Addendum to “Standard specification A456-000-16-47-AD-8001 A 2 for Survey work” (6-65-0002)

3 Inspection & Test Plans Civil, 6-82-1700 1 65 Structural & Architectural works (Item rate contracts)

6.2 LIST OF DRAWINGS

SL. TITLE NO. REV NO OF NO. SHEETS 1 Scope drawing for Topographical Suvey A456-000-16-47-0801 A 1 for Rajasthan Refinery, Pachpadra Rajasthan 2 Refinery & Township Khasara Map, A456-000-16-47-0802 - 1 Pachpadra at Rajasthan

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved Page 142 of 220 STANDARD SPECIFICATION No. ENGINEERS STANDARD SPECIFICATION INDIA LIMITED FOR SURVEY WORK 6-65-0002 Rev. 4 °gP--) Mr11etkrcorefel.refeel) IA Govt of Inds Undertaking) Page 1 of 9

TrATut FrR 11114) rari-akii

STANDARD SPECIFICATION FOR SURVEY WORKS

REVISED AND ISSUED AS STANDARD 24.05.13 RBT RiCS R 4 SPECIFICATION REVISED AND ISSUED AS STANDARD 21.08.06 RKS UCJ VDS VJN 3 SPECIFICATION REVISED AND ISSUED AS STANDARD 20.11.96 AG PCS MMK AS 2 SPECIFICATION Standards Standards Committee Bureau Rev. Prepared Checked Date Purpose Convenor Chairman No by by Approved by

Copyright EIL — All rights reserved Format No. 8-00-0001-F1 Rev. 0 Page 143 of 220

STANDARD SPECIFICATION aroiete-s ENGINEERS STANDARD SPECIFICATION FOR No. la 2- g INDIA LIMITED 6-65-0002 Rev. 4 latreAr extort tr,trtA,1, (A Govt of UndelloA■Ag) SURVEY WORK Page 2 of 9

Abbreviations: BM Bench Mark C/C Center to Center GPS Global Positioning System m Metre U/G Underground

General Civil Standards Committee

Convener: Mr. R.B. Bhutda

Members: Mr. Vipan Goel Mr. R.K. Sharma Mr. S. K. Naskar Mr. Vinod Mahajan Mr. Amitabh Kishore Mr. Rajan ji Srivastava (Structural) Mr. Harish Chandra (Piping) Mr. B. R. Bhogal (Electrical) Mr. Praveen Goel (Environment) Mr. S. Mukherjee (Construction) Mr. V S Chhhaya (Projects)

:rmat No. 8-00-0001-F1 Rev. 0 Copyright El! All rights reserved Page 144 of 220 STANDARD SPECIFICATION ENGINEERS ED STANDARD SPECIFICATION FOR No. rtgar- 2151--eg INDIA LIMIT (A Govt of India Undeltaknqi SURVEY WORK 6-65-0002 Rev. 4 Page 3 of 9

CONTENTS

1.0 SCOPE 4

2.0 DEFINITIONS 4

3.0 DELIVERABLES BY SURVEYORS 4

4.0 PERFORMANCE REQUIREMENTS 5

5.0 METHODOLOGY OF SURVEY WORKS 5

6.0 GRID STATIONS, BOUNDARY PILLARS AND PERMANENT PILLARS (BUOYS) 8

7.0 SPECIFIC REQUIREMENTS 9

8.0 PAYMENT 9

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved Page 145 of 220

STANDARD SPECIFICATION 0-11aelei ENGINEERS STANDARD SPECIFICATION FOR No. Llf s' INDIA LIMITED rircAW ,151,Atcr./ GovI Inde Undertang) SURVEY WORK 6-65-0002 Rev. 4 Page 4 of 9

1.0 SCOPE

The intent of this specification is to cover the basic requirements for conducting the land / field surveys photogrammetry and office work required to compile a topographic map of property(s) identified in tender document or identified by CLIENT to generate requisite information for the design and field engineering activities.

1.1 This specification covers the following works.

a) Preparation of contour survey maps, with spot levels.

b) Establishment of base line and grid system for defining the co-ordinates of the various areas.

c) Preparation of surveys maps.

d) Electronic file for spot levels and contours.

1.2 The grid system shall be established by constructing cement concrete pillars / brick pillars stone masonry pillars @ 400 m C/C along the base line and a 200 m C/C at right angles to the baseline.

1.3 The survey maps shall show all cross drainage works, U/G cables, pipes etc. irrigation structures, building, trees, electric, Telegraphic poles, transmission towers or any other prominent physical feature.

1.4 Establish reliably High flood level and its source and indicate the source of information.

1.5 For sea shore locations, indicate tidal data such as low tide, high tide and mean tide levels.

1.6 Identify storm water disposal point as naturally existing as per site conditions.

1.7 The contractors shall identify Benchmark of the area and shall carry over level from Bench Mark to the site benchmark. This reference of BM shall be recorded on survey drawings.

2.0 DEFINITIONS TRUE COORDINATE POSITION - The position of a point as determined by field survey originating on a known control survey marker, and performed to the precision and adjusted as required for second order surveys (i.e. the horizontal error of closure shall not exceed 1 in 20,000 and the angular error of closure shall not exceed ten seconds times the square root of the number of instrument stations in the traverse, all before adjustment). GPS (Global Positioning System) - Describes the survey procedure conforming to the U.S. Federal Geodetic Control Committee (FGCC) standards as outlined in their publication dated May 1988, Version 5.0, for using GPS relative positioning techniques.

3.0 DELIVERABLES BY SURVEYORS SURVEYOR shall produce the following: 3.1 Maps & Drawings

The survey maps shall be based on the survey work executed and shall show all relevant information regarding existing features, physical terrain, grid system; permanent bench mark etc.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved Page 146 of 220 STANDARD SPECIFICATION ENGINEERS STANDARD SPECIFICATION FOR NO INDIA LIMITED tawn r-Fecort Ow Jou,/ IA Govt of Indo Undertaking) SURVEY WORK 6-65-0002 Rev. 4 Page 5 of 9

3.1.1 Check Prints

Three copies of check prints of the plotted maps shall be supplied by the contractor to Client/Engineer-in-Charge for their approval along with soft / electronic file on electronic media of the same.

3.1.2 Final Prints

On approval of check prints by Engineer-in-Charge, six colored copies along with soft copy in Auto cad format (Latest Edition) shall be handed over to Engineer-in-Charge.

3.2 Magnetic Media Magnetic media on which topographic features and three dimensional surface data is delivered shall be on magnetic media, compatible with Intergraph operating system as follows: Intergraph data *.dgn files shall be furnished on a Compact Disks (CD). 3.3 Property of Maps

Maps prepared by the contractor based on survey work carried out under this agreement shall be the sole property of Client. The contractor shall have no right to use reproduce or pass on to the third party without prior written permission of Client.

4.0 PERFORMANCE REQUIREMENTS

4.1 The work shall be carried out as per the well established, sound survey practices and standards and by qualified and competent surveyors under the direct supervision of qualified engineers and surveyors.

4.2 The Contour survey shall be carried out with reference to the existing permanent benchmarks.

4.3 All measurements shall be in metric units.

4.4 The corrections arising from the standard errors, variations in temperatures, pulls etc. shall be incorporated to the linear ground measurements.

4.5 The observations for the measurement of vertical distances on benchmarks and turning points shall be read nearest to 5 mm and for other nearest to 1 Omm.

4.6 The error for linear measurement shall not exceed 1:10,000 and for angular measurements, six seconds per station.

5.0 METHODOLOGY OF SURVEY WORKS

5.1 Location survey of existing control points

a. A preliminary survey to identify existing control points shall be carried out and their correctness ensured.

b. All such control points shall be demarcated in the area plan.

c. The nearest available permanent benchmark shall be transferred to the area either on a permanent feature or on a concrete pillar specially erected for the purpose.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved Page 147 of 220 STANDARD SPECIFICATION ENGINEERS STANDARD SPECIFICATION FOR No. tg`-ar iafaidg INDIA LIMITED I aiRtet vtettort dO. '70,41) IF Govt of Undeitakingt SURVEY WORK 6-65-0002 Rev. 4 Page 6 of 9

5.2 Topographic Map Contents

5.2.1 Limits of Mapping The mapped area shall include the entire area of the property identified in the contract documents and a border area no less than 30 meters wide outside of the boundary of the identified property(s). 5.2.2 Planimetric Details a. General • Show accurately all significant natural and manmade features within the limits of mapping including, but not limited to, the following: Highways, roads, streets, driveways, trails • Bridges, storm water drains, culverts, headwalls, tunnels • Walls, fences • Field lines, overhead power lines, pipe lines. Obtain location., elevation, properties, and size of underground pipelines and utilities at 10 meter intervals and at the change in direction of the pipelines. • Locate underground pipelines and visible features, such as manholes, clean-outs, sumps and etc. in the field. • Buildings and other structures (such as transformers, tanks, towers, paved aprons, locks, and outfalls) • Dumps, storage areas • Shorelines, streams, ditches, channels, and other drainage ways • Show the following demarcation lines lying within the mapping area: • Property lines • Set-back lines • Easement lines • Right-of-way lines • Associated monuments (including aerial targets) b. Coordinate Grid System Compile the map based on the plant grid system. Show the grid system on the map by grid lines plotted at uniformly spaced coordinates at intervals of 100 m. Indicate on the drawing the permanent reference monuments to which the field work is tied for horizontal control. c. Map Scale Survey contractor shall prepare maps at a scale of 1:2000 for Overall Survey Map and 1:500 for Detailed Map of the area. 5.2.3 Topographic Details 5.2.3.1 General The topographic survey shall be carried out on the basis of a square grid allowing a plotting with a distance of 25 m max. among the grid points surveyed, and by accurately plotted contour lines and spot elevations, the map shall depict the true topographic character of the area. Show contour lines at 0.5 meter intervals or at 1 meter intervals where the slope of the terrain exceeds 4 percent. Show spot elevations at all high points and low points, and at points of grade change between contours as necessary to accurately depict irregular terrain features. Show invert Format No. 8-00-0001 .F1 Rev. 0 Copyright EIL — All rights reserved Page 148 of 220 STANDARD SPECIFICATION 0 el ENGINEERS No. Ifgar 015i-eg INDIA LIMITED STANDARD SPECIFICATION FOR erealstenk ands." (A Govt of India Undertaking) SURVEY WORK 6-65-0002 Rev. 4 Pa•e 7 of 9

elevations for all storm drains/culverts, open channel drainage channels and sanitary sewer lines within the mapped area. 5.2.3.2 Topographical Survey The topographical surveys shall be carried out in the following way.

a. Horizontal Control The horizontal control shall be fixed by one or a combination of the following:

i) Triangulation The triangulation work shall start from a baseline, having a minimum length of 100 meters in relation to a point whose co-ordinates have been established. The accuracies of linear and angular measurement shall meet the requirements defined in para 6.0.

Before starting the triangulation work, grid pillars shall be constructed on the base line.

ii) Closed Traverse

The closed traverse shall be set by the measurement of angles between two successive lines. The angles shall be measured with theodolite only. The distance between two traverse stations shall not be more than 100 meters.

The cumulative angular error of the closed traverse shall not be more than 30/N seconds where N is the number of traverse station. All the traverse shall have an accuracy of not less than 1:5000.

b. Vertical Control

Vertical control points shall be fixed by dumpy level on all the traiangulation / traverse station, and shall be closed by coming back to the starting point. The accuracy of the main control shall be + 5 K mm where K is the distance in Kilometers,

After setting horizontal and vertical control, inter-filling can be done either by the theodolite or by any other means: 5.2.3.3 Project Bench Mark The SURVEYOR shall establish a project bench mark at a suitable location in the vicinity of the project. The project bench mark may be a new permanent reference monument set by the SURVEYOR or may be a suitable mark placed on a secure, stable object that is easily identifiable and recoverable. Show the project bench mark on the map and clearly identify it by description, true coordinate position, and mean sea level elevation. Additional project control monumentation shall be established at the approximate locations as shown in the contract documents, and shall not be more than 100 m apart from each other. 5.3 Field Survey Requirements

5.3.1 General The SURVEYOR shall perform all field survey and reconnaissance work required to establish horizontal and vertical control sufficient to achieve the specified map accuracy. Perform sufficient supplementary field survey work to ascertain the true horizontal and vertical location of existing features. 5.3.2 Field Notes and Records The SURVEYOR shall maintain clear, neat, and legible field notes showing all measurements made, together with sufficient sketches and narrative descriptions to ensure that the work Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved Page 149 of 220 STANDARD SPECIFICATION ENGINEERS STANDARD SPECIFICATION FOR No. ar- MIL INDIA LIMITED IOW( riroremomsn•i) (A Govt of IndiaUnde)laking) SURVEY WORK 6-65-0002 Rev. 4 Page 8 of 9

performed can be accurately interpreted by anyone familiar with common surveying practices and procedures. 5.3.3 Accuracy Perform field survey work with sufficient precision to ensure that the required accuracy of the finished map is achieved. The computed coordinate position of each horizontal control point used in compiling the map shall be correct within the limits of second order accuracy. Secondary leveling (side shots) third order (12 mm times the square root of K) K = Distance in Kilometers

5.4 Computer Graphics Data 5.4.1 General Data Requirements Furnish data on magnetic media suitable for use on Intergraph Systems as described below. a. Intergraph: Intergraph DOS based on Microstation and Inroads (Version 5.0) software package. Write data to the magnetic media as specified in clause 5.2. b. An electronic design file shall be provided for each of the final topographic maps. A composite of the total mapped area shall be produced in one electronic *.dgn design file in addition to the individual topographic maps. Additional survey data required by the contract document shall be incorporated into final electronic *.dgn design file and provided in *.ASC file format as follows: Point Number, Northing, Easting, Elevation, Description P,_N,E,_Z,_DESC). 5.4.2 3-D Data All 3-D elements representing contours, breaklines, faultlines and centerlines shall be at the actual Z value. The contour elements may have reasonable gap due to the digitizing process but not touch or overlap. The SURVEYOR shall furnish TIN (Triangular Irregular Network) files, as produced by Intergraph DOS based Inroads product (*.dgn, *.tin, etc.) electronic data files, for use in preparation of earthwork volumetric calculations and ground surface modeling. 5.4.3 Scale Record scale-dependent data (such as text, cells, symbols) at a scale factor suitable for display at the specified map scale. 5.4.4 Text Text shall be a minimum of 2.5 mm in height when plotted . 5.4.5 Working Units Set up data files on the basis of the following working units: (MU) Master Units = 1 meter (SU) Subunits = 1000 mm 5.4.6 Global Origin Global origin of all design files shall be at the center of the MicroStation design cube. 5.4.7 Symbols and Patterns Symbols and patterns incorporated into the map shall be appropriate cells available to the SURVEYOR either of his own creation or as supplied by other software packages. All symbols and patterns used shall be clearly identified as such in the map legend on each drawing delivered. 6.0 GRID STATIONS, BOUNDARY PILLARS AND PERMANENT PILLARS (BUOYS) : These shall be constructed of cement concrete brick stone masonry work of sizes as below: Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved Page 150 of 220

STANDARD SPECIFICATION ENGINEERS STANDARD SPECIFICATION FOR No. 51cgz1T kra&G INDIA LIMITED —cnte.,—", Govt of India Undertaking) SURVEY WORK 6-65-0002 Rev. 4 Page 9 of 9

6.1 Grid Stations Grid Stations shall be 300 x 300 x 1200 mm deep (500 mm below G.L. and 700 mm above G.L.).

6.2 Boundary Pillars Boundary pillars along land acquisition limits at all corners and at 400 m c/c in straight reaches shall be constructed. Size shall be 300 x 300 x 1000 mm deep. (500 mm below GL and 500 mm above GL)

6.3 Permanent Pillars Permanent Pillars(Buoys) shall be of size 1500 x 1500 x 2000 mm with co-ordinates on RL for future reference as per locations marked in the reference drawings.

Grid stations and Permanent Pillars shall be provided with steel plates 150 x 150 x 10 mm embeded in concrete with 12 mm dia x 150 mm long anchor bolts. These shall be provided with punch lines & painted with anticorrosive paint. All Grid station and pillars shall be numbered for easy identification.

7.0 SPECIFIC REQUIREMENTS In case Survey is required to be carried out inside hydrocarbon plants / areas, all survey equipments to be used shall be intrinsically safe suitable for use in hazardous area

8.0 PAYMENT 8.1 Payment for survey work shall be made on Area basis as per schedule of items Payment for grid stations, boundary pillars, permanent pillars (Buoys) shall be made on unit basis as per schedule of items. No other payment shall be made. All connected works including supply of drgs. and Electronic files shall be considered as part of the total work.

8.2 The payment clause 8.1 is not applicable in case of LSTK Jobs.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL - All rights reserved Page 151 of 220 ADDENDUM TO DOCUMENT NO. STANDARD SPECIFICATION A456-000-16-47-SP-01 FOR SURVEY WORK Rev. A (6-65-0002) Page 1 of 2

ADDENDUM TO “STANDARD SPECIFICATION FOR SURVEY WORKS” (6-65-0002)

PROJECT : RAJASTHAN REFINERY PROJECT

CLIENT : HPCL

JOB NO. : A456

A 08.11.13 ISSUED FOR TENDER ADESH DDB SKN Rev. Prepared Checked Approved Date Purpose No by by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserve d Page 152 of 220 ADDENDUM TO DOCUMENT No. STANDARD SPECIFICATION A456-000-16-47-SP-01 FOR SURVEY WORK Rev. A (6-65-0002) Page 2 of 2

ADDENDUM TO STANDARD SPECIFICATION 6-65-0002 (Standard Specification for Survey Works)

1.0 Clause no. 5.2.1 “Limits of Mapping”

“The mapped area shall include the entire area of the property identified in the contract documents and a border area no less than 30 meters wide outside of the boundary of the identified property(s)”

Above shall be read as following:

“The mapped area shall include the entire area of the property identified in the contract documents and a border area of 100 meters wide (for refinery area)/ 50 meters wide(for township area) outside of the boundary of the identified property(s)”

2.0 Clause no. 5.2.3.1 “General”

“The topographic survey shall be carried out on the basis of a square grid allowing a plotting with a distance of 25 m max. among the grid points surveyed”

Above shall be read as following:

“The topographic survey shall be carried out on the basis of a square grid allowing a plotting with a distance of 10 meter among the grid points surveyed”

3.0 Clause no. 5.4.1 “General Data Requirements”

a. Intergraph: Intergraph DOS based on Microstation and Inroads (Version 5.0) software package. Write data to the magnetic media as specified in clause 5.2.

Above shall be read as following:

a. Intergraph: Intergraph DOS based on Microstation. Write data to the magnetic media as specified in clause 5.2.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved Page 153 of 220 Page 154 of 220 Page 155 of 220 Page 156 of 220 Page 157 of 220 Page 158 of 220 Page 159 of 220 Page 160 of 220 Page 161 of 220 Page 162 of 220 Page 163 of 220 Page 164 of 220 Page 165 of 220 Page 166 of 220 Page 167 of 220 Page 168 of 220 Page 169 of 220 Page 170 of 220 Page 171 of 220 Page 172 of 220 Page 173 of 220 Page 174 of 220 Page 175 of 220 Page 176 of 220 Page 177 of 220 Page 178 of 220 Page 179 of 220 Page 180 of 220 Page 181 of 220 Page 182 of 220 Page 183 of 220 Page 184 of 220 Page 185 of 220 Page 186 of 220 Page 187 of 220 Page 188 of 220 Page 189 of 220 Page 190 of 220 Page 191 of 220 Page 192 of 220 Page 193 of 220 Page 194 of 220 Page 195 of 220 Page 196 of 220 Page 197 of 220 Page 198 of 220 Page 199 of 220 Page 200 of 220 Page 201 of 220 Page 202 of 220 Page 203 of 220 Page 204 of 220 Page 205 of 220 Page 206 of 220 Page 207 of 220 Page 208 of 220 Page 209 of 220 Page 210 of 220 Page 211 of 220 Page 212 of 220 Page 213 of 220 Page 214 of 220 Page 215 of 220 Page 216 of 220 Page 217 of 220 Page 218 of 220 BP REF. DWG. NO. REFERENCE DRAWING TITLE

GP

BP

BP BP GP GP NOTES :-

BP GP GP GP BP BP BP

BP

BP PP-3 BP BP BP BP BP BP BP GP GP GP GP GP

BP

BP BP BP GP GP GP GP GP GP BP

BP

BP BP BP BP BP BP BP GP GP GP GP GP GP GP GP GP GP

BP BP BP BP BP

GP GP GP GP GP GP GP GP GP GP

BP BP

BP BP GP GP GP GP GP GP GP GP GP BP BP BP BP

BP GP GP GP GP GP GP GP GP GP BP BP BP BP BP BP GP BP BP BP PP-X BP BP PP-5 GP GP GP GP GP GP GP GP GP

BP

BP BP

BP GP GP GP GP GP GP

BP BP GP GP GP GP GP GP GP BP GP

BP BP BP

BP BP BP GP GP GP GP GP GP GP GP GP GP

BP BP BP GP GP GP GP GP GP GP GP GP GP GP BP PP-2

GP GP GP GP GP GP GP GP GP GP GP

BP

GP GP GP GP GP GP GP GP GP GP GP GP

BP

BP

GP GP GP GP GP GP GP GP GP GP GP GP

BP

GP GP GP GP GP GP GP GP GP GP GP

PP-1

BP GP GP GP GP GP GP GP GP GP GP GP

BP

GP GP GP GP GP GP GP GP GP GP

BP

GP GP GP GP GP GP GP GP GP GP BP AREA CHART TOTAL PLOT AREA 1816.80 HAC. PLANT AREA 1215.90 HAC.

GP GP GP GP GP GP GP GP GP GP GREEN BELT 600.90 HAC. FIRE WATER RESERVOIR 3.12 HAC. CONST. WATER RESERVOIR 4.65 HAC. RAW WATER RESERVOIR 6.30 HAC.

BP MARKETING TERMINAL 91.30 HAC.

BP GP GP GP GP GP GP GP GP GP GP

BP

GP GP GP GP GP GP GP GP GP GP

BP BP BP GP GP GP GP GP GP GP GP GP BP DATE REVISIONS BY CHKD APPD

BP

BP BP

GP GP GP GP GP GP GP IJ8QT/UNXLV9}NVI\HGNMLNVMV NXI\IH9V0 BP PP-4 BP BP HINDUSTAN PETROLEUM CORP. LTD. BP

BP jktLFkku fjQkbujh BP GP GP ipinjk jktLFkku BP VksiksxkfQdy LkOksZ{k.k dk Ldksi vkjs[k Page 219 of 220 SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV. 1:7000 A 4 5 6 0 0 0 1 6 4 7 0 8 0 1 A

3-1641-0500 REV.2 A0-1189 x 841 Page 220 of 220