You are on page 1of 433

<bx + E{x ]b

({<{<x |M)

xBb
TENDER NO. PLCC/PHDPL/CL/1348
TENDER DOCUMENT
FOR

LAYING OF MAINLINE FOR PARADIP-HALDIADURGAPUR LPG PIPELINE PROJECT (PHDPL)


VOLUME (I OF II)
SPECIAL INSTRUCTIONS TO TENDERERS,
GENERAL CONDITIONS OF CONTRACT &
SPECIAL CONDITIONS OF CONTRACT
SCOPE OF WORK
Issued by
Chief Project Manager (Contracts)
Indian Oil Corporation Limited
Indian Oil Bhawan
A-1, Udyog Marg, Sector-1
Noida (U.P.) - 201 301, INDIA

(I)

INDIAN OIL CORPORATION LIMITED


(PIPELINES DIVISION)
TENDER NO. PLCC/PHDPL/CL/1348
TENDER DOCUMENT
FOR

LAYING OF MAINLINE FOR PARADIP-HALDIADURGAPUR LPG PIPELINE PROJECT (PHDPL)


INDEX
S.
No.
1
2
3
4
5

6
7

DESCRIPTION
VOLUME-I
INNER COVER
INDEX
NOTICE INVITING TENDER
DETAILED NIT
SPECIAL INSTRUCTIONS TO TENDERERS (CHAPTER-I)
SECTION-A
SECTION-B
GENERAL CONDITIONS OF CONTRACT (CHAPTER -II)
SPECIAL CONDITIONS OF CONTRACT (CHAPTER-III)
SECTION-A
SECTION-B
TECHNICAL SPECIFICATIONS (CHAPTER-IV)
ANNEXURES
TENDER DRAWINGS

PAGE NO.
I
II
III
1-3
1 - 20
1 - 26
1 - 141
1 - 77
1 - 10

VOLUME-II
SCHEDULE OF RATES
PLCC/ PHDPL/CL/1348A

1 - 168

PLCC/ PHDPL/CL/1348B

1 - 119

(II)

Indian Oil Corporation Limited


(Pipelines Division)
A-1 Udyog Marg,
Sector-1, Noida (U.P.) 201 301
INDIA

NOTICE INVITING E-TENDER


(GLOBAL)
Indian Oil Corporation Ltd. invites online electronic bids through its website
https://iocletenders.gov.in under two bid system from eligible bidders for the following work:

NIT No. / Name of Work

TENDER NO. :
PLCC/ PHDPL/CL/1348

LAYING OF MAINLINE FOR


PARADIP-HALDIA-DURGAPUR
LPG
PIPELINE
PROJECT
(PHDPL)

Important dates

Contact person

Download Start Date

Chief Projects Manager


(Contracts)

22.10.2013

Phone: 91-120-2448 409 /


407
Fax: 91-120-2448 025 / 855
Email:

Online Bid Preparation


taslimahmed@indianoil.in;
& Submission
mohanty@indianoil.in

1.11.2013 to
19.11.2013

Pre-Bid meeting shall


be held at 1430 HR IST
on 1.11.2013

Please visit our website https.iocletenders.gov.in for further details of this tender

<bx + E{x ]b
({<{<x |M), xBb

GLOBAL DETAILED NIT


1.
2.
3.
4.
5.

Name of work
Tender No
Division
Area
Type of tender

6.

Start date for


download of
Tender
Document
Pre
Bid
Meeting

7.

LAYING OF MAINLINE FOR PARADIP-HALDIA-DURGAPUR LPG PIPELINE PROJECT (PHDPL)


PLCC/PHDPL/CL/1348
PIPELINES DIVISION
CONSTRUCTION
OPEN (GLOBAL)
22.10.2013

On 1.11.2013 at 1430 hrs.


Venue: Indian Oil Corporation Limited, (Pipelines Division), A-1, Udyog Marg, Sector-1, NOIDA
(UP), PIN-201 301.
The tenderer requiring any clarification on the bidding document may notify the owner in
writing at the owner's address by 1.11.2013.

8.

Online Bid
preparation &
Submission
9. Online Bid
opening
10. Earnest
Money
Deposit

1.11.2013 to 19.11.2013 up to 14:30 hours.

11. Time for


Completion

Time of completion for the entire works shall be 15 (Fifteen) months for each Group of work from
the date of issue of Specific notice by Engineer-in Charge and Specific notice will be issued within
03 (three) months from the date of issue of Letter of Acceptance.
Paradip in State of Odisha (India), Haldia & Durgapur in State of West Bengal (India)
i) Annual Turnover of the tenderers during any of the preceding three financial years (2010-11,
2011-12 and 2012-13) shall not be less than the value mentioned below :
GROUP
Indian Bidder
Foreign Bidder
Rs. 5693.25 Lakh
US$ 92,13,800
A
Rs. 5245.18 Lakh
US$ 84,88,700
B
Rs. 10938.43 Lakh
US$ 1,77,02,500
A+B
Turnover for this purpose should be as per the audited Balance Sheet of the tenderer. However,
if the tenderer is not required to get its accounts audited under section 44AB of the income Tax
Act, 1961, a certificate from a Practicing Chartered Accountant towards the turnover of the
tenderer along with copy of its Income Tax Return shall be furnished.

12. Site Location


13. Criteria for
EvaluationCommercial

20.11.2013 at 1500 hrs.


The tenderer shall furnish Earnest Money Deposit, at the time of submission of the bid, as
mentioned below:
GROUP
Indian Bidder
Foreign Bidder
Rs. 38.41 Lakh
US$ 62,100
A
Rs. 36.07 Lakh
US$ 58,300
B
Rs. 65.73 Lakh
US$ 1,06,300
A+B
The EMD shall be submitted in the form of Bank Guarantee (BG) / DD / EFT / e-payment in
favour of Indian Oil Corporation Ltd., Pipelines Division.
Entities exempted from submission of EMD: As per MSMED Act, 2006 (or erstwhile NSIC
Registered Parties), Central / State PSUs and JVs of IOC.

ii)

The bidder should have minimum working capital of following value as per the last audited
financial year;
GROUP
Indian Bidder
Foreign Bidder
Rs. 2372.19 Lakh
US$ 38,39,100
A
Rs. 2185.49 Lakh
US$ 35,36,900
B
Rs. 4557.68 Lakh
US$ 73,76,000
A+B
Note:
1. Working capital shall be calculated as Current Assets minus Current Liabilities as reported
in the Audited Balance Sheet.
2. In case the bidders working capital is inadequate, the bidder shall supplement this with a
letter from his bank confirming the availability of line of credit to meet the shortfall in
specified working capital requirement.
Page 1 of 3

<bx + E{x ]b
({<{<x |M), xBb

iii) The tenderer should have successfully completed similar works, as a main or sub contractor,
during any of the last five years ending on the start date for download of tender document as
given below:
Three similar completed works costing not less than the value mentioned below:
GROUP
A
B
A+B

Indian Bidder
Rs. 3558.29 Lakh
Rs. 3278.24 Lakh
Rs. 6836.52 Lakh

Foreign Bidder
US$ 57,58,600
US$ 53,05,400
US$ 1,10,64,100

OR
Two similar completed works each costing not less than the value mentioned below:
GROUP
A
B
A+B

Indian Bidder
Rs. 4744.38 Lakh
Rs. 4370.99 Lakh
Rs. 9115.36 Lakh

Foreign Bidder
US$ 76,78,200
US$ 70,73,900
US$ 1,47,52,100

OR
One similar completed works each costing not less than the value mentioned below:
GROUP
Indian Bidder
Foreign Bidder
Rs. 5930.47 Lakh
US$ 95,97,700
A
Rs. 5463.73 Lakh
US$ 88,42,400
B
Rs. 11394.20 Lakh
US$ 1,84,40,200
A+B
The similar work mentioned above is hydrocarbon based cross country steel pipeline laying
work.
NOTE:
The work completed before five years period ending on the start date for download of tender
document and completed after commencement of download of this tender shall not be taken
into consideration.
The work order and completion certificate should be in the name of bidder only. Work
executed jointly will not be considered.
iv) The Tenderers Concurrent commitments i.e. value of existing commitments for ongoing works
should not be more than 2 (two) times the annual turnover. Tenderers are required to submit
the existing commitments for on-going works in the format for a period of 12 months w.e.f.
1.10.2013 to 30.9.2014. These data shall be certified by the Chartered Accountant with his
stamp and Signature.
14. Criteria for
EvaluationTechnical

The tenderers shall be evaluated and qualified based on their past experience of successful
execution of hydrocarbon based cross country steel pipeline laying work during any of the last
five years ending on the start date for download of tender document against a single work order
as per criteria given below.
Group
A
B
A+B

Experience
Minimum 2305 inch-Km of 8.625 OD or higher dia pipeline against a
single work order
Minimum 2050 inch-Km of 8.625 OD or higher dia pipeline against a
single work order
Minimum 4355 inch-Km of 8.625 OD or higher dia pipeline against a
single work order

Note:
(1)

Bidders shall clearly indicate their choice of Group(s) of work against which they
are submitting their offer / against which their offer shall be considered subject to
their meeting the above experience criteria for single Group/ combination of
Groups. In case Group(s) are not clearly indicated, their offer is liable for rejection.
The bidder submitting their offer for more than 1(one) group shall satisfy the
combined qualification criteria of the groups as indicated above.

(2)

For experience criteria, the inch-km shall be obtained by multiplying the dia. (OD) of
pipeline (in inch) with the length (in Km) of the executed pipeline work.
Page 2 of 3

<bx + E{x ]b
({<{<x |M), xBb

(3) The tenderer / main contractor shall have the requisite experience (indicated above)
of carrying out mainline works on their own. Further, they shall also execute the
Mainline work on their own and no sub-contractor shall be proposed for carrying
out the mainline works including crossings (except HDD). They have the option to
carry out the HDD works under this tender, OFC laying works, associated civil,
mechanical, electrical & instrumentation works and Temporary Cathodic Protection (TCP)
on their own or through sub-contractors having requisite experience in their respective
fields during any of the last five years ending on the start date for download of tender
document.

15. Others

(4)

The work completed before five years period ending on the start date for download of
tender document and completed after commencement of download of this tender shall not
be taken into consideration.

(5)

Documents in support of above in the form of copies of work order, execution/ experience/
completion certificate, etc. shall also be furnished (Separately for respective Group (s) of
work for which bid submitted) in addition to other stated requirements.

Tenderer has to commit adoption of the Integrity Pact Program of IOCL through executing
an Integrity Agreement and declarations. The names of IEMs are given as under.
(1) Shri Naresh Narad
(2) Dr. Sanjiv Misra
(3) Shri V. S. Jain
The tenderer shall furnish necessary documents online in support of required qualification and
experience alongwith their offer.
In the case of Consortium/JV, the qualifying criteria shall be as detailed in tender document.
The Tenderers shall upload legible scanned copy of necessary documents in support of required
qualification and experience along with their offer as per instruction given in the Special
Instructions to Tenderers.
Physical Bids will not be accepted. Tender Document can be downloaded from
https://iocletenders.gov.in and on line bids are required to be submitted with Digital signatures on
the system.
IOCL reserves the right of annulment of tender without assigning any reasons whatsoever.

16. Issuing/
Submission
Office Address

The tender documents are non-transferable.


Chief Projects Manager (Contracts)
Indian Oil Corporation Limited (Pipelines Division)
A-1, Udyog Marg, Sector-1, NOIDA (UP) 201 301, INDIA
Phone: 91-120-2448409 / 2448407,
Fax: 91-120-2448025/855, E-mail: taslimahmed@indianoil.in; mohanty@indianoil.in

Page 3 of 3

CHAPTER - I
SPECIAL INSTRUCTIONS TO TENDERERS

SECTION-A [TECHNICAL]
SECTION-B [COMMERCIAL]

<bx + E{x ]b
({<{<x |M)
xBb

CHAPTER-I - SPECIAL INSTRUCTIONS TO TENDERERS


[SECTION A- TECHNICAL]
INDEX
Cl. No.

DESCRIPTION

Page No.

1.0.0

GENERAL BRIEF DESCRIPTION

2.0.0

SITE LOCATION & ROW DESCRIPTION

3.0.0

SITE VISIT

4.0.0

LOCAL CONDITIONS

10

5.0.0

TENDER DOCUMENT

10

6.0.0

CRITERIA FOR EVALUATION - TECHNICAL

17

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 1 of 20

<bx + E{x ]b
({<{<x |M)
xBb

CHAPTER I SPECIAL INSTRUCTION TO TENDERERS


[SECTION-A - TECHNICAL]
1.0.0

GENERAL BRIEF DESCRIPTION

1.1.0

Indian Oil Corporation Limited, a company registered in India under the Companies Act,
1956 invites tenders under sealed covers from bona fide and experienced Indian
Contractors of financial standing and reputation for the following job:
Name of Work:

Laying 10.75OD, 680 km (approx.) cross country Liquefied


Petroleum Gas (LPG) pipeline from upcoming Paradip Refinery
(Odisha) and existing Haldia Refinery (West Bengal) to LPG
bottling plant at Durgapur(West Bengal) including providing
enroute connectivity to LPG bottling plants at Balasore
(Odisha), Budge-Budge(West Bengal), Kalyani (West Bengal),
and other associated works.

Tender No.

PLCC/ PHDPL/CL/1348

1.2.0

Pipelines Division of Indian Oil Corporation Limited (IOCL), a Government of India


Undertaking (hereinafter called as the Owner), owns and operates more than 11,000 km
of pipeline network as of now.

1.3.0

As a part of expansion of its pipeline network, the Owner proposes to lay a 10.75 OD,
680 km (approx.) Liquefied Petroleum Gas (LPG) pipeline from upcoming Paradip
Refinery (Odisha) and existing Haldia Refinery (West Bengal) to LPG bottling plant at
Durgapur(West Bengal) including providing enroute connectivity to LPG bottling plants at
Balasore (Odisha), Budge-Budge(West Bengal), Kalyani (West Bengal) for movement of
LPG from its upcoming Refinery at Paradip and existing Refinery at Haldia to its existing
aforesaid LPG bottling plants in Odisha and West Bengal.

1.4.0

The scope of work covered under this tender broadly includes the following works:
i)

Taking delivery of Owner-supplied 10.75 OD DFBE/3LPE coated carrier pipes


and 16 OD Bare casing pipes from Owners designated stockpile locations at
Balasore (Odisha), Kolaghat (West Bengal) and Palsit (West Bengal) and
transporting them to work sites.

ii)

Laying of 10.75 OD Mainline in various sections/ Groups as indicated in


Clause 1.5.0 of this Chapter.

iii)

Laying pipeline across obstacles/Crossings designated as Cased Crossings,


Submerged Crossings, Open Cut Road and Cart-track crossings in the above
sections.

iv)

Laying pipeline by Horizontal Directional Drilling (HDD) technique across


Highways/ Canals/ Drains/ Nalas/ Ponds/Marshy areas/Congested
areas/forest areas.

v)

Installation of owner supplied Mainline valves at specified locations in Mainline.

vi)

Calliper survey of laid pipeline (except HDD crossings not in the scope of this
tender).

vii)

Preservation of entire laid pipeline including HDD crossings laid by separate


agency.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 2 of 20

<bx + E{x ]b
({<{<x |M)
xBb

viii)

Design, supply, installation and commissioning of Temporary Cathodic Protection


(TCP) works for the buried pipeline.

ix)

Supply of permanently lubricated 40mm OD HDPE duct and duct accessories as


per specifications and transporting them to work sites.

x)

Laying of HDPE duct alongwith mainline pipes as OFC conduit.

xi)

Supply & Installation of 89mm OD, Schedule 80, API 5L Grade-B/ ASTM A106 MS
pipe for cable conduit across HDD crossings under this tender, alongwith carrier
pipe.

xii)

Supply & Installation of GI pipe of 80mm nominal bore heavy class as per IS 1239
sub-ducted by 40mm OD HDPE pipe by boring or jacking method across railway
crossings and designated road/ canal crossings.

xiii)

Taking delivery of Owner supplied 24 fibre single mode metal free optical fibre
cable from Owners storage location at Paradip/ Balasore/ Haldia/Mourigram/
Budge Budge/ Rajbandh/ Durgapur/ Kalyani and its transportation from the
designated location to the work sites.

xiv)

Installation of the owner supplied OFC by air blowing technique through the HDPE
conduit (installed alongwith mainline) including pre-installation & post-installation
test of OFC for establishing continuity of each fibre and handing over of OFC to the
telecom contractor in presence of Owner.

xv)

Taking delivery of other Owner-supplied materials from Owners designated store


locations at Paradip/ Balasore/ Haldia/ Kolaghat/ Mourigram/ Kalyani/ Palsit/ Budge
Budge/ Rajbandh/ Durgapur and transporting them to work sites.

xvi)

Providing assistance for activities related to Mainline commissioning.

xvii)

Civil, Mechanical, Electrical & Instrumentation works at 27 nos. new SV


stations and 9 nos. existing RCPs in Paradip-Haldia section; 21 nos. new SV
stations, 1 no. existing and 2 nos. new RCP stations in Haldia-Durgapur
section; 3 nos. SV stations in Belmuri-Kalyani Spurline section; 2 nos. SV
stations in Mahishrekha-BudgeBudge Spurline section. Supply of certain
equipment/ material as indicated in Schedule of Rate (SOR)-Material Supply in
the tender document at respective work sites.

xviii) Preparation of reference documents for mainline works which shall include AsBuilt drawings, datasheets etc.
1.5.0

The entire work under this tender has been divided into 2 (two) separate Groups
as detailed below:
Group

Mainline Stretch
(From / To)

Mainline size &


length (approx.)

Paradip (0.00 KM) to


Haldia
(343
KM)
of
Paradip-Haldia
section
(including twin line laying
for Balasore station)

10.75OD - 343 Km

Haldia (0.00 KM) to Ch.6.89


KM of Haldia-Durgapur
section

10.75 OD 6.89
Km

Haldia Refinery to Haldia

10.75 OD 5.40

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Associated
Works

Station

Associated
works
inside
Paradip,
Balasore,
Haldia
stations,
Haldia
refinery and IPPL
Haldia.
RCP/MOV
en-route

stations

Page 3 of 20

<bx + E{x ]b
({<{<x |M)
xBb

LPG
Pumping
Delivery Station

cum

Km

IPPL Haldia to Haldia LPG


Pumping cum Delivery
Station

10.75 OD 2.0 Km

Haldia (Ch.6.89 KM ExHaldia) to Durgapur LPG


Delivery
station
(Ch.268.40 KM Ex-Haldia)

10.75 OD - 262 Km

Spur
line
from
Mahishrekha (Ch.78.13 KM
Ex-Haldia)
to
BudgeBudge
LPG
Delivery station (Ch.21.00
KM Ex-Mahishrekha)

10.75OD 21.00
Km

Spur line from Belmuri


(Ch.149.89 KM Ex-Haldia)
to Kalyani LPG Delivery
station (Ch.35.40 KM ExBelmuri)

10.75 OD 35.40
Km

Associated
works
inside Mahishrekha,
Budge-Budge,
Belmuri, Kalyani &
Durgapur stations
RCP/MOV
enroute

stations

1.6.0

The works under Group-A are spread in the state of Odisha and West Bengal. The entire
works under Group-B are in the state of West Bengal.

1.7.0

An indicative line-diagram depicting the project details is given at Annexure IX.

1.8.0

Detailed scope of work is further enumerated in the Special Conditions of Contract.


Note: HDD crossings of major rivers are not included in the scope of this tender.
These shall be executed by separate agency/ agencies.

2.0.0

SITE LOCATION & ROW DESCRIPTION

2.1.0

The site(s) at which the work under this tender is to be carried out are as detailed below:

2.1.1

Paradip (Ch. 0.00 KM):


Paradip shall be the originating pump station for the proposed pipeline system and is
situated inside owner upcoming Refinery at Paradip, Dist. Jagatsinghpur in the state of
Odisha. It is about 5 Km from Paradip town. Nearest railway station is Paradip and
nearest Airport is Bhubaneswar.

2.1.2

Balasore (Ch. 153.40 KM ex-Paradip):


Balasore shall be an intermediate delivery station for the proposed pipeline and is
situated inside owners existing LPG Bottling Plant at Balsore in District Baleshwar in the
state of Odisha. It is about 3 Km from Balasore town. It is easily accessible from NH-5
(Chennai Kolkata). Nearest Railway station is Balasore and nearest Airport is
Bhubaneswar.

2.1.3

Haldia (Ch. 342.00 KM ex-Paradip):


Haldia shall be an intermediate pumping station of the proposed pipeline. Here LPG will
be also received from a 5.4 KM long spur line from IOCL existing refinery at Haldia and a
2.0 KM long spurline from IPPL Haldia for onward pumping. The LPG pump station is
located inside existing Haldia pump station of Paradip-Haldia-Barauni crude oil pipeline

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 4 of 20

<bx + E{x ]b
({<{<x |M)
xBb

of IOCL. Haldia is a port city and is situated at a distance of about 140 KM from Kolkata
in East Midnapore District of West Bengal state. Nearest Railway station is Haldia and
nearest Airport is Kolkata.
2.1.4

Mahishrekha (Ch. 78.130 KM ex-Haldia):


Mahishrekha shall be the T-point station on Haldia-Durgapur section for MahishrekhaBudge Budge branch of the proposed pipeline and is situated adjacent to NH-6
(Mumbai-Kolkata) near village Mahishrekha, Dist.Howrah in the state of West Bengal
about 30 KM from Kolkata.

2.1.5

Budge-Budge (Ch.21.00 KM ex-Mahishrekha):


Budge-Budge delivery cum terminal station for the Mahishrekha-Budge Budge spur line
section of the proposed pipeline shall be located inside existing LPG plant of IOCL at
Budge-Budge in South 24 Parganas district of West Bengal.

2.1.6

Belmuri (Ch. 149.89 KM ex-Haldia):


Belmuri shall be the T-point station on Haldia-Durgapur section for Belmuri-Kalyani
spurline of the proposed pipeline and is easily accessible from NH-2 (Delhi-Kolkata). It is
located near village Belmuri, Dist. Hoogly in the state of West Bengal about 50 KM from
Kolkata.

2.1.7

Kalyani (Ch. 35.40 KM ex-Belmuri):


Kalyani delivery cum terminal station for the Belmuri-Kalyani spur line section of the
proposed pipeline shall be located at about 2.0 KM from Kalyani town inside existing
LPG plant of IOCL. Kalyani is situated in Nadia district of West Bengal at about

2.1.8

Durgapur (Ch. 268.40 KM ex-Haldia):


Durgapur delivery cum terminal station of the of the proposed pipeline shall be located at
about 2.0 KM from Durgapur town inside existing LPG plant of IOCL. Durgapur delivery
station is easily accessible from NH-2 (Delhi-Kolkata). Durgapur is situated in
Bardhaman district of West Bengal at about 180 KM from Kolkata.

2.1.9

Paradip Balasore Section (Ch. 0.00 KM to 153.40 KM, Group - A)


The 10.75 pipeline shall take-off from originating pump station of PHDPL (ParadipHaldia-Durgapur LPG Pipeline) located inside upcoming Paradip Refinery and laid upto
Balasore. In this stretch pipeline shall be laid in common ROW of the existing 30 OD
Paradip-Haldia Crude Oil pipeline (PHCPL) of IOCL upto Ch.144.53 KM (approx.). In
the initial stretch of around 0.5 km the pipeline shall be laid alongside existing PHBPL
(under operation) and 18 PRRPL (under construction).
From Ch.144.53 KM (approx.) up to Ch.153.40 KM (Balasore LPG Delivery station) the
incoming line from Paradip and outgoing line towards Haldia shall be laid, as twin line,
in new 18m width ROW.
In this section the pipeline will cross one major river Mahanadi and other minor rivers like
Brahamani, Kharsua and Baitarani. There are several nala crossings encountered in this
stretch. The pipeline in this stretch will pass through Jagatsingpur, Kendrapara, Bhadrak
and Baleswar district of Odisha. The terrain is generally flat. The entire alignment of this
zone has scores of water bodies, most of which are perennial in nature with tidal effects.
Crossing details and Route Maps are provided in tender which give details of pipeline
route and various crossings along the pipeline alignment. Major portion of the soil in this
stretch is silty clay with some patches of sandy clay. The alignment is approachable with
the help of Highways (NH & SH), MDRs and other metalled roads. No significant forest

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 5 of 20

<bx + E{x ]b
({<{<x |M)
xBb

is likely to be encountered in this stretch. There is no rocky terrain likely to be


encountered in this stretch.
2.1.10

Balasore Haldia Section (Ch.153.40 KM to Ch.343.00 KM, Group A)


This section will take off from Balasore LPG Delivery station located inside existing LPG
bottling plant at Balasore. From Ch.153.40 KM (approx.) upto Ch.162.27 KM (approx.)
where the pipeline will meet the existing PHCPL common ROW, the incoming line from
Paradip and outgoing line towards Haldia shall be laid in new 18m width ROW in the
same trench as twin lines for most of the stretch . From Ch.162.43 KM (approx.) to
Ch.314.46 KM (approx.), PHDPL shall be laid alongside existing 30 OD PHCPL. At.
CH.314.46 KM (approx.), the existing 18 OD loopline of Haldia-Barauni Crude Oil
pipeline shall meet the common ROW of PHCPL and PHDPL.
In this stretch the pipeline will cross two major rivers Subranarekha and Haldi besides
other minor rivers like Burhabalang and Barju. There are several nala and canal
crossings encountered in this stretch. From Ch.314.46KM to 343.00 KM the pipeline
shall be laid in additional 10m width ROW adjacent to PHBPL ROW.
From Ch.335.00 KM to Haldia pumping station at Ch.343.00 KM, both the sections of
PHDPL i.e. Paradip-Haldia section and Haldia-Durgapur section shall be laid adjacent to
each other in the same trench as twin lines for most of the stretch. In this stretch the new
pipelines will meet other existing IOCL pipelines viz. 18 OD mainline of Haldia-Barauni
Crude Oil pipeline (HBCPL), 12 OD Haldia-Barauni Product pipeline (HBPL), 12 OD
Haldia-Maurigram-Rajbandh product pipeline (HMRBPL).
The pipeline in this section will pass through Baleshwar district of Odisha and East
Midnapore district of West Bengal.
The terrain is generally flat . The entire alignment of this zone has scores of water
bodies, most of which are perennial in nature with tidal effects. Crossing details and
Route Maps are provided in tender which give details of pipeline route and various
crossings along the pipeline alignment. Major portion of the soil in this stretch is silty
clay with some patches of sandy clay. The alignment is approachable with the help of
Highways (NH & SH), MDRs and other metalled roads. No significant forest is likely to
be encountered in this stretch. There is no rocky terrain likely to be encountered in this
stretch.

2.1.11

Haldia-Durgapur section (Ch.0.00 KM to Ch.6.89 Ex-Haldia, Group-A),


This section will take off from PHDPL pump station at Haldia located inside existing
pump station of PHBPL and proceed upto Ch.6.885 KM near Asphalted Road crossing
(Chaitanyapur-NH41) where the Paradip-Haldia section and Haldia-Durgapur section of
PHDPL are laid in common ROW adjacent to each other in the same trench as twin lines
for most of the stretch. For initial length of about 1.0 KM the pipeline is proposed to be
laid within existing PHBPL pump station adjacent to other lines of PHDPL, viz. spur lines
of Haldia Refinery and IPPL, Paradip-Haldia incoming section. After coming out from the
Haldia pump station the proposed pipeline shall be laid with Paradip-Haldia section of
PHDPL in additional 10m ROW. Paradip-Haldia and Haldia-Barauni section of PHBPL
crude oil pipeline, loopline of Haldia-Barauni crude oil pipeline, HB and HMRB product
pipelines are also laid alongside the proposed pipeline route in this stretch.

2.1.12

Haldia Pump Station - Haldia Refinery Spurline (Ch.0.00 KM to 5.39 KM ex-Haldia


P/S, Group A)
This section will take off from PHDPL pump station at Haldia located inside existing
pump station of PHBPL and terminate at Ch.5.39 KM inside Haldia Refinery of IOCL. For
initial length of about 1.0 KM the pipeline is proposed to be laid within existing PHBPL

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 6 of 20

<bx + E{x ]b
({<{<x |M)
xBb

pump station adjacent to other lines of PHDPL, viz. spur lines of IPPL (IPPL Haldia to
Haldia Pump Station), Paradip-Haldia and Haldia-Durgapur sections. After coming out
from the Haldia pump station the proposed pipeline shall be laid alongside existing drain
and HP link road. There are a number industrial units adjacent to the pipeline route. The
terrain is fairly flat and the soil is silty clay.
2.1.13

Haldia-Durgapur Section (Ch.6.89 KM to Ch. 268.40 KM Ex-Haldia, Group-B)


This section will start from Ch.6.89 KM near Asphalted Road crossing (ChaitanyapurNH41) where the common ROW of PHDPL Pardaip-Haldia incoming line and HaldiaDurgapur outgoing line ends. The section will end at Durgapur LPG delivery station
located within existing LPG bottling plant at Durgapur.
In this section the proposed pipeline will be laid in additional 10m width ROW adjacent to
existing HMRBPL and HBPL for most of the stretch. In some minor stretches the pipeline
shall be laid independently.
In this stretch the proposed pipeline will cross two major rivers Rupnarayan (Ch.63.213
KM Ex-Haldia) and Damodar (Ch. 76.47 KM). There are several nala, canal and pond
crossings encountered in this stretch. Mahishrekha (Ch. 78.13 KM ex-Haldia) and
Belmuri (Ch. 149.89 KM ex-Haldia) T-points for spurlines to Budge-Budge and Kalyani
falls on this route.
The pipeline in this section will pass through East Midnapore, Howrah, Hoogly and
Bardhaman districts of West Bengal.
The terrain is gently flat with cultivable land. The entire alignment of this zone has a
number of ponds, canals and nala crossings. Crossing details and Route Maps are
provided in tender which give details of pipeline route and various crossings along the
pipeline alignment. Major portion of the soil in this stretch is silty clay with some patches
of sandy clay. The alignment is approachable with the help of Highways (NH & SH),
MDRs and other metalled roads. No significant forest is likely to be encountered in this
stretch. There is no rocky terrain likely to be encountered in this stretch.

2.1.14

Mahishrekha-Budge Budge spur line extension (Ch.0.00 KM to Ch. 21.00 KM exMahishrekha, Group-B)
This section will start from proposed Mahishrekha T-station (Ch.78.13 Km ex-Haldia) of
Mahishrekha-Budge-Budge section and terminate at Budge-Budge LPG delivery station
inside existing LPG bottling plant. In this section the proposed 10.75 OD pipeline will be
laid in new ROW. The pipeline route crosses major river Hoogly in this stretch.

2.1.15

Belmuri-Kalyani spur line (Ch.0.00 KM to Ch. 35.40 KM ex-Belmuri, Group-B)


This section will start from proposed Belmuri T-point (Ch.149.89KM) and end at Kalyani
LPG delivery station located within existing LPG bottling plant at Kalyani.
In this section the proposed pipeline will be laid in new 18m width ROW for most of the
stretch. The pipeline route crosses major river Hoogly near Ch.30.23 KM. After crossing
Hoogly river the pipe line is proposed alongside Kalyani Express way till Ch.34.94 KM
where it crosses the Kalyani Express Way.
The pipeline in this section will pass through Hoogly and Nadia districts of West Bengal.
The terrain is gently flat. The entire alignment of this zone has a number of ponds,
canals and nala crossings. Crossing details and Route Maps are provided in tender
which give details of pipeline route and various crossings along the pipeline alignment.
Major portion of the soil in this stretch is silty clay with some patches of sandy clay. The
alignment is approachable with the help of Highways (NH & SH), MDRs and other

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 7 of 20

<bx + E{x ]b
({<{<x |M)
xBb

metalled roads. No significant forest is likely to be encountered in this stretch. There is


no rocky terrain likely to be encountered in this stretch.
2.1.16

The entire pipeline system shall traverse in the states of Odisha & West Bengal. Entire
Group-A works shall be performed in the state of Odisha and West Bengal. Entire
Group-B works shall be performed in the state of West Bengal.

2.1.17

Route Maps with indicative pipeline alignment on SOI Toposheets (scale 1:50000) is
provided in the tender. The Route Maps are only indicative and there may be slight
variation in the final pipeline route alignment at some places at the time of execution as
compared to the alignment depicted in the Route Maps attached to the tender.
Tenderer is deemed to have considered the same and no extra claim/ additional
compensation shall be payable for the route variations.

2.2.0

A consolidated list of crossings along the pipeline route is given at Annexure-X.

2.3.0

The numbers, classifications and chainages of crossings enclosed with the tender are
approximate only. There may be some variations as per site conditions during execution.
No extra claim/additional compensation shall be made on this account.

2.4.0

Width of newly acquired ROW for this project is 18m for Balasore diversion and
Kalyani Spur line length in general. In Haldia-Durgapur section, width of
additional acquired ROW is 10m. There may be restricted ROW in some portion also.
The proposed pipeline shall be laid adjacent to IOCL existing operational crude oil and
product pipelines in various stretches. The details are given in Annexures and elsewhere
in the tender.

2.5.0

If any additional land is temporarily required, for execution of construction activities, the
same shall be arranged by the Contractor at his own cost and initiative. No additional
compensation shall be payable for working in the restricted stretches of ROW.

2.5.0

If any underground Pipeline is encountered along the Pipeline route, in such case in
order to suit the site conditions, the new pipeline has to cross the existing underground
pipeline facilities. At these places, the new pipeline is to be laid carefully underneath the
existing pipelines with a clear gap of 500 mm at the point of crossing, without causing
any damage to existing pipelines. In this regard, guidelines of the Owner of the pipeline
to be crossed shall be followed.

2.6.0

The pipeline shall be laid with minimum cover of 1.50m as specified in technical
specifications.

2.7.0

There may be certain stretches where full width of ROW may not be available due to
certain specific constraints. At these locations, movement of heavy equipment and
machineries may be difficult and manual operation shall have to be resorted to. Tenderer
shall be deemed to have collected such details and taken into account all such
considerations while submitting the offer.

2.8.0

Along the pipeline route, there could be ponds / dobas (small ponds) / low lying areas
etc. (which may not be listed in the list of crossings available in the tender documents).
Construction of pipeline across these stretches may cause additional hardship while
handling / lowering of the pipeline. Tenderer shall be deemed to have considered such
provisions in his offer. No additional compensation shall be paid for on this account.

2.9.0

The new pipeline shall be laid adjacent to existing operating pipelines for most of the
stretch, which may require additional safety measures. Tenderer shall be deemed to
have considered this aspect in his offer. No additional compensation shall be paid for on
this account.

2.10.0

Owner has carried out soil stratification survey along some portion of the pipeline

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 8 of 20

<bx + E{x ]b
({<{<x |M)
xBb

route, by auger boring upto a depth of 2.5 M at 250 M interval along the pipeline
route. The bore log details along the ROW are enclosed with the tender. The soilstratification details forming part of tender may be treated as guideline indications
only and tenderer has to make his own assessment for submission of bid as well
as execution. For pipeline route for which soil stratification report is not available
from Owner, bidder has to make his own assessment for submission of bid as
well as carry out soil stratification for execution purpose. No claim, whatsoever,
shall be entertained on this account.
2.11.0

Owner has carried out soil investigation for some of the HDD crossings under this
tender and the soil investigation report of these crossings are attached with the
tender. Regarding soil details of the crossings, the bidder has to make his own
assessment for submission of the bid. No claim, whatsoever, shall be entertained
on this account. However, the reports and information shall be treated as
guideline indication only for the soil strata condition.

2.12.0

Additional soil stratification/ geo-technical investigation, topographical surveys as


may be felt necessary for the execution of the work shall be carried out by the
Contractor at his own cost.

2.13.0

It may be noted that the soil stratification details along pipeline alignment and
geo-technical investigation reports of HDD crossing locations forming part of the
tender is only indicative and the tenderer has to make his own assessment of the
sub-soil condition for submission of bid. No claim, whatsoever, shall be
entertained on this account.

2.14.0

Owner has carried out population density index survey of the pipeline route. The
population density index survey report of the pipeline route is enclosed with the tender.

3.0.0

SITE VISIT

3.1.0

The Tenderers are advised to visit the station locations & RCP / Sectionalising
Valve (SV) locations and examine the Right-of-Way (ROW) & its surroundings and
obtain all information that may be necessary for preparing their Offer / Bid and
entering into the contract. Non-familiarity with site conditions will not be
considered a reason either for extra claims or for not carrying out the work
conforming to the specifications.

3.2.0

The bidder may contact the following IOCLs site offices with due appointment for
necessary guidance and help during site visits.
General Manager (Construction),
Indian Oil Corporation Ltd.,
PHDPL Project
Bhubaneswar (Orissa)
PIN-751016
(Ph : 0674-2740923, FAX : 0674-2740673)
Dy. General Manager (Construction),
Indian Oil Corporation Ltd.,
PHDPL Project
Mourigram, (West Bengal)
PIN-711302
(Ph: 033- 26698033, Fax : 033-26470764)

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 9 of 20

<bx + E{x ]b
({<{<x |M)
xBb

4.0.0

LOCAL CONDITIONS

4.1.0

It will be imperative on the part of each Bidder to acquaint himself with all local laws,
conditions and factors which may have any effect or bearing on the execution of works
and supplies under the scope of this tender. The Bidders are requested to familiarise
themselves with (but not limited to) the Indian Income Tax Act, Indian Companies Act,
Indian Customs Act, Factories and Boiler Act, Contract Labour (Regulation and
Abolition) Act, Arbitration Act and other related Acts and Laws & Regulations of India
with their latest Amendments, as applicable. In respect of Foreign Contractors,
necessary permission from the Income Tax Authority and assessment of income tax
deduction rate at source, are pre-requisites for release of any payments. The successful
Bidder, to whom the work shall be awarded, shall arrange such permissions on his own
initiative and contingent costs thereto. The Owner shall not entertain any clarification
from the Bidder(s) regarding such local conditions.

4.2.0

The tenderer may note that the job also includes laying of the Mainline and associated
station works in the premises of operating installation at Balasore, Haldia, Budge-Budge,
Kalyani and Durgapur which also involves work near existing facilities. Also, the mainline
laying works include laying of pipeline in common ROW with existing operating pipelines
of IOCL. Contractor to execute the works with due care and follow all safety norms, rules
and regulations. Contractor is advised to take note of the above while submitting the bid.
Laying of initial length of about 1.50 KM of mainline shall be inside the upcoming
Refinery premises for which proper precautions are required as well as permission from
Refinery authorities.

4.3.0

Any permission for day-to-day work or working beyond normal office hours will be
obtained by the contractor from designated authorities at his own cost and initiative. All
necessary safety and security provision as enforced in the existing plant area will be fully
complied with by the contractor at his own cost. The contractor shall provide suitable
barricading, as per approved drawing, to separate the working area from the operating/
existing facilities/ structures within the existing installations as per requirement and as
per directions of Engineer-in-Charge. No extra cost / claim shall be payable to the
contractor on account of the above.

4.4.0

It must be understood & agreed that above factors have been properly investigated and
considered while submitting the offer. No claim for financial or any other adjustments to
contract price or completion time on account of lack of clarity of such factors, shall be
entertained.

5.0.0

TENDER DOCUMENT
PART-A ( Technical Bid)

5.1.0

The technical part of the tender document shall be as detailed below:(I) Technical Bid (in one copy)
i)

Details of experience as per Annexure-I meeting experience (technical) criteria


for techno-commercial evaluation as per clause 6.0.0 alongwith relevant
documents, such as copies of Work Order and Completion Certificate, supporting
the claim.

ii)

Organisation chart giving details of field management at site, including bio-data


of the Site-in-Charge and other key personnel related to work and their
deployment schedule as per format at Annexure-II & II(A) (separately for
respective Group(s) of work for which bid submitted).

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 10 of 20

<bx + E{x ]b
({<{<x |M)
xBb

iii)

Following details regarding Mainline equipment & machinery owned and


proposed for the project:
a) List of construction equipment, proof of ownership (supported by
documents such as latest insurance premium records / equivalent legal
documents of all construction equipment), and its activity-wise
deployment schedule as per AnnexureIIIA & IIIB.
b) In order to qualify technically, the Tenderers shall have self-ownership
of minimum of the following equipment sparable for each Spread. To
arrive at total required minimum ownership of equipment, the figures
given below shall be multiplied by the total number of Spreads (as per
Clause 3.0.0 of SCC) involved.

Excavators 3 Nos, Side booms (pipe layers) 4 Nos, Dozer 1 No.,


Bending machines 1 No., Boring machine 1 No.,

For HDD Rig (in case HDD works being done by self), the Tenderer
shall have self-ownership of minimum 1 No. of HDD Rig for each
Group.

The bidder/ proposed sub-contractor shall have self-ownership of the HDD


Rig of design capacity indicated for respective Group. Separate HDD Rigs of
capacities indicated shall be proposed for each Group of work.
c) The Minimum number of major mainline equipment & machinery to be
deployed for each mainline Spread shall be as per Annexure IIIA1 &
IIIA2 placed at the end of this volume (separately for respective
Group(s) of work for which bid submitted). Bidder to give his
compliance by enclosing a signed copy of the same.
d) Activity-wise minimum Equipment deployment break-up for major mainline
equipment & machinery to be deployed for each Mainline Spread is as per
Annexure-IIIB at the end of this volume. Bidder to give his compliance by
enclosing a signed copy of the same.
Note:
Towards proof of ownership and working condition of equipment, bidders are
required to submit documentary evidence of ownership of the equipments as
indicated below.
a) Bidder shall submit either of the following documents to establish that they
own the equipment:
Registration Certificate of equipment issued by regulating authority
and / or
Valid Insurance Coverage clearly indicating the equipments stated to be
owned.

b) Certificate from Chartered Engineer certifying that the bidder owned


equipments are under good health and working condition.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 11 of 20

<bx + E{x ]b
({<{<x |M)
xBb

iv)

Overall construction schedule with break-up of activities in the form of bar-chart.

v)

Information about the Tenderers or their associates/ sub-contractor, if any,


experience for the last 5 years in hydrocarbon based cross country pipeline
construction as per the format attached as AnnexureIV, experience of HDD
works as per format at Annexure-IV-A, experience related to execution of
projects involving fabrication and erection of piping and structural works,
equipment erection works for petroleum/ petrochemical industry/ heavy industry/
fertiliser industry in hydrocarbon based cross country pipeline construction
Annexure-IV-B, experience related to civil, electrical, instrumentation and other
works as per format attached as Annexure-IV-C. (Separately for respective
Group (s) of work for which bid submitted).

vi)

Details of present commitments for Mainline, HDD, civil, mechanical, electrical &
instrumentation works etc. indicating contract value, details of work, date of
commencement, %age of works completed, scheduled & anticipated dates of
completion alongwith contact address/ Phone/Fax/e-mail ID of the clients and
copies of detailed work orders. Please refer attached format at Annexure-V.

vii)

Compliance of approved list of vendors / sub-contractors as per Annexure-VI &


Annexure-VIA.

viii)

Details of sub-contractors proposed, if any, alongwith credentials and work


experiences in the last five years (supported by commitment letters and their
qualifying documents from sub-contractors), as per format attached as
Annexure-VII for the following works (Separately for respective Group (s) of
work for which bid submitted):

ix)

a)

Horizontal Directional Drilling (HDD) works;

b)

Welding and Radiographic inspection works;

c)

Calliper survey works;

d)

Temporary Cathodic protection (TCP) works;

e)

Civil works at stations, SV/RCP locations

f)

Mechanical works at stations

g)

Electrical works at stations

h)

Instrumentation works at stations

i)

HDPE laying & OFC Blowing, splicing & testing works in mainline

Following details in respect of HDD works:


a)

Detailed descriptive procedure for installation of HDD crossing, crossing


profile drawing showing the position of the pipeline from entry to exit point
for longest crossing, details of tracking system and drilling fluid proposed
to be used for the HDD works.

b)

Preliminary design calculation for the longest crossing (under


respective Group) indicating Combined stress condition as below:
1.
2.
3.
4.

On conveyors (during pre-hydrotest).


On conveyors (empty)
During pull back (empty)
Post installation hydrotest.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 12 of 20

<bx + E{x ]b
({<{<x |M)
xBb

c)

Typical Layout plan showing arrangement of equipment alongwith


dimension for the longest crossing.

d)

Details of Rig(s) proposed to be deployed indicating make, capacity (pullforce, thrust, torque etc.), ownership (whether owned or hired), present
location and commitment / deployment status for the subject work.

e)

Sufficiency of the rig(s) capacity which is proposed for the HDD job is to
be furnished along with calculations (both for pull force & torque
requirements) etc. for the longest crossing for which it is proposed to be
employed. The data furnished shall be substantiated based on past
experience where above rig / rigs of comparable pull force/ torque
capacity were used for crossings of matching length and size of pipeline

f)

The bidder/ sub-contractor shall provide proof of ownership (supported by


documents such as latest insurance premium records / equivalent legal
documents) of the above capable HDD Rig(s) alongwith their offer. The
bidder shall also furnish details of commitment of the same rig(s) for other
concurrent projects / projects likely to be awarded in near future

g)

Capacity of rig(s) and its certification


In respect of capacity of HDD rig(s) and its certification, Bidders shall
have to confirm the following:
I)

Designed pull capacity (down hole) of the proposed HDD rig(s)


shall be as follows:
Group-A
Designed pull capacity (down hole) of the proposed HDD rig(s)
shall be adequate enough to pull the HDD of 10.75 OD pipeline
string along with conduit for OFC of 300 metres length. On this
account, relevant credentials, track records, load test certificate (not
older than six months) etc. of the said rig shall be furnished by the
bidders along with their offer.
Group-B
Designed pull capacity (down hole) of the proposed HDD rig(s)
shall be adequate enough to pull the HDD of 10.75 OD pipeline
string along with conduit for OFC of 200 metres length. On this
account, relevant credentials, track records, load test certificate (not
older than six months) etc. of the said rig shall be furnished by the
bidders along with their offer.

II) Rig(s) proposed to be deployed shall be sufficient for executing the


crossings considering specific site/sub-soil condition across the
crossings.
III) Upon award of work, latest fitness and load test certificates (not older
than six months) of the HDD rig(s) from a competent authority, shall
be submitted to OWNER before mobilising the same at the work site.
IV) In case a bidder submits offer for combination of two Groups,
separate HDD Rigs (of minimum capacity indicated above) of
required numbers as indicated in the List of Minimum Equipment
Deployment (Annexures III-A1 and III-A2) enclosed with the
tender, shall be proposed by bidder for each Group of work.
Tender No. PLCC/PHDPL/CL/1348
Special Instruction to Tenderer [Section-A (Technical)]

Page 13 of 20

<bx + E{x ]b
({<{<x |M)
xBb

x)

Following details in respect of Electrical and TCP works


I)

Fully filled checklist (Annexure-EI).

II) Name & Experience profile of the bidder/ proposed Electrical Subcontractor, if any, for similar Electrical works along with copies of work
order, completion certificates / satisfactory performance certificates
from end users (Annexure-2/Annexure-1)
III) Commitment letter from proposed Electrical Subcontractor, if any &
TCP sub-contractor (Annexure-6).
IV) Valid Electrical Contractor License & Supervisory Competency &
wireman Certificate of bidder/ proposed sub-contractor for carrying out
electrical works.
OR
Alternatively, bidder shall furnish an undertaking that before
commencement of works at site, valid Electrical Contractor License &
Supervisory Competency & wireman Certificate shall be submitted to
Engineer-In-Charge for verification, for recognized employees/workers
who shall be actually engaged in daily execution of HT/LT related
electrical jobs, in case the work is proposed to be carried out by
bonafide Electrical sub-contractor.
V) Manpower deployment details (Annexure-4)
xi)

OFC WORKS RELATED DETAILS/ DOCUMENTS, AS UNDER:


I)

Documents to be submitted along with the offer


The details / documents pertaining to offered materials under the tender, as
mentioned below shall be submitted by the tenderer along with their bid:

a.

Make and Model number of the following items as per approved


vendor list:

HDPE pipe, end caps, couplers


Jointing kit
RFiD Electronic Marker
Electronic Marker Locator cum Cable/ Pipe Fault Locator
MS pipes

b.

Telecommunications Engineering Centre (TEC) approval certificate for


offered model of items in (a) above (as applicable).

c.

Detailed technical literature / technical manual for items in (a) above.

d.

The name of the party / sub contractor who shall execute the HDPE Laying,
OFC blowing / jointing / testing works along with relevant experience details
of the party / sub contractor of having executed such works during any of
the last five years ending on the start date for download of tender
document. The details of relevant experience during any of the last five
years ending on the start date for download of tender document shall be
submitted in the following format along with a consent letter to carry out the
OFC works covered under the tender:-

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 14 of 20

<bx + E{x ]b
({<{<x |M)
xBb

S.
No.

Length
(in KM)

Year

Place/
Location/
Project

Organisation Reference

e.

List of the equipments to be deployed for OFC blowing.

f.

List of testing equipments/ instruments for OFC Splicing & Testing works.

xii)

INSTRUMENTATION WORKS

1.0.0

Bidder to submit details of Technical manpower planned to be deployed at each


site such as Instrument Site Engineer, Technician etc. with job assignment.
Details to be submitted format No. enclosed in Annexure-I-1.

1.0.1

List of tools and test instruments to be deployed at each site to be submitted in


the format enclosed in Annexure-I-2. Bidder to note that the following test
instruments must be deployed at each location as minimum:
S. No.
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.

Test Instrument
Current tester
Digital multimeter
Temperature calibrator
Pressure calibrator
Loop calibrator
Meggar
Set of screw drivers
Pipe wrenches
Allen keys
Allen wrench
Set of fixed box & ring spanners & adjustable spanners
Tube bender etc
Tools and tackles for OFC blowing in 40 mm HDPE conduit
OFC blowing machine and compressor
OTDR
Level Checker
Measuring Tape
Filing Tool

1.1.0 QUALIFICATION / EXPERIENCE DETAILS FOR TECHNICAL MANPOWER


FOR INSTRUMENTATION JOBS

1.1.1

Bidder to note that qualifications for instrumentation site engineer shall be


minimum diploma in Instrumentation / Electronic engineering either with ten
years of independent installation and commissioning experience or should have
supervised at least 2 similar jobs during the last five years.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 15 of 20

<bx + E{x ]b
({<{<x |M)
xBb

1.1.2

The technical manpower should have:


a. Adequate experience to coordinate with other agencies carrying out
sequential work activities related to Civil / Mechanical / Electrical Works,
so as to avoid any damage to Owner supplied or Contractor supplied
instruments/equipments.
b. Knowledge of preparation of cable schedules/termination schedules/ asbuilt drawings etc. and their approval procedures.
Supporting documents in respect of qualification and experience must be
submitted for the technical manpower planned to be deployed.

1.1.3

The technician shall be capable of carrying out electrical terminations,


soldering/de-soldering, understanding wiring diagrams, cable schedules,
isometric / perspective drawings for equipment mounting and handling common
test instruments, piping experience, tube bending etc.

1.2.0 ELEGIBILITY CRITERIA


1.2.1

The eligibility criteria shall include experience in handling electronic


instrumentation, UPS etc. The experience shall also cover inspection of goods.

1.2.2

Details of Projects executed with work order value.

1.3.0 DETAILS OF SUB-CONTRACTORS


1.3.1

Bidder to note that in case sub-contractor is deployed for the instrumentation


jobs, the details from Sr. 1.1.0 to 1.2.2 above shall be submitted by subcontractor along with consent letter to carry out the instrumentation jobs covered
under the tender (As per Annexure-I-3).

xiii)

Exceptions/deviations pertaining to Specifications, if any, to be indicated only as


per Performa in AnnexureVIII

xiv)

Duly signed and stamped copies of the drawing list & list of crossings as per
Annexure-IXA1, IXB1, IXB2, IXB3, IXB4, IXC & XA, XB.

xv)

Technical literature / catalogue of information of material under Contractors


scope of supply.

xvi)

Duly signed Addendum, if any, issued to the Bidder.

5.2.0

Failure to furnish all information required as per the tender documents or submission of
bid not substantially responsive to the tender documents, in every respect, shall result in
rejection of the bid.

5.3.0

Submission of the information and details shall be done strictly in the manner
described. PRICE SHALL NOT APPEAR ANYWHERE IN PART A OF THE
TENDER.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 16 of 20

<bx + E{x ]b
({<{<x |M)
xBb

6.0.0

CRITERIA FOR EVALUATION - TECHNICAL

6.1.0

Evaluation of the bidder shall be primarily done based on the following qualifying
criteria:-

6.1.1

Experience (Technical)
The tenderers shall be evaluated and qualified based on their past experience of
successful execution of hydrocarbon based cross country steel pipeline laying work
during any of the last five years ending on the start date for download of tender
document against a single work order as per criteria given below:
Group
A
B
A+B

Experience
Minimum 2305 inch-Km of 8.625 OD or higher dia pipeline against a
single work order
Minimum 2050 inch-Km of 8.625 OD or higher dia pipeline against a
single work order
Minimum 4355 inch-Km of 8.625 OD or higher dia pipeline against a
single work order

Note :

6.1.2

(1)

Bidders shall clearly indicate their choice of Group(s) of work against which
they are submitting their offer / against which their offer shall be considered
subject to their meeting the above experience criteria for single Group/
combination of Groups. In case Group(s) are not clearly indicated, their offer
is liable for rejection. The bidder submitting their offer for more than 1(one)
group shall satisfy the combined qualification criteria of the groups as
indicated above.

(2)

For experience criteria, the inch-km shall be obtained by multiplying the dia. (OD)
of pipeline (in inch) with the length (in Km) of the executed pipeline work.

(3)

The tenderer / main contractor shall have the requisite experience (indicated
above) of carrying out mainline works on their own. Further, they shall also
execute the Mainline work on their own and no sub-contractor shall be
proposed for carrying out the mainline works including crossings (except
HDD). They have the option to carry out the HDD works under this tender, OFC
laying works, associated civil, mechanical, electrical & instrumentation works and
Temporary Cathodic Protection (TCP) on their own or through sub-contractors
having requisite experience in their respective fields during any of the last five
years ending on the start date for download of tender document.

(4)

The work completed before five years period ending on the start date for download
of tender document and completed after commencement of download of this
tender shall not be taken into consideration.

(5)

Documents in support of above in the form of copies of work order, execution/


experience/ completion certificate, etc. shall also be furnished (Separately for
respective Group (s) of work for which bid submitted) in addition to other stated
requirements.

The bidder (or their associates/ sub-contractor, if any) should meet the criteria for
following specialised works as under:
As the tendered works include the following specialized works, which require expertise in
their specific fields, the tenderer may engage sub-contractor specialists of proven

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 17 of 20

<bx + E{x ]b
({<{<x |M)
xBb

capability for execution of these works in case the tenderer on their own doesnt have
the requisite expertise/experience as regards to the tendered work as outlined in this
clause.
6.1.3

HDD Works
The bidder / sub-contractor(s) shall have the past experience of design, engineering and
installation of Petroleum/LPG/Gas steel pipeline across water bodies / highway by
Horizontal Directional Drilling technique as per criteria given below:
Group
A

A+B

Experience
Minimum 8.625 diameter pipe and individual crossing of length not
less than 210 meters during any of the last five years ending on the
start date for download of tender document against a single work
order.
Minimum 8.625 diameter pipe and individual crossing of length not
less than 125 meters during any of the last five years ending on the
start date for download of tender document against a single work
order.
Minimum 8.625 diameter pipe and individual crossing of length not
less than 210 meters during any of the last five years ending on the
start date for download of tender document against a single work
order.

In case multiple sub-contractors are proposed for combination of two Groups the
respective sub-contractor(s) for each Group shall meet the qualification criteria
mentioned above for respective Group.
The Designed pull capacity (down hole) of the proposed HDD rig(s) shall be as follows:
Group

Experience

Adequate enough to pull the 10.75 OD pipeline string of 300


metres length

Adequate enough to pull the 10.75 OD pipeline string of 200


metres length

In case a bidder submits offer for combination of two Groups, separate HDD Rigs
(of minimum capacity/capacities indicated above) of required numbers as
indicated in the List of Minimum Equipment Deployment (Annexures III-A1 and IIIA2) enclosed with the tender, shall be proposed by bidder for each Group of work.
On this account, relevant credentials, track records, load test certificate (not older than
six months) etc. of the said rig shall be furnished by the bidders alongwith their offer.
6.1.4

Civil Works
The bidder (or their associates/ sub-contractor, if any) should have successfully
executed similar nature of civil works as per criteria given below:
Group

Experience

The bidder (or their associates/ sub-contractor, if any) should have


successfully executed similar nature of civil work viz. Construction
of buildings of value not less than Rs. 949 Lakh during any of the

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 18 of 20

<bx + E{x ]b
({<{<x |M)
xBb

last five years ending on the start date for download of tender
document against a single work order.
Documents in support of above in the form of copies of work order,
execution/ experience/ completion certificate, etc. shall also be
furnished in addition to other stated requirements.
B

A+ B

The bidder (or their associates/ sub-contractor, if any) should have


successfully executed similar nature of civil work viz. Construction
of buildings of value not less than Rs. 865 Lakh during any of the
last five years ending on the start date for download of tender
document against a single work order.
Documents in support of above in the form of copies of work order,
execution/ experience/ completion certificate, etc. shall also be
furnished in addition to other stated requirements.
The bidder (or their associates/ sub-contractor, if any) should have
successfully executed similar nature of civil work viz. Construction
of buildings of value not less than Rs. 1814 Lakh during any of the
last five years ending on the start date for download of tender
document against a single work order.
Documents in support of above in the form of copies of work order,
execution/ experience/ completion certificate, etc. shall also be
furnished in addition to other stated requirements.

Documents in support of above in the form of copies of work order, execution/


experience/ completion certificate, etc. shall also be furnished in addition to other stated
requirements. (Separately for respective Group (s) of work for which bid submitted).
6.1.5

Station Mechanical Works


The bidder (or their associates/ sub-contractor, if any) should have successfully
executed similar nature of Mechanical works as per criteria given below:
Group

Experience

The bidder (or their associates/ sub-contractor, if any) shall have


the experience of having completed similar nature of Mechanical
/High Pressure Piping works in Petroleum/ petrochemical
industries in any of the last five years.

The bidder shall also have the option to carry out the Medium
Velocity Water Sprinkler System on their own or they may engage
a sub-Contractor.
The bidder (or their associates/ sub-contractor, if any) shall have
the experience of having completed similar nature of Mechanical
/High Pressure Piping works in Petroleum/ petrochemical
industries in any of the last five years.

Documents in support of above in the form of copies of work order, execution/


experience/ completion certificate, etc. shall also be furnished in addition to other stated
requirements.
6.1.6

Welding & radiographic Inspection Services (Group-A &B)


The bidder (or their associates/ sub-contractor, if any) shall have previous experience of
carrying out welding radiography inspection for major Hydrocarbon Installations and also

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 19 of 20

<bx + E{x ]b
({<{<x |M)
xBb

having rendered welding radiography inspection services during any of the last five
years ending on the start date for download of tender document.
Medium Velocity Water Spray System(Group-A)
The bidder (or their associates/ sub-contractor, if any) should have successfully
executed similar nature of work during any of the last five years ending on the start date
for download of tender document of complete fire protection system including, automatic
sprinkler system/ gas monitoring system, fire alarm system with PLC based indicating,
control and actuation facility for refineries, LPG bottling plants, Compressor stations of
gas pipelines and gas based power plants etc. on a turnkey basis involving design
detailing, supply, fabrication, installation, testing and commissioning. Documents in
support of above work experience in the form of copies of work order, completion
certificate, etc. shall also be furnished in addition to other stated requirements.
6.1.7

HDPE Laying & OFC Related Works


The bidder (or their associates/ sub-contractor, if any) shall have previous experience of
successful supply & execution for OFC related activities as described in tender during
any of the last five years ending on the start date for download of tender document and
as per details given elsewhere in the tender.

6.1.8

Welding & Radiography Inspection Works / Calliper Survey Works / Temporary


Cathodic Protection (TCP) works in Mainline.
As per approved vendor list or approved alternative.

6.2.0

The work completed before five years period ending on the start date for download of
tender document and completed after commencement of download of this tender shall
not be taken into consideration.

6.3.0

Documents in support of above in the form of copies of work order, execution/


experience/ completion certificate, etc. shall also be furnished in addition to other stated
requirements.

6.4.0

The final techno-commercial evaluation shall be done on the basis of evaluation of


financial soundness, past experience, present commitment, equipment owned,
credentials of the sub contractors proposed (if any) for HDD works, TCP work, station
works etc., capability to deploy specified manpower & equipments for the work and
confirmation regarding strict adherence to the time schedule to be submitted in the form
of a bar chart for the present work.

6.5.0

Relevant documents, such as copies of Work Order and Completion Certificate,


supporting the claim shall be furnished along with the offer (Separately for respective
Group(s) of work for which bid submitted).

6.6.0

In addition to above, the performance of past / ongoing works executed for IOCL,
if any, and performance in past / ongoing works for other clients shall have
important bearing in evaluating the tenderers technical capability.

6.7.0

Bidder to note that the issuance of the tender document is not to be construed as the
qualification for the tendered work. While bidding, prospective bidder(s) shall ensure on
their own that the above qualifying criteria have been fully understood and complied with
and the same shall be evaluated based on the documents submitted with their offer in
line with tender conditions.
---- // ----

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-A (Technical)]

Page 20 of 20

<bx + E{x ]b
({<{<x |M)
xBb
CHAPTER-I - SPECIAL INSTRUCTIONS TO TENDERERS
[SECTION B- COMMERCIAL]
INDEX
Cl. No.

DESCRIPTION

Page No.

1.0.0

TENDER DOCUMENTS ...............................................................................................2

2.0.0

PRICE OF TENDER DOCUMENT ................................................................................3

3.0.0

SUBMISSION OF TENDER ..........................................................................................3

4.0.0

VALIDITY OF OFFER..................................................................................................11

5.0.0

EARNEST MONEY DEPOSIT (EMD) .........................................................................11

6.0.0

BIDDING ENTITY ........................................................................................................12

7.0.0

CRITERIA FOR EVALUATION - COMMERCIAL .......................................................14

8.0.0

LANGUAGE OF BID ....................................................................................................17

9.0.0

COST OF BIDDING .....................................................................................................17

10.0.0

MODIFICATION AND WITHDRAWAL OF BIDS .........................................................17

11.0.0

CLARIFICATION OF BIDS ..........................................................................................17

12.0.0

APPOINTMENT OF CONSULTANTS .........................................................................18

13.0.0

EVALUATION AND COMPARISON OF BIDS ............................................................18

14.0.0

PRE-BID MEETING .....................................................................................................18

15.0.0

PRE-PRICE BID MEETING .........................................................................................18

16.0.0

OPENING OF TENDER ..............................................................................................18

17.0.0

RIGHT OF OWNER TO ACCEPT OR REJECT TENDERS ........................................19

18.0.0

AWARD OF WORK .....................................................................................................19

19.0.0

CORRIGENDUM/ ADDENDA/ CLARIFICATION ........................................................19

20.0.0

CONFORMITY TO TERMS AND CONDITIONS OF BID DOCUMENTS ....................20

21.0.0

INDIGENISATION .......................................................................................................20

22.0.0

CURRENCIES AND PAYMENT ..................................................................................20

23.0.0

PLACE OF PAYMENT.................................................................................................21

24.0.0

NEGOTIATIONS..........................................................................................................21

25.0.0

INTEGRITY PACT PROGRAM ...................................................................................21

26.0.0

SPECIFIC REFERENCE TO GCC CLAUSES ............................................................21

27.0.0

CORRECTION IN GENERAL CONDITIONS OF CONTRACT (GCC) ........................22

28.0.0

AMENDMENTS TO GENERAL CONDITIONS OF CONTRACT ................................22

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 1 of 26

<bx + E{x ]b
({<{<x |M)
xBb
CHAPTER I SPECIAL INSTRUCTION TO TENDERERS
[SECTION-B - COMMERCIAL]

1.0.0

TENDER DOCUMENTS

1.1.0

The tender documents include the following;


Volume No.
Volume I of I
PART-A

Volume I of I
PART-B

Contents
TECHNO-COMMERCIAL BID
Special Instructions to Tenderer (SIT) - [CHAPTER-I]
- Section-A - Technical
- Section-B - Commercial
General Conditions of Contract (GCC) - [CHAPTER-II]
Special Conditions of Contract (SCC) - [CHAPTER-III]
- Section-A - Technical
- Section-B - Commercial
Scope of Work - [CHAPTER-IV]
Technical Details of the SPM System - [CHAPTER-V]
Annexure_Technical
Annexure_Commercial
Drawings
PRICE BID

Schedule of Rates (SOR)

1.2.0

Owner has hosted the complete tender document on the web site
(https://iocletenders.gov.in) and has ensured its availability for downloading the full set
comprising of the above. The bidder is expected to download the complete tender
documents including all addendum/corrigendum only from the above mentioned website
i.e. https://iocletenders.gov.in, as per the index of the tender, fully read and understood
the same and submit their acceptance to all tender terms and conditions except
deviations, if any (as per declaration Annexure-F). Bidder may note that Schedule of
rates attached with the tender documents are to be filled in the BOQ.

1.3.0

The tenderer is expected to examine the tendering documents, including all instructions,
specifications and drawings including all addendum/corrigendum in the tendering
document. Failure to furnish all the information required by the tendering documents or
submission of tender not substantially responsive to the tendering document in every
respect shall result in the rejection of the tender.

1.4.0

The tender documents shall remain the exclusive property of the Owner without any
right with the Bidder to use them for any purpose except for the purpose of tendering
and for use by the successful Bidder with reference to the work.

1.5.0

Any person/ bidder downloading the tender document from Owners web site or
purchasing shall do so in strict confidence and shall not part with possession thereof or
copy or disclose the provision thereof or any of them or disclose or take copies or
tracings of any drawings, plans or routes forming part thereof, it being understood that
the information therein are confidential and that the tender documents have been
downloaded by the eligible bidder solely for the purpose of bidding.

1.6.0

The tender document is non-transferable.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 2 of 26

<bx + E{x ]b
({<{<x |M)
xBb
2.0.0

PRICE OF TENDER DOCUMENT

2.1.0

No Tender fee is applicable for this tender, since the bidders are required to download
the tender documents from IOCL e-tender website (https://iocletenders.gov.in).

3.0.0

SUBMISSION OF TENDER

3.1.0

Bids may be submitted by the bidders as per entities defined in Clause No. 6.0.0 of this
section.

3.1.1

Bidders shall quote for the work subject to their meeting the criteria for evaluation
specified in Clause No. 6.0.0 [Section-A] & Clause No. 7.0.0 [Section-B] hereafter.

3.1.2

Tenderers shall quote for the work as per following:

Bidder may quote for any of the groups or in combination for maximum two
groups. If a bidders submits bids in more than two groups, his entire bid in all
groups will be liable for rejection.

For bidding in Group-A, Bidder has to quote in BOQ (PRICE BID) of tender no.
PLCC/PHDPL/CL/1348A

For bidding in Group-B, Bidder has to quote in BOQ (PRICE BID) of tender no.
PLCC/PHDPL/CL/1348B

For bidding in more than one group, Bidder has to quote in BoQ of respective
tender.

A bidder can bid for a single group if he possesses requisite experience for the
particular single Group only. Under this circumstances the bidder cannot bid for more
than one group. Similarly, a bidder can bid for two Groups if he possesses requisite
experience (technical and commercial) for the combination of Groups.
3.1.3

Tenders shall be based strictly on the terms, conditions and specifications contained in
the Tender document. Tenderers shall submit their bid as per instructions given in 4.2.0
and its sub clauses. Any deviation and exceptions taken to terms and conditions of the
tender documents must be clearly listed out and submitted along with technocommercial part of the offer as per proforma in Annexure-H2.

3.1.4

The Tender shall be submitted in two bid system in two parts viz. PART-A (Technocommercial Bid) and PART-B (PRICE BID) as detailed below through online mode
only.
PART A
(Techno-commercial Bid)

: Technical and commercial aspects of the offer of the


tender documents with NO PRICE indicated therein.

PART B
(PRICE BID)

: It shall be noted that this part shall contain only


PRICES and no conditions whatsoever. Any
condition mentioned in Part-B of the tender shall not
be considered at the time of evaluation of the tender
and may make the offer liable for rejection.

3.1.5

All Amendments to tender documents issued by Owner subsequently, if any, must be


signed and submitted along with the Tender. The Tender submitted by the Tenderer
shall take into account all such amendments.

3.1.6

The tender shall be completely filled in all respects and with requisite information and
annexures strictly in the order indicated in Clause 3.2.0. Incomplete tender / tenders not
supported by requisite documents may not be considered. Decision of the Owner, in this
regard, shall be final & binding on the tenderer.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 3 of 26

<bx + E{x ]b
({<{<x |M)
xBb
3.1.7

The tenderer shall be deemed to have satisfied himself before tendering, as to the
correctness and sufficiency of the tender for the works and of the rates stated in the
Schedule of Rates, which shall cover all his obligations under the Contract and all
matters and things necessary for proper completion of the works.

3.1.8

The bidder if it is a Micro, Small or Medium enterprises as per the Micro, Small &
Medium Enterprises Development Act, 2006 (MSMED Act 2006) and registered with the
Authorities under the above Act for the items/services under procurement in this tender,
then party has to indicate the Entrepreneurs Memorandum Number(Twelve digit) and
enclose a copy the certificate issued by the Authorities under the Micro, Small &
Medium enterprises Development Act 2006.

3.2.0

PART-A (TECHNO-COMMERCIAL BID)

3.2.1

COMMERCIAL BID
The bidders are required to upload the legible scanned copy of the following list
of documents within the period of bid submission:
(A) FOLDER No. I QUALIFICATION DOCUMENTS
The bidders are required to upload the scanned copy of the following list of
documents:(I)

Details of experience as per Annexure-I meeting Criteria for evaluation Commercial as per clause No. 7.0.0 of this Section alongwith relevant
documents, such as copies of Work Order and Completion Certificate,
supporting the claim. All supporting documents in English language
submitted by foreign bidder, as evidence of meeting qualification criteria
shall be certified true copies duly signed, dated and stamped by an official
authorised for the purpose in Indian embassy/ High commission in
bidders country OR certification by local chamber of commerce.

(II)

Audited Balance sheets for the last 3 (three) financial years for meeting the
annual turnover & working capital criteria as per clause 7.0.0. In case of
Consortium, the Audited Balance sheets shall be furnished by all the consortium
members.

(III)

Concurrent commitment duly certified by a chartered accountant for the period


one year counting from the month of start of tender sale as per Annexure-F.

(IV)

Earnest Money Deposit as per Clause 5.0.0 below.

BIDDERS ARE ADVISED TO ENSURE THAT ALL THE QUALIFICATION


DOCUMENTS ARE UPLOADED IN THE MANNER PRESCRIBED. OWNER
RESERVES THE RIGHT TO EVALUATE THE SUBMITTED DOCUMENTS WITHOUT
SEEKING ANY NEW DOCUMENTS OR CLARIFCATION ON THE SUBMITTED
DOCUMENTS. BIDS WITH INCOMPLETE SUPPORTING QUALIFICATION
DOCUMNENTS ARE LIABLE TO BE REJECTED.
(B) FOLDER No. II Commercial Bid:
The bidders are required to upload the scanned copy of the following list of
documents:
i)

Tender forwarding letter duly signed by the authorised signatory.

ii)

Duly filled Commercial master index as per Annexure_A.

iii)

Integrity Agreement and Bidders declaration of acceptance and compliance of


Integrity Agreement as per format at Annexure-IP-A & Annexure-IP-B. (Ref.
Clause 26.0.0 hereunder).

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 4 of 26

<bx + E{x ]b
({<{<x |M)
xBb
iv)

In the case of Consortium tender, duly signed and executed Memorandum of


Understanding (MOU) indicating the name of the Leader of the Consortium, the
roles and responsibilities of each of the parties (refer Clause 7.3.0 hereunder).

v)

Authorised signatory of the tender having valid Digital signature Certificate (DSC)
as required by Clause 4.13 of GCC are in the following manner (The Power of
attorney shall be clearly evidenced by submitting board resolution for
authorization in favour of person signing the bid) :In case the tenderer is :
(a)

Proprietary firm: By proprietor of the firm or power of attorney holder


(Attested/ notarised copy to be submitted).

(b)

Partnership firm: By all the partners or by a partner holding power of


attorney or by a power of attorney holder for signing the tender (Attested /
notarised copy of power of attorney, partnership deed and current address of
all the partners to be submitted) .

(c)

Private or Public Limited Company: By Power of attorney holder (Attested/


notarised copy of power of attorney, Articles of Association, memorandum of
understanding to be submitted).

(d)

Consortium: By an authorised representative of consortium members having


power of attorney signed by legally authorised signatories of all the
Consortium members. Also, Duly signed and executed Memorandum of
Understanding (MOU) in original duly notarised indicating the name of the
Leader of the Consortium, the roles and responsibilities of each of the
parties shall accompany the Tender. Articles of Association, memorandum of
understanding of all the members to be submitted.

(e)

Joint Venture: By an authorised representative of JV having power of


attorney signed by legally authorised signatories of all the JV members.
Also, certified copy of Memorandum of Association , Article of Association
& certificate of incorporation from ROC, JV agreement shall be submitted
along with the bid.

vi)

Earnest Money Deposit as per Clause 5.0.0 below.

vii)

Audited Balance sheets (balance sheet and statement of profit & loss account)
for the last 3 (three) financial years. In case of Consortium, the Audited Balance
sheets shall be furnished by all the consortium members. In case of audited
balance sheet for last financial year is not available, then certified signed copy
of balance sheets from a practicing Chartered Account may be submitted.

viii)

"Form of Tender" for commercial bid duly filled and signed as per AnnexureH3.

ix)

"Form of Tender" for price bid, signed as per Annexure-H4.

x)

Unpriced SOR duly signed on each pages indicating


QUOTED for each item of SOR.

xi)

Information regarding the bidder in the form annexed to the Form of Tender
(Page-133 of GCC). In case of Consortium, the Information About Bidder shall
be furnished by all the consortium.

xii)

Provident Fund Code Number (for Indian Bidders only) as per Clause 4.18 of
General Conditions of Contract. In case of Consortium, the P.F. Code shall be
furnished by all the Indian consortium members.

xiii)

Income Tax Permanent Account Number as per Clause 4.18 of General


Conditions of Contract. In case of Consortium, the PAN no. shall be furnished by

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

QUOTED or NOT

Page 5 of 26

<bx + E{x ]b
({<{<x |M)
xBb
all the consortium members. Income Tax Permanent Account Number will be
required as precondition of release of payment.
xiv)

Bidder shall submit copy of certificate containing Service Tax Registration


Number. The bidder shall also submit the rate of service tax in Annexure - I
considered for this job, etc. as per details mentioned in Special condition of
contract Clause no. 6.5.2.

xv)

The bidders shall get their names registered with Sales Tax Authority of the
State Government concerned in which the work is being carried out. Bidder
shall submit copy of certificate containing TIN.

xvi)

Solvency certificate from a Scheduled bank in India or a reputed foreign Bank


acceptable to the Owner. In case of Consortium, the Solvency Certificate shall
be furnished by all the consortium members.

xvii)

Declaration of Blacklisting in the prescribed format. (Page No. 126 of GCC). In


case of Consortium, the declaration shall be furnished by all the consortium
members.

xviii)

Declaration of relationship with directors of IOCL as per Annexure-B.

xix)

Details of VAT (in percentage only) in the format given as per Annexure-C.

xx)

Details to be provided for Quantum of Import Content (CIF Value) included in the
Bid For Availment of Benefits under EPCG Scheme as per Annexure-D.

xxi)

Declaration as per performa given in Annexure-E regarding Non-engagement of


child labour.

xxii)

Declaration for acceptance of terms and conditions of Techno-commercial


volumes of the tender documents including SOR as per Annexure-F.
UNPRICED SOR duly filled in as QUOTED/ NOT QUOTED shall be uploaded
along with the above declaration.

xxiii)

Details of concurrent commitments for qualification as per Annexure -H

xxiv)

Exceptions/deviations commercial pertaining to Instructions to Bidders, General


Conditions of Contract (GCC), Special Conditions of Contract (SCC) and other
general tender conditions to be indicated only as per Performa in Annexure-H2.
Any exceptions / deviations listed anywhere other than the Annexure-H2
shall not be considered.

xxv)

Duly signed addendum, if any, issued to the bidder at a later date.

3.3.0

PART B ( PRICE BID )

3.3.1

The price bid (BOQ) in excel sheet format shall be uploaded online only. Price Bid
should not be submitted in a sealed envelope.

3.3.2

The tenderer shall quote firm prices in the price schedule. The bid prices shall conform
to the provisions of Clause No. 22.0.0, Currencies & Payments, amplified hereunder.

3.3.3

Bidders are advised to check the BOQ file before submitting the price bid w.r.t.
the Schedule of rates attached with tender documents. In case of any
discrepancy in item text, Qty & Units in the BOQ file vis--vis Schedule of rates,
the Schedule of rates attached with Tender documents shall prevail.

3.3.4

Bidders are advised to fill the BOQ file as per following instructions.
a)

The bidder has to download the BOQ file along with tender documents and
subsequent Addendum/Corrigendum/Clarifications, if any may be issued at a
later stage, if required.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 6 of 26

<bx + E{x ]b
({<{<x |M)
xBb
b)

Bidder to note that there are Grey cells in the BOQ file, which should not be
modified by the bidder. Bidders are advised to fill the White cells meant for the
rates, which to be entered by the bidder.

c)

Bidders are advised strictly not to alter or change the BOQ format/ contents.
Bidders are also advised not to paste any image file in the BOQ work sheet.

d)

Bidders are to quote rates in figures only.

TENDERERS ARE ADVISED NOT TO TAMPER THE BOQ SHEET OR ELSE


INSERT ANY ADDITIONAL SHEET WITH ANY CONDITION
3.3.5

The price quoted under each head shall include all cost towards equipment, labour &
laboratory back-up, logistics, transport, travel and stay arrangements and other
incidentals including supply of materials as may be necessary for rendering the services
in totality as per detailed specifications.

3.3.6

The rates quoted for the Hourly rates as described in Annexure of SOR and BOQ
shall not be considered while evaluating the price bids. A uniform hourly
equipment & manpower rate shall be communicated to all the bidders before or
during Pre-Price bid meeting. The bidder will have to match the Hourly rates
with the rates communicated by owner to the bidders before price bid opening. In
case the offer of the lowest bidder has lower rate/ rates for any of the items then
the lower quoted rate by the lowest bidder shall be treated as contractual rate and
shall form the part of the contract.

3.3.7

All duties, taxes (excluding service tax and cess thereon) and other levies, including
that relating to Works Contract tax levied by certain State Governments shall be
payable by the Tenderer under the Contract, shall be included in the rate and prices
quoted by the Tenderer. The quoted bid prices(excluding service tax and cess
thereon) shall accordingly be all inclusive and firm. However, any new taxes, duties,
levies etc., imposed by the Central or State Government, subsequent to the submission
of the bid shall be reimbursed up to the contractual completion period. Bidders are also
requested to refer clauses pertaining to EPCG mentioned in Clause No.6.10.0 and
6.11.0 of Section-B of Special Conditions of Contract and clause 3.4.0 mentioned
herein below for considering the same while submitting their price bid.

3.3.8

For supply of indigenous items under the scope of the contractor supply, the rates
quoted by the Tenderer shall be all inclusive for delivery of material at site (FOR
destination basis). It shall include the basic cost, all applicable taxes and duties,
inspection charge, transportation charges, transit insurance, auxiliary taxes, octroi etc.

3.3.9

For supply of imported items under the scope of contractor, the Tenderer shall offer the
quoted price in Rupees only for any and all such imported item(s). For supply of
imported items under the scope of the contractor the cost of supply shall include basic
cost, packing & forwarding, ocean freight, custom duties, port handling charges,
demurrage, wharfage and other auxiliary duties, inland transportation, insurance and all
cost incidental to delivering the materials at work site.

3.3.10

The bidder shall submit the tender online in IOCLs E-tendering site
https://iocletenders.gov.in on or before the due date of Bid submission. TENDERS
SUBMITTED BY ANY OTHER FORM (Fax / E-mail / Courier / Post/ Hard copy) WILL
NOT BE ACCEPTED.

3.4.0

IMPORT CONTENTS
If the offer is based on certain imported raw materials required for materials offered,
please specify the following:
a) Please note that IOCL can provide Invalidation letter under EPCG Benefit
Scheme for importing raw materials. Also note that invalidation letter for

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 7 of 26

<bx + E{x ]b
({<{<x |M)
xBb
obtaining concessional rate of duty will not be provided for imports of your sub
Bidders.
b) Confirm whether letter for obtaining invalidation letter for importing raw materials
under EPCG Benefits is required by you as per (a) above.
c) Bidder to Confirm that At any time after receipt of invalidation letter, if it is
known / established that invalidation letter for import of raw material as
requested in the bid would not be utilized at all, Bidder undertakes to promptly
return the original invalidation letter with affidavit (as per Specimen at
Annexure-D1) on Rs.10 non judicial stamp paper to Owner without any
condition
d) Indicate rate of customs duty considered and included in the quoted prices.
e) Indicate brief description/ specification with itemized CIF value and country of
origin of imported material.
f)

Indicate classification with tariff no. under which Bidder intends to import.

g) Confirm prices shall be firm on account of variation in foreign exchange rate.


h) Owner shall not provide any import license.
i)

The quoted prices are based on concessional rate of duty under EPCG Benefit
scheme against issuance of invalidation letter by IOCL. Obtaining EPCG benefit
is solely the Supplier's responsibility and Owner will not compensate the
Supplier for their failure to obtain EPCG benefit / failure to import under EPCG
benefit. This supersedes any other clause mentioned elsewhere in the document
for customs duty.

j)

Any upward variation due to change in Customs Duty classifications shall be


absorbed by the Bidder. However, any reduction in customs duty due to change
in classification shall be passed on to Owner.

k) Statutory variations, if any, in the rate of customs duty up to a maximum period


of 2/3rd of the contractual delivery period shall be to Owners account. Owner
will not pay any variation on account of CVD.
l)

Any increase in price due to increase in the rate of Customs Duty, due to any
reasons, whatsoever, beyond the above specified period i.e. 2/3rd of contractual
delivery period, shall be to Bidders account. However, any decrease in custom
duty rate at the time of actual clearance of imported materials shall be passed
on to Owner.

m) The CIF Value(s) indicated by the Bidder shall be deemed to be the maximum
value(s) for the purpose of payment of variation in custom duty and/or other
statutory variations, if any, thereon.
n) Variation in price due to Customs duty rate will be dealt with separately after
receipt of material at site, against documentary evidence.
3.5.0

The price offered by the tenderer shall not appear anywhere in any manner in the
Technical Bid.

3.6.0

Bids complete in all respects should be submitted on or before due date and time of
Last date of Bid submission. The Bids submitted on line in IOCLs E-tendering site
https://iocletenders.gov.in will only be considered for evaluation. Physical Bids sent
through Fax / E-mail / Courier / Post will not be accepted.

3.7.0

Submission of the information and details shall be done strictly in the manner described.
In case the relevant data/ details/ information in respect of the above is not furnished in
the technical part, the tender may be rejected.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 8 of 26

<bx + E{x ]b
({<{<x |M)
xBb
3.8.0

INSTRUCTIONS TO BIDDERS FOR PARTICIPATION IN E-TENDERING

3.8.1

Indian Oil Corporation Ltd. has developed a secured and user friendly system which will
enable Vendors/Bidders to Search, View, Download tenders directly from Indian Oil
Corporation Ltd., secured website and also enables them to participate & submit Online
Bids on the e-tendering site https://iocletenders.gov.in directly from the website in
secured and transparent manner maintaining confidentiality and security throughout the
tender evaluation process and award.

3.8.2

All interested bidders are requested to register themselves with the portal indicated
above and enroll their digital certificate with the user id for participation in the tender.

3.8.3

Bidders are requested to read following conditions in conjunction with various


conditions, wherever applicable appearing with this bid invitation for e-Tendering. The
conditions mentioned here in under shall supersede and shall prevail over the
conditions enumerated elsewhere in the tender document.

3.9.0

How to submit On-line Bids / Offers electronically against E-tendering?

3.9.1

Vendors / Bidders are advised to read the following instructions for participating in the
electronic tenders directly through internet:
i)

Late and delayed Bids / Offers after due date / time shall not be permitted in Etendering system. No bid can be submitted after the last date and time of
submission has reached. (However if bidder intends to revise the bid already
submitted, they may change / revise the same on or before the last date and time of
submission of bid). The system time (IST) that will be displayed on e-tendering web
page shall be the time and no other time shall be taken into cognizance.

ii) Bidders are advised in their own interest to ensure that bids are uploaded in etendering system well before the closing date and time of bid.
iii) No bid can be modified after the dead line for submission of bids.
iv) No Manual Bids / Offers along with electronic Bids / Offers shall be permitted.
3.9.2

What is a Digital Signature?


This is a unique digital code which can be transmitted electronically and primarily
identifies a unique sender. The objective of digital signature is to guarantee that the
individual sending the message is who he or she really claims to be just like the written
signature. The Controller of Certifying Authorities of India (CCA) has authorized certain
trusted Certifying Authorities (CA) who in turn allot on a regular basis Digital Certificates,
Documents which are signed digitally are legally valid documents as per the Indian IT
Act (2000).

3.9.3

Why is a Digital Signature required?


In order to bid for Indian Oil e-tenders all the vendors are required to obtain a legally
valid Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA)
operating under the Root Certifying Authority of India (RCAI), Controller of Certifying
Authorities (CCA) of India. The Digital Certificate is issued by CA in the name of a
person authorized for filing Bids / Offers on behalf of his Company. A Vendor / Bidder
can submit their Bids / Offers On-line only after digitally signing the bid / documents with
the above allotted Digital Signatures.
Bidders have to procure Digital Certificate (Class 3) on their own from any of the
Certifying Authorities in India. If any bidder is not currently holding DSC, then it should
be obtained from any of the following:
a. Safescript
b. TCS
c. MTNL

(Web Address: www.safescrypt.com)


(Web Address: www.tcs-ca.tcs.co.in)
(Web Address: www.mtnltrustline.com)

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 9 of 26

<bx + E{x ]b
({<{<x |M)
xBb
d. GNFC
(Web Address: www.ncodesolutions.com)
e. e-MUDHRA (Web Address: www.e-Mudhra.com).
3.9.4

Pre-Bid Meeting
Any queries in connection with the bid shall be discussed and clarified during a pre-bid
conference as per time and venue specified in the tender. (If pre-bid meeting
information is not available in the tender then the same shall not be held.) The
authorized representatives of the parties to whom the tender has been issued shall only
be allowed to attend the meeting. Further, during the pre-bid meeting, Indian Oil may
also arrange demonstration of the e-tendering system to the vendors present and who
may be interested in attending the same.

3.9.5

Submission of Documents
The Un-priced Technical Bids and Price Bid have to be submitted online only. However,
documents which necessarily have to be submitted in originals like EMD and any other
documents mentioned in the tender documents have to be submitted offline. Prices
should not be submitted in a sealed envelope. IndianOil shall not be responsible in
any way for failure on the part of the bidder to follow the instructions. No manual
bids/offers along with electronic bids/offers shall be permitted.

3.9.6

Uploading of Tender Documents


At the e-tender website, the bidder will find 4 covers and each cover can take up to a file
size of total 10 MB. In a 4 cover scenario following covers are configured in the system:
Cover 1 Commercial Documents
Cover 2 Qualification Documents
Cover 3 Technical Bid
Cover 4 Price Bid
The vendors may upload the pre-qualification documents, where the file size is more
than 20 MB, in the My Space area available in their Log-in Page. Various folders have
already been defined under this section where the vendor can upload documents like
certificates, PO copies, Balance sheets up 10 MB of size and keep it for use for different
tenders as applicable. The same can be uploaded with Digital Signature as NonSensitive Document (NSD) during bid submission. The vendor may follow the
instructions under My Document and Bid Submission process under Bidders manual
Kit section available in the homepage at the site.
IndianOil does not take any responsibility in case of failure of the bidder to upload the
documents within specified time of tender submission.

3.9.7

Submission and Opening of Bids


Bid along with all the copies of documents should be submitted in the electronic form
only through IndianOil e-tendering system.
Before the bid is uploaded, the bid comprising of all attached documents should be
digitally signed using digital signatures issued by an acceptable Certifying Authority
(CA) in accordance with the Indian IT Act 2000.

3.9.8

Last Date for Submission of Bids


Bidders are advised in their own interest to ensure that bids are uploaded in eProcurement system well before the closing date and time of bid. The system time (IST)
that will be displayed on e-Procurement web page shall be the time considered for
determining the expiry of due date and time of the tender and no other time shall be
taken into cognizance.
Vendors / Bidders must use any computer having Windows 2000 or Windows XP
versions or higher of Window operating system, an internet web browser version

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 10 of 26

<bx + E{x ]b
({<{<x |M)
xBb
Internet Explorer V8.0 or higher recommended and computer should be JAVA V1.6 or
higher enabled.
4.0.0

VALIDITY OF OFFER

4.1.0

Tender submitted by the tenderer shall remain valid and open for acceptance for a
period of 4 (four) months from the date of opening of Techno-commercial part of the
tender. The rates quoted in the schedule of rates shall remain firm during the validity
period.

4.2.0

In exceptional circumstances, prior to expiry of the original bid, the owner may request
the Bidder for a specified extension in the period of validity. The request and the
responses thereto shall be made in writing or by fax/ e-mail. A Bidder may refuse the
request without forfeiting his bid security. A Bidder agreeing to the request will not be
permitted to modify his bid, but will be required to extend the validity of his bid security
correspondingly. The provisions of discharge and forfeiture of bid security shall continue
to apply during the extended period of the bid validity.

5.0.0

EARNEST MONEY DEPOSIT (EMD)

5.1.0

The tenderer shall furnish Earnest Money Deposit, at the time of submission of the bid,
as mentioned below:
GROUP
Indian Bidder
Foreign Bidder
Rs. 38.41 Lakh
US$ 62,100
A
Rs. 36.07 Lakh
US$ 58,300
B
Rs. 65.73 Lakh
US$ 1,06,300
A+B
The sealed EMD in original (BG/ DD/ Bankers cheque/ e-payment (copy of epayment receipt) should be addressed in the name of tender issuing authority
and should be submitted at the following address on or before technical bid
opening.
Chief Projects Manager (Contracts), Indian Oil Corporation Limited, Pipelines
Division, A-1, Udyog Marg, Sector-1, NOIDA (U.P.), PIN-201301.

5.2.0

Entities exempted from submission of EMD: As per MSMED Act, 2006 (or erstwhile
NSIC Registered Parties), Central / State PSUs and JVs of IOC.

5.3.0

The bidder shall submit the Earnest Money in the form of Demand Draft in favour of
Indian Oil Corporation Ltd., Pipelines Division payable at New Delhi.

5.4.0

A Bank Guarantee (BG) may be accepted by the Owner towards EMD provided the
amount of such BG is not less than Indian Rupees 100,000.00 (Indian Rupees One
Lakh). It shall be an unconditional Bank Guarantee issued by a Scheduled Bank in India
or an Indian Branch of foreign Bank (acceptable to the Owner) and operating in India
under the guidelines of Reserve Bank of India. The proforma for furnishing the bank
guarantee is given in General Conditions of Contract. The BG shall be kept valid upto
6 months from the date of opening of the techno-commercial offer.

5.5.0

Bidders to ensure that the text of bank guarantee submitted towards bid security
(EMD) shall match the format for BG in lieu of EMD as given in General
Conditions of Contract (page no. 136 to 137) verbatim including all comma/ full
stops. In case of a deviation/variation, necessary amendment shall be sought
from the bidder/ their bankers.

5.6.0

The bidders can remit the EMD by way of Electronic Fund Transfer (EFT)/SWIFT
transfer also. The bank account particulars of IOCL are given below. The Bidders
remitting EMD through EFT should submit a copy of their bankers advise as proof of
remittance of EMD in uploaded file of techno-commercial bid. Bids received without
such a copy (in case of payment of EMD by EFT) are liable to be rejected. Remittance
Information should contain Name of the Tenderer, Tender No & Amount. Bids received

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 11 of 26

<bx + E{x ]b
({<{<x |M)
xBb

5.7.0

without a copy of EFT message (in case of payment by EFT) are liable to be rejected.
Beneficiary Name:
INDIAN OIL CORPORATION LIMITED-PIPELINES DIVISION
Account No:
00000010813605396
Beneficiary Bank:
STATE BANK OF INDIA, CAG BRANCH.
11TH FLOOR, JAWAHAR VYAPAR BHAWAN,
1,TOLSTOY MARG, JANPATH.
TOWN :
NEW DELHI
COUNTRY :
INDIA
IFSC Code :
SBIN0009996
MICR
:
110002201
SWIFT bank identifier code: SBININBB172
Further to provisions of Clause 4.19 and Clause 5.0 at page 122 & 123 of Instructions to
Tenderers of General Conditions of Contract, following shall be considered by the
bidder in terms of bid submitted by them:

In case an Indian Company, otherwise eligible for exemption from submission of


EMD as per Government of India Guidelines, submits a bid in association (as a
consortium or JVC or in any other manner) with another company (not eligible
for EMD exemption) then the EMD must be submitted with the offer.

Bids submitted without bid security may be considered as NON-RESPONSIVE


and shall be liable for REJECTION. The decision of the owner, in this regards,
shall be final and binding on the bidder(s).

5.8.0

In the case of Consortium, the EMD shall be furnished by the Consortium or Leader of
the Consortium.

5.9.0

No interest or any expense what so ever will be payable by OWNER on the bid
security furnished by BIDDER in any manner.

5.10.0

Security of the successful BIDDER (hereinafter called the Contractor) will be discharged
after the BIDDER has signed the agreement and furnished the required Initial Security
Deposit / Security Deposit or shall be adjusted against Initial Security Deposit as
required as per General Conditions of Contract.

5.11.0

EMD to the unsuccessful bidders deposited by DD/Bankers Cheque/pay Order/EFT


may be released in their respective bank accounts through e-banking. The bidders
should provide their bank details in the format as per Annexure-G for the purpose.

5.12.0

The bid security may be forfeited :


a) If a BIDDER withdraws his bid during the period of bid validity;

OR

b) In the case of a successful BIDDER, if he fails within the specified time limit to:
i) sign the agreement, or
ii) furnish the required security deposit
6.0.0

BIDDING ENTITY

6.1.0

Bids may be submitted by:


Bids may be submitted by:
A. An Individual (Proprietary Concern), Partnership firm, Private Limited Company or
Public Limited Company (called Sole Bidder);
B. Joint Venture (JV) Company registered in India as per Company Act1956.
C. Consortium having a maximum of two members;
D. Wholly owned subsidiary of a foreign or Indian company on the strength of its
parent /sister company

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 12 of 26

<bx + E{x ]b
({<{<x |M)
xBb
6.2.0

Sole bidder shall fulfill each requirement of Eligibility Criteria as per Criteria for
Evaluation-Technical as per Clause No. 6.0.0 of Section-A of SIT & Criteria for
Evaluation - Commercial as per Clause No. 7.0.0 herein below and its sub-clauses.

6.3.0

CONSORTIUM BIDS / JV
Tenders submitted by a Consortium of two companies (One leader and one member)
shall comply with the following requirements:
(a)

Detailed Memorandum of Understanding / Consortium agreement clearly


indicating the roles and responsibilities of each member of the Consortium, shall
be submitted along with the offer. In case, the Consortium is awarded the job, a
duly executed and Notarised Consortium Agreement shall be submitted
before signing of Contract agreement with the Owner.

(b)

The Consortium shall nominate one of their members to act as Leader of the
Consortium and in case the Consortium is awarded the job, all correspondence
in respect of the Contract, if any, shall be done with the Leader of the
Consortium only.

(c)

The tender shall be signed by an authorised representative of consortium


members and submitted so as to be legally binding on all the members jointly &
severally. This authorization shall be evidenced by submitting a power of
attorney signed by legally authorised signatories of all the Consortium members.
The authorization will be clearly evidenced by submitting the Article of
Memorandum of company, board resolution for authorization in favour of person
signing the consortium agreement.

(d)

Each and every member of the Consortium shall be jointly and severally
responsible for successfully execution of job.

(e)

The Consortium leader shall be authorised to incur liabilities and receive


instruction for and on behalf of all members of the Consortium. Payments shall
be done either to the Leader or to the Consortium members as per Detailed
Memorandum of Understanding / Consortium agreement. However, payments
shall be made in line with the modalities enlisted in the tender.

(f)

It is specifically agreed by the Consortium members that in the event of the


Leader of the Consortium running into any financial problem and/ or otherwise
fails to comply with any of Leader's obligations under the Contract at any time,
other members shall fully undertake total responsibility to provide all necessary
financial resources for the project and shall comply with all the obligations of the
Leader under the Contract, in addition to his own obligations, for completing the
project in time, without prejudice to the joint and several responsibilities of
member and Leader.

(g)

The division in scope of job between Consortium members shall be


commensurate with their past experience. The overall Project Management shall
be performed by the Leader of the Consortium.

(h)

Responsibility matrix of members of Consortium members not limited to the


following shall be furnished along with the bid:
a) Overall responsibility for execution of entire job under the contract shall
be with the Leader of Consortium.
b) Both the members of Consortium are jointly & severally responsible in
terms of tender.
c) Leader of Consortium member will provide all technical & technology
support to the Consortium.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 13 of 26

<bx + E{x ]b
({<{<x |M)
xBb
d) Experienced technical personnel from Leader of Consortium will be
stationed at job site to provide technical support during execution of field
jobs.
e) The Leader of Consortium will ensure deployment of requisite
equipments required for undertaking the different jobs as per tender
requirements.
f) The correspondences for execution of job will be made with Leader of
Consortium. Leader of Consortium is to ensure its presence in progress
review meeting whenever called for by the owner.
6.4.0

Wholly owned Subsidiary of a foreign/Indian company:Following shall be complied and necessary documents from Parent Company and sister
concern if applicable shall be submitted:
(a) The jobs under consideration shall either be executed by the Parent Company /
sister concern or shall be executed under supervision and back-up of the Parent
Company / sister concern. Details of mode of job execution, manpower, machinery
deployment by the parent company / sister concern shall be furnished along with
the Bid. The parent company/sister company will provide all the resources based on
which the bidding company has been qualified. Responsibility matrix of Parent
company, sister concern & bidding company not limited to the following shall be
furnished along with the bid:
(i)

Overall responsibility for execution of entire job under the contract shall be
with the parent company.

(ii)

The parent company / sister concern & bidding company are jointly &
severally responsible in terms of tender

(iii)

Parent company / sister concern will provide all technical &technology transfer
to bidding company.

(iv)

Experienced technical personnel from parent company or sister concern will


be stationed at job site to provide technical support during execution of field
jobs.

(v)

The parent company / sister concern will ensure deployment of requisite


equipments required for undertaking the different jobs as per tender
requirements.

(vi)

The correspondences for execution of job will be made with bidding company.
However, parent company/ sister company is to ensure its presence in
progress review meeting whenever called for by the owner.

(vii) The Parent Company and sister concern shall furnish an undertaking to be
jointly and severally responsible with the subsidiary for due, proper and timely
performance of the Contract and discharge of liabilities of its subsidiary in the
event of the award of job to its subsidiary
(b) Failure to honour the commitment as per MoU, will attract all actions including but
not limited to General Conditions of Contract Clause No. 7.0.0.0, 4.7.3.0, 4.7.4.0,
holiday listing of bidding company, parent company/sister concern.
7.0.0

CRITERIA FOR EVALUATION - COMMERCIAL

7.1.0

Any bidder participating in this bidding must have experience as described herein and
the evaluation of their offers shall be primarily done on the basis of the following
qualifying criteria :

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 14 of 26

<bx + E{x ]b
({<{<x |M)
xBb
(i)

Annual Turnover of the tenderers during any of the preceding three financial years
(2010-11, 2011-12 and 2012-13) shall not be less than the value mentioned below:
GROUP
A
B
A+B

Indian Bidder
Rs. 5693.25 Lakh
Rs. 5245.18 Lakh
Rs. 10938.43 Lakh

Foreign Bidder
US$ 92,13,800
US$ 84,88,700
US$ 1,77,02,500

Turnover for this purpose should be as per the audited Balance Sheet of the
tenderer. However, if the tenderer is not required to get its accounts audited under
section 44AB of the income Tax Act, 1961, a certificate from a Practicing Chartered
Accountant towards the turnover of the tenderer along with copy of its Income Tax
Return shall be furnished.
(ii) The bidder should have minimum working capital of following value as per the last
audited financial year:
GROUP
A
B
A+B

Indian Bidder
Rs. 2372.19 Lakh
Rs. 2185.49 Lakh
Rs. 4557.68 Lakh

Foreign Bidder
US$ 38,39,100
US$ 35,36,900
US$ 73,76,000

Note:
1.

Working capital shall be calculated as Current Assets minus Current


Liabilities as reported in the Audited Balance Sheet.

2.

In case the bidders working capital is inadequate, the bidder shall


supplement this with a letter from his bank confirming the availability of line
of credit to meet the shortfall in specified working capital requirement.

(iii) The tenderer should have successfully completed similar works, as a main or sub
contractor, during any of the last five years ending on the start date for download of
tender document as given below:
(a) Three similar completed works costing not less than the value mentioned
below:
GROUP
Indian Bidder
Foreign Bidder
Rs. 3558.29 Lakh
US$ 57,58,600
A
Rs. 3278.24 Lakh
US$ 53,05,400
B
Rs. 6836.52 Lakh
US$ 1,10,64,100
A+B
OR
(b) Two similar completed works each costing not less than the value mentioned
below:
GROUP
Indian Bidder
Foreign Bidder
Rs. 4744.38 Lakh
US$ 76,78,200
A
Rs. 4370.99 Lakh
US$ 70,73,900
B
Rs. 9115.36 Lakh
US$ 1,47,52,100
A+B
OR
(c) One similar completed works each costing not less than the value mentioned
below:
GROUP
Indian Bidder
Foreign Bidder
A
Rs. 5930.47 Lakh
US$ 95,97,700
B
Rs. 5463.73 Lakh
US$ 88,42,400
A+B
Rs. 11394.20 Lakh
US$ 1,84,40,200
The similar work mentioned above is hydrocarbon based cross country steel
pipeline laying work.
Tender No. PLCC/PHDPL/CL/1348
Special Instruction to Tenderer [Section-B (Commercial)]

Page 15 of 26

<bx + E{x ]b
({<{<x |M)
xBb
Note:
(I)

The work completed before five years period ending on the start date for
download of tender document and completed after commencement of
download of this tender shall not be taken into consideration.

(II) The work order and completion certificate should be in the name of
bidder only. Work executed jointly will not be considered.
(III) Bidders shall clearly indicate their choice of Group(s) of work against
which they are submitting their offer / against which their offer shall
be considered subject to their meeting the above experience criteria
for single Group/ combination of Groups. In case Group(s) are not
clearly indicated, their offer is liable for rejection. The bidder
submitting their offer for more than 1(one) group shall satisfy the
combined qualification criteria of the groups as indicated above.
(iv) The Tenderers Concurrent commitments i.e. value of existing commitments for
ongoing works should not be more than 2 (two) times the annual turnover.
Tenderers are required to submit the existing commitments for on-going works in
the format attached as Annexure H for a period of 12 months w.e.f. the date of
submission of offers. These data shall be certified by the Chartered Accountant with
his stamp and Signature.
7.2.0

Consortium as per clause 6.3.0 above shall meet following evaluation criteria:
(i)

Leader of Consortium shall meet the Criteria for evaluation - Technical as per
Clause No. 6.1.0 i) of Section-A of Special Instructions to Tenderers.

(ii) The Leader of the Consortium meeting the technical criteria shall meet 60% of the
Criteria for evaluation - Commercial as mentioned under clause 7.1.0 and its subclauses as above.
(iii) The other Consortium member (other than leader) shall meet the Criteria for
evaluation - Commercial as per clause 7.1.0 and its sub-clauses as above.
(iv) The other consortium member meeting the financial criteria shall meet technical
criteria as per relevant clause of SIT Section A or else 60 % of inch-km (with
minimum 8.625 diameter) of technical qualification.
(v) The experience of parent company in case of members of Consortium shall not be
considered.
7.3.0

Joint Venture (JV) on the experience of JV (Sole Bidder) has to meet qualification
criteria as per 7.0.0 of Section-A of SIT and clause 7.1.0 and its sub clause mentioned
as above.

7.3.1

Joint Venture (JV) based on the experience of individual JV members has to meet
following evaluation criteria:(i)

One member of JV shall meet the Criteria for evaluation - Technical as per Clause
No. 6.1.0 (A) i) of Section-A of Special Instructions to Tenderers.

(ii) The member of JV meeting the technical criteria shall meet 60% of the Criteria for
evaluation - Commercial as mentioned under clause 7.1.0 and its sub-clauses as
above.
(iii) The other member of JV shall meet the Criteria for evaluation - Commercial as per
clause 7.1.0 and its sub-clauses as above.
(iv) The other consortium member meeting the financial criteria shall meet technical
criteria as per relevant clause of SIT Section A or else 60 % of inch-km (with
minimum 8.625 diameter) of technical qualification.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 16 of 26

<bx + E{x ]b
({<{<x |M)
xBb
(v) The experience of parent company in case of members of JV shall not be
considered.
7.4.0

Wholly owned subsidiary of a foreign or Indian company on the strength of its


parent /sister company
Bidding company which is a wholly owned subsidiary of a foreign or Indian company
can be qualified:
(i) based on the qualification, technical and financial, of its parent company provided
the parent company declares under a memorandum of understanding with the
Indian subsidiary that it would be jointly and severally responsible for all the jobs
being carried out by the bidding company.
OR
(ii) based on the qualification, technical and financial, of its sister concern, which is
also a 100% subsidiary of parent company provided that:(a)

the bidding entity shall enclose an agreement between them, parent company
and the sister company mentioning therein all would be jointly and severally
responsible for all the jobs carried out by the bidding company and successful
execution of job.

(b)

the sister subsidiary company on its own and not through any other
arrangement like Technical Collaboration agreement meets the technical
experience criteria.

7.5.0

Relevant documents, such as copies of Work Order and Completion Certificate,


supporting the claim shall be furnished along with the offer.

7.6.0

The final techno-commercial evaluation shall be done on the basis of evaluation of


financial soundness, past experience, present commitment, credentials of the sub
contractors proposed (if any), capability to deploy specified manpower & equipments for
the work and confirmation regarding strict adherence to the time schedule to be
submitted in the form of a bar chart for the present work.

8.0.0

LANGUAGE OF BID

8.1.0

The bid prepared by the BIDDER and all correspondence and documents relating to
the bid exchanged by the BIDDER and the OWNER shall be written in English language
only. Supporting documents and printed literature furnished by the BIDDER may be in
another language provided they are accompanied by an appropriate translation of
pertinent passages in the above stated language. For the purpose of interpretation of
the bid, the English language shall prevail.

9.0.0

COST OF BIDDING

9.1.0

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

10.0.0

MODIFICATION AND WITHDRAWAL OF BIDS

10.1.0

A Bid once made cannot be modified or withdrawn.

11.0.0

CLARIFICATION OF BIDS

11.1.0

To assist in the examination, evaluation and comparison of bids, the Owner may ask
the bidders individually for clarification of their Bids, including break-down of unit
rates. The request for clarification and the response shall be in writing, but no changes
in the price or substance of the bid shall be sought, offered or permitted except as
required to confirm the correction of errors discovered by the Owner during the
evaluation of bids.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 17 of 26

<bx + E{x ]b
({<{<x |M)
xBb
11.2.0

The bidder requiring any clarification on the bidding document may notify the owner in
writing at the owners address. The Owner will respond in writing to any request for
clarification received by the dead line for submission of queries as stated hereinafter in
the clause for Pre-Bid meeting. The queries / clarifications shall be conveyed to all the
bidders for their information and action as required.

12.0.0

APPOINTMENT OF CONSULTANTS

12.1.0

Owner shall have full discretion to engage consultant of his choice for expert advice on
the evaluation of bids, inspection of equipments, supervision of installation and
commissioning or any other services deemed necessary from time to time. Bidder shall
be bound to answer all relevant queries from Owner/ Consultant.

13.0.0

EVALUATION AND COMPARISON OF BIDS

13.1.0

The price bids of only those bidders shall be considered for opening and evaluation
whose bid is determined to be technically and commercially acceptable to owner.

13.2.0

For the purpose of evaluation of tenders, prices quoted in foreign currency will be
converted into Indian Rupees at the State Bank of India Bill selling rate of foreign
exchange declared on the date of opening of Price Bid.

13.3.0

The rate of Service Tax indicated by the bidder, in the format given in the tender,
submitted with the technical bid shall be used in evaluation of price bids.

13.4.0

For the purpose of evaluation of price bids, landed cost in Indian Rupees including
service tax as quoted, shall be considered and final evaluation for comparison will be
done considering CENVAT credit, to the extent available to IOCL.

14.0.0

PRE-BID MEETING

14.1.0

The pre-bid meeting, shall be held as per the schedule in the notice inviting tender to
clarify the techno-commercial issues related to the tender. The authorised
representatives of the parties who have downloaded the tender document from the
IndianOil website https://iocletenders.gov.in shall only be allowed to attend the meeting.
Further, during the pre-bid meeting, Indian Oil may also arrange demonstration of the etendering system to the vendors present and who may be interested in attending the
same.

14.2.0

The bidder is requested to submit any questions by e-mail, courier or by fax to


reach IOCL at least TWO DAY before the Pre-bid meeting. These questions shall be
replied during the Pre-bid meeting.

15.0.0

PRE-PRICE BID MEETING

15.1.0

Pre-price bid meeting shall be held as a prelude to price bid opening if required.
Representatives of the tenderers shall attend the pre-price bid meeting for resolving the
outstanding issues, if any, and for other mutual clarifications. The date and time shall
be conveyed to the technically and commercially qualified tenderers only at a later date.

15.2.0

Any modification to the tendering document which may become necessary as a result of
the pre-price bid meeting shall be made by Owner exclusively by issue of an agreed
variation.

16.0.0

OPENING OF TENDER

16.1.0

The Techno-Commercial Bid (Part-A of Bid) of all the tenders submitted online up to the
due date & time for receipt of bids shall be opened as per due date and time. The
system time (IST) that will be displayed on e-Procurement web page shall be the time
considered for determining the expiry of due date and time of the tender and no other
time shall be taken into cognizance.

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 18 of 26

<bx + E{x ]b
({<{<x |M)
xBb
16.2.0

The Price Bids of the technically and commercially acceptable bidder(s) shall be opened
at a later date, which shall be intimated.

16.3.0

The vendor may follow the instructions under Bid Submission process under Bidders
manual Kit section available in the homepage at the site. The Owner shall not be
responsible for delayed submission of offers or non-submission of offers due to any
reason whatsoever. The responsibility of ensuring online & on-time submission of their
offers lies entirely with the bidders. The bidders are requested to submit the bid online
much before date and time of submission, failing which IOCL shall not be responsible
for any such technical problem.

17.0.0

RIGHT OF OWNER TO ACCEPT OR REJECT TENDERS

17.1.0

Owner reserves the right to accept the tender in full or in part/parts. Owner does not
bind itself to accept the lowest tender and reserves the right to reject any or all the
tenders received without assigning any reason whatsoever and no compensation shall
be paid for the efforts made by the bidder. Reasons for rejection shall be disclosed on
written representation by the concerned bidder whose bid is rejected.

17.2.0

Tenders in which any of the particulars and prescribed information are missing or are
incomplete in any respect and/or the prescribed conditions are not fulfilled, shall be
considered non-responsive and are liable to be rejected.

17.3.0

No bidder shall contact the OWNER on any matter relating to its bid from the time of bid
opening upto the time that the contract is awarded. Any effort by a bidder or Bidders
agent, consultant or representative howsoever described to influence the OWNER in
any way concerning scrutiny, consideration, evaluation or computation of the bid(s) or
decision concerning award of contract shall entail rejection of Bid.

18.0.0

AWARD OF WORK

18.1.0

The Owner shall have the right to award all the Groups of work either to a single
Contractor or to different contractors on least cost option to the Owner. However, single
Group of work shall mean total scope of work envisaged in that Group and no
bifurcation of scope of work of the said Group shall be made while awarding the work.

19.0.0

CORRIGENDUM/ ADDENDA/ CLARIFICATION

19.1.0

Corrigendum/ Addenda/ Clarifications may be issued prior to the date of opening of the
tender to clarify issues arising out of various queries/ clarifications relevant to the tender
documents from tenderers or to reflect modification in the design or contract terms.
Such addendum/ addenda shall be issued to each party at the E-mail ID furnished while
registering with the IndianOil e-tendering site https://iocletenders.gov.in for
downloading the tender document/ to whom a set of tender document has been issued
from the office of tender issuing authority. Each recipient shall retain one copy of such
corrigendum/ addendum/ addenda for submission along with the tender in
acknowledgement of receipt thereof. All such addendum issued shall form part of the
tender document.

19.2.0

Bidders to note that who have downloaded the tender documents from the IndianOil etendering site https://iocletenders.gov.in by using Guest User ID, shall have to
download all such Corrigendum/ Addenda/ Clarifications may be issued prior to the date
of opening of the tender to clarify issues arising out of various queries/ clarifications
relevant to the tender documents from bidders or to reflect modification in the design or
tender terms and conditions, which shall form part of tender document. Before
uploading the final offer, all such Corrigendum/ Addenda/ Clarifications must be
considered by the bidder. Owner shall not be held responsible on this account and the
bid may be rejected by the owner.

19.3.0

If a party does not view / fails to view the corrigendum/ addenda / clarification

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 19 of 26

<bx + E{x ]b
({<{<x |M)
xBb
hosted on the website while registering with IndianOil e-tendering site
https://iocletenders.gov.in on any accounts whatsoever and their offer is without
considering the corrigendum / addenda / clarification, then owner may reject the
offer.
20.0.0

CONFORMITY TO TERMS AND CONDITIONS OF BID DOCUMENTS

20.1.0

Bids shall be based strictly on the terms, conditions and specifications contained in the
Bid documents. Any deviation and exceptions taken to terms and conditions of the Bid
documents must be clearly listed out as per proforma of Exceptions and Deviations.
Exceptions & Deviations are to be submitted in different folders giving proper reference
to Page No. / Clause No. / Para etc.

20.2.0

All correspondences from owner as well as from the contractor regarding clarifications
during techno-commercial evaluation of the bid and mutually accepted deviations to
tender document shall be concluded as Agreed Variations. The Agreed Variations
shall form part of the contract and all other correspondences in this regard will be
treated as null and void.

21.0.0

INDIGENISATION

21.1.0

Tenderer shall make maximum possible utilisation of indigenous manufacturing facilities


and other services/ expertise available for their project implementation plans. It is,
therefore, essential that as a preliminary exercise, Tenderers should explore potential
available indigenously for utilisation of manufacturing facilities and other various
products/ equipment/ material of Indian origin conforming to specifications as well as
construction expertise available indigenously and associate experienced Indian
Agencies under overall supervision and responsibility of Contractor.

22.0.0

CURRENCIES AND PAYMENT

22.1.0

Tenderers shall quote their prices in Indian Rupees only.

22.2.0

Foreign Tenderers shall quote their prices in Indian Rupees and /or US Dollars. To
facilitate processing of payments in foreign currency, tenderer are advised to take note
of the stipulations stated hereunder.

22.3.0

In the case of individual foreign tenderers, all payments will be released in US dollars.
Payment in Indian Rupees can also be made provided the tenderer opens a project
office in India and also an account with necessary RBI permission in this regard. As a
pre-requisite to release of payment to the foreign tenderers, necessary assessment of
income tax deduction rate shall be obtained by tenderer from the Indian Income Tax
Authority and submitted to the Owner. Any other clearance required from Government
Authorities shall also be arranged by the tenderer.

22.4.0

In the case of Consortium tenderer consisting of foreign companies the process will be
similar to Clause No. 22.3.0 above.

22.5.0

In the case of sole Indian tenderers, all payments will be made in Indian Rupees only. In
case such tenderers are required to pay any amount in foreign exchange to their subContractor or for any imported items, necessary arrangement for such foreign exchange
payment shall be made at their end.

22.6.0

In the case of Consortium tenderers consisting of foreign and Indian companies,


seeking payment in both Indian Rupees and US dollars, the Indian Consortium partner
will be paid in Indian Rupees only while the foreign partner will be paid in US dollars.
The Consortium partners shall incorporate the provisions accordingly in their MOU. The
price offer from such a Consortium shall have both Indian Rupees and US Dollars
components for each of the SOR items. All payments will be subject to equivalent
deduction of Security Deposit from each Consortium partner. The foreign partner shall
have to submit income tax deduction rates, duly assessed by Competent Authority. The

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 20 of 26

<bx + E{x ]b
({<{<x |M)
xBb
Indian company shall furnish a certificate from Income Tax Authorities for deduction of
tax at source to be applied on payments under this Contract.
22.7.0

In the case of Consortium tenders, consisting of Indian companies the payments shall
be released only to the Leader of the Consortium.

22.8.0

Mobilization Advance shall not be provided for the works under this tender

22.9.0

All the payment in Indian Rupees shall be released through e-banking only. Successful
bidder shall submit details of their Bank Account for e-payment purpose as per
Annexure-G.

23.0.0

PLACE OF PAYMENT

23.1.0

All the payments in Indian Rupees shall be released from the office of the Deputy
General Manager (C), Indian Oil Corporation Limited, Eastern Region Pipelines Office,
14 Lee Road, Kolkata-700020, West Bengal and foreign exchange payment (if any)
shall be released from Indian Oil Corporation Ltd. (Pipelines Division), Indian Oil
Bhawan, A-1, Udyog Marg, Sector-1, NOIDA 201 301.

24.0.0

NEGOTIATIONS

24.1.0

Negotiations will not be conducted with the bidders as a matter of routine. However,
Corporation reserves the right to conduct negotiations.

25.0.0

INTEGRITY PACT PROGRAM

25.1.0

Indian Oil Corporation Limited (OWNER) has signed an MOU with Transparency
International India for adoption of the Integrity Pact Program. The MOU is available at
IOCL website http://www.iocl.com/aboutus/DraftMOU.pdf. Owner is committed to follow
the principles of transparency, equity and competitiveness in public procurements.

25.2.0

Bidder has also to commit the same through executing an Integrity Pact Agreement
(IPA) and declarations which is now a part of tender document. In absence of the same,
the tender would be summarily rejected. Format of Integrity Agreement and declaration
are enclosed as Annexure IP-A & IP-B, and are also available at Indian Oil
website www.iocl.com.

25.3.0

IPA will prevail over General Conditions of Contract with regard to specific clauses of
the IPA including consequential breaches by the bidders.

25.4.0

Any violations/alleged violation of IPA would not be subject matter of arbitration.

26.0.0

SPECIFIC REFERENCE TO GCC CLAUSES

26.1.0

The following document(s) as stated in clause No. 4.8 of Instructions to Tenderers


(Page-120) & Form of Tender (Page 131 & 132) of General Conditions of Contract are
not required to be submitted with the bidders offer.
(A) Income Tax Clearance Certificate (in the case of Indian Bidders)

26.2.0

In the form of tender for price bid (page-129 & 130), commercial bid (page 131 & 132)
and Format for Bank Guarantee in lieu of (Earnest Money Deposit) / (Security Deposit
(SD)/ Initial Security Deposit(ISD)) (page 136-138) of GCC, the following changes may
be incorporated while submitting the bid:
As per GCC
Page-129 & 131 (Form of Tender Price
bid/ Commercial bid)
To,
Indian Oil Corporation Ltd.
(Refineries/ Pipelines Division)
______ Refinery/ Project)

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

To be changed as
To,
Indian Oil Corporation Ltd.
(Pipelines Division)
Indian Oil Bhawan
A-1, Udyog Marg, Sector-1, Noida (U.P.)

Page 21 of 26

<bx + E{x ]b
({<{<x |M)
xBb
Page-136 (format for BG in lieu of EMD)
To,
Indian Oil Corporation Ltd.
(Refineries Division)
Page-136 (format for BG in lieu of EMD)
In consideration of Indian Oil Corporation
limited (Refineries / Pipelines Division)
27.0.0

In consideration of Indian Oil Corporation


limited (Pipelines Division) .

CORRECTION IN GENERAL CONDITIONS OF CONTRACT (GCC)


S. Page
Clause
No. No.
No.
1. 8
2.1.1.5

28.0.0

To,
Indian Oil Corporation Ltd.
(Pipelines Division)
Indian Oil Bhawan
A-1, Udyog Marg, Sector-1, Noida (U.P.)

2.

10

2.2.5.0(ii)

3.

13

2.5.1.0

4.

13

2.5.3.0(b)

5.

13

2.5.3.1

6.

21

3.3.2.0

7.

23

3.5.2.0

8.

28

4.0.6.0

9.

28

4.0.8.0

10. 31

4.3.6.0

11. 34

4.5.2.0

12. 36

4.8.4.0

13. 36

4.8.4.0

14. 68

8.6.1.0

15. 68

8.11.1.0

Correction
In the 2nd line, the words `2.1.1.2 (c) may be read as `2.1.1.2
(b).
In the 5th line, delete the words `not covered by the
Schedule of Rates or lump sum price, as the case may be,.
In the 1st line, the word `commencement may be read as
`commencement.
In the 4th line, the words `lump price may be read as `lump
sum price.
In the 1st line, the word `Providing may be read as
`Pending.
In the 3rd line, the word `whatever may be read as
`whatsoever.
In the 4th line, the words `other OWNER may be read as
`the OWNER.
In the 4th& 5th lines, the words from `including (but not
) to `rendering may be read as `including (but not
limited to), at the discretion of the OWNER, supervision and
testing of the works being conducted by the CONTRACTOR
at the job site and / or for rendering.
In the 2nd / 3rd line, `the words `founded thereon may be
read as `founded or dependent thereon.
In the 4th line, after the words `if satisfied, insert the words
`of the existence of any ground(s) justifying the delay,
extend the date for completion
In the 5th line, the words `for the calculating payments may
be read as `for calculating the payments.
In the 5th line, the words `item or work may be read as `item
of work.
In the 10th line, insert the word `to between the words
`CONTRACTOR and `appoint.
In the 1st line, insert the word `by between the words `upon
and `the.
In the last line, the word `applicable may be read as
`applicable.

AMENDMENTS TO GENERAL CONDITIONS OF CONTRACT


S.
No.
1.

Section
8

Ref
Clause
Page No.
No.
64
of 8.3.1.0
Conventio
nal GCC
and of

Subject

Amendments

LABOUR
Entire sub clause No.8.3.1.0
LAWS
AND to be replaced with the
REGULAfollowing:
TIONS

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 22 of 26

<bx + E{x ]b
({<{<x |M)
xBb
LSTK
GCC

2.

64
of 8.3.2.0
Conventio
nal GCC
and of
LSTK
GCC

The CONTRACTOR shall be


responsible
for
strict
compliance of and shall
ensure strict compliance by
its sub-contractors, servants
and agents of all laws, rules
or regulations having the
force of law affecting the
relationship of employer and
employee
between
the
CONTRACTOR/subcontractors
and
their
respective employees and/or
otherwise concerning labour,
social welfare and provident
fund, pension, bonus, gratuity
and
other
benefits
to
employees. Without prejudice
to the generality of this
provision,
the
CONTRACTOR shall comply
with and ensure that his subcontractors
and
other
agencies employed by him
comply with the provisions of
the Payment of Wages Act,
1936, Minimum Wages Act,
1948, Employees Liability Act
1938,
Workmens
Compensation Act 1923,
Industrial Disputes Act 1947,
Maternity Benefit Act 1961,
Mines Act 1952, The Child
Labour
(Prohibition
&
Regulation)
Act
1986,
Contract Labour (Abolition &
Regulation)
Act
1970,
Payment of Bonus Act,
Gratuity Act, Factories Act
and the Employees Act 1952
as amended from time to
time
and
all
rules,
regulations and schemes
framed thereunder from time
to time.
LABOUR
Entire sub clause No.8.3.2.0
LAWS
AND to be replaced with the
REGULAfollowing:
TIONS
The contractor and subcontractor(s)
of
the
CONTRACTOR shall obtain
from
the
authority(ies)
designated in this behalf
under any applicable law,

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 23 of 26

<bx + E{x ]b
({<{<x |M)
xBb
rule or regulation (including
but not limited to) the
Factories Act and Labour
(Abolition and Regulation)
Act, 1970 (in so far as
applicable) any and all such
licence(s),
consent(s),
registration(s) and/or other
authorization(s) as shall from
time to time be or become
necessary for or relative to
the execution of the work or
any part or portion thereof or
the storage or supply of any
material(s) or otherwise in
connection
with
the
performance of the Contract
and shall at all times observe
and ensure due observance
by
the
sub-contractors,
servants and agents of all
terms and conditions of the
said licence(s), consent(s)
regulation(s)
and
other
authorisation(s) and laws,
rules
and
regulations
applicable thereto. Without
prejudice to the generality of
this
provision,
the
CONTRACTOR shall obtain
and ensure that his subcontractors
and
other
agencies employed by him
on the Work, obtained a valid
Licence under the Contract
Labour
(Regulation
&
Abolition) Act, 1970 and shall
duly and faithfully observe
and
comply
with
the
provisions of The Child
Labour
(Prohibition
&
Regulation)
Act
1986,
Contract Labour (Regulation
& Abolition) Central Rules
1971 and other Central and
State Rules as amended
from time to time and
applicable to the work, and
shall duly, promptly and
faithfully maintain and/or
cause to be maintained all
records and facilities required
to be maintained and/or
provided in terms thereof or
any
licence
granted

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 24 of 26

<bx + E{x ]b
({<{<x |M)
xBb
thereunder.
3.

65
of 8.3.9.0
Conventio
nal GCC
and of
LSTK
GCC

LABOUR
Entire sub clause no.8.3.9.0
LAWS
AND to be replaced with the
REGULAfollowing:
TIONS
The CONTRACTOR shall
indemnify
and
keep
indemnified the OWNER from
and against all actions,
claims,
demands
and
liabilities whatever under and
in respect of the breach of
any of the provisions hereof
and/or against any claim,
action or demand by any
workman/employee of the
CONTRACTOR or any subcontractor and/or from any
liability anywise to any subcontractor under any law,
rules or regulation having the
force of lalw including (but
not limited to) claims against
the OWNER under the
Workmens
Compensation
Act 1923, the Employees
Provident
Funds
and
Miscellaneous Provisions Act
1952, the Employees State
Insurance Act 1948, the
Contract Labour (Abolition &
Regulation) Act 1970 and/or
The Child Labour (Prohibition
& Regulation) Act 1986.

4.

83
GCC

INSTRUCTION
TO
TENDERERS

of 4.20

Sub clause 4.20(c) to be


added as:
Each tenderer/bidder shall
give a Declaration in the
prescribed format annexed to
the Form of Tender that
he/it/they is/are not engaging
child labour as per the
applicable law in their work
and undertake to comply with
all various legislation, as may
be applicable from time to
time in case the work is
awarded to them.

5.

88A
of Additio
Conventio n
nal
GCC(New

INSTRUCTION
TO
TENDERERS

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Proforma of Undertaking for


Non-engagement of child
labour
attached
as
Annexure-E
to
this
Page 25 of 26

<bx + E{x ]b
({<{<x |M)
xBb
page) and
.
Of
LSTK
GCC

Amendment.

---- // ---

Tender No. PLCC/PHDPL/CL/1348


Special Instruction to Tenderer [Section-B (Commercial)]

Page 26 of 26

CHAPTER - II
GENERAL CONDITIONS OF CONTRACT

CHAPTER - III
SPECIAL CONDITIONS OF CONTRACT

SECTION-A [TECHNICAL]
SECTION-B [COMMERCIAL]

<bx + E{x ]b
({<{<x |M)
xBb

CHAPTER-II - SPECIAL CONDITIONS OF CONTRACT


[SECTION A- TECHNICAL]
INDEX
1.0.0

GENERAL .................................................................................................................. 3

2.0.0

SCOPE OF WORK .................................................................................................... 3

3.0.0

SPREAD DEPLOYMENT AND MOVEMENT FOR MAINLINE WORKS ................. 29

4.0.0

LOCATION OF MAINLINE PIPE STOCKPILE & STORAGE LOCATIONS............. 30

5.0.0

OWNER-SUPPLIED MATERIALS ........................................................................... 30

6.0.0

CONDITIONS FOR OWNER-SUPPLIED MATERIALS ........................................... 33

7.0.0

CONTRACTOR-SUPPLIED MATERIALS / EQUIPMENTS ..................................... 34

8.0.0

OWNERS RESPONSIBILITIES FOR CROSSING WORKS ................................... 40

9.0.0

CONTRACTORS RESPONSIBILITIES FOR HDD WORKS ................................... 40

10.0.0

TECHNICAL PARAMETERS FOR HDD WORKS ................................................... 42

11.0.0

SCRAP & WASTAGE ALLOWANCE ....................................................................... 43

12.0.0

VENDORS FOR CONTRACTOR-SUPPLIED MATERIALS .................................... 43

13.0.0

WATER & POWER SUPPLY ................................................................................... 48

14.0.0

TIME OF COMPLETION .......................................................................................... 48

15.0.0

CLASSIFICATION OF CROSSINGS ....................................................................... 48

16.0.0

MEASUREMENT AND PAYMENT .......................................................................... 49

17.0.0

ON ACCOUNT PAYMENT....................................................................................... 52

17.7.1

FOR SUPPLY OF MATERIALS ............................................................................... 58

17.7.2

FOR SERVICES & COMPOSITE WORKS .............................................................. 58

18.0.0 COMPENSATION FOR FAILURE OF PRE-COATED PIPE DURING HYDROTEST


(Mainline works) ..................................................................................................................... 59
19.0.0 COMPENSATION FOR FAILURE OF PRE-COATED PIPE DURING PREINSTALLATION HYDROTEST OF CROSSING WORKS (INCLUDING HDD) ...................... 59
20.0.0

CONSTRUCTION RIGHT OF WAY (ROW) AND PERMITS ................................... 59

21.0.0

ACCESS TO SITE, EASEMENTS & WAY RIGHTS ................................................ 62

22.0.0

SUSPENSION OF WORK & SUPPLY (for mainline works only) ............................ 63

23.0.0

CONDITIONS OF WORK ........................................................................................ 65

25.1.0

TEST, INSPECTION AND PERFORMANCE OF WORKS ...................................... 65

25.0.0

FINAL TEST & POSSESSION OF WORK............................................................... 67

26.0.0

COMPLETION CERTIFICATE ................................................................................. 67

27.0.0

COMMISSIONING (associated station works)......................................................... 68

28.0.0

COMMISSIONING (MAINLINE) ............................................................................... 69

29.0.0

CALIBRATION ......................................................................................................... 69

30.0.0 SPECIFIC REQUIREMENT FOR RADIOGRAPHY AND WELDING INSPECTION


AGENCY Associated Station Works ................................................................................... 69
Tender No. PLCC/PHDPL/CL/1348
Special Conditions of Contract [Section-A- Technical]

Page 1 of 77

<bx + E{x ]b
({<{<x |M)
xBb

31.0.0

SPECIFIC REQUIREMENT FOR CIVIL WORKS .................................................... 70

32.0.0

SPECIFIC REQUIREMENT FOR ELECTRICAL WORKS....................................... 71

33.0.0

GUARANTEE ........................................................................................................... 71

34.0.0

CONSTRUCTION .................................................................................................... 72

35.0.0

QUALITY ASSURANCE / QUALITY CONTROL PROCEDURES ........................... 73

36.0.0

SAFETY & POLLUTION CONTROL ........................................................................ 73

37.0.0

RESTRICTION OF VISITORS ................................................................................. 74

38.0.0

ADHERENCE TO SAFETY PROCEDURES AND PRACTICES ............................. 74

39.0.0

SAFETY PRACTICES WHILE WORKING AT A HEIGHT ....................................... 74

40.0.0

DRAWINGS ............................................................................................................. 75

41.0.0

DOCUMENTATION ................................................................................................. 75

42.0.0

AS-BUILT drawings (station works) ....................................................................... 76

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 2 of 77

<bx + E{x ]b
({<{<x |M)
xBb

CHAPTER II SPECIAL CONDITIONS OF CONTRACT


[SECTION-A - TECHNICAL]
1.0.0

GENERAL

1.1.0

Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of Contract (GCC), specifications of work, drawings and other documents
forming part of this contract wherever the context so requires.

1.2.0

Notwithstanding the sub-division of the documents into these separate parts and
volumes, every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the contract in so
far as it may be practicable to do so.

1.3.0

Where any provision of the GCC is repugnant to or at variance with any provision of
the SCC, then the provision of the SCC shall be deemed to override the provisions of
the GCC and shall, to the extent of such repugnance or variations, prevail.

1.4.0

Wherever it is mentioned in the specifications that the Contractor shall perform certain
works or provide certain facilities, it is understood that the Contractor shall do so at
his own cost, being deemed to be part of the relevant item in the Schedule of Rates
(SOR) whether expressly stated or not.

1.5.0

The materials, design and workmanship shall satisfy the relevant Indian/
ASME/API/BS/OISD or any other Standards, the specifications contained herein and
codes referred to. Where the specifications stipulate requirements in addition to these
contained in the standard codes and specifications, these additional requirements
shall also be satisfied.

2.0.0

SCOPE OF WORK

2.1.0

As a part of expansion of its pipeline network, the Owner proposes to lay a 10.75
OD, 680 km (approx.) Liquefied Petroleum Gas (LPG) pipeline from upcoming
Paradip Refinery (Odisha) and existing Haldia Refinery (West Bengal) to LPG bottling
plant at Durgapur(West Bengal) including providing enroute connectivity to LPG
bottling plants at Balasore (Odisha), Budge-Budge(West Bengal), Kalyani (West
Bengal) for movement of LPG from its upcoming Refinery at Paradip and existing
Refinery at Haldia to its existing aforesaid LPG bottling plants in Odisha and West
Bengal).

2.2.0

The scope of work under this tender broadly involves laying 10.75 OD, 680 km
(approx) Liquefied Petroleum Gas (LPG) pipeline from upcoming Paradip Refinery
(Odisha) and existing Haldia Refinery (West Bengal) to LPG bottling plants
at
Balasore (Odisha), Budge-Budge (West Bengal), Kalyani (West Bengal) and
Durgapur(West Bengal) and associated works at Paradip, Balasore, Haldia, Haldia
Refinery, IPPL Haldia, Mahishrekha, Budge-Budge, Belmuri, Kalyani, Durgapur;
HDPE pipe laying alongwith OFC blowing works in mainline and Temporary Cathodic
Protection (TCP) works. The Mainline works shall include all crossings including HDD
crossings across highways/ other metalled roads/ canals/ drains/ nalas/ marshy area/
congested areas etc.

2.3.0

Civil, Mechanical, Electrical & Instrumentation works at 27 nos. new SV stations and 9
nos. existing RCPs in Paradip-Haldia section; 21 nos. new SV stations, 1 no. existing
and 2 nos. new RCP stations in Haldia-Durgapur section; 3 nos. SV stations in
Belmuri-Kalyani Spurline section; 2 nos. SV stations in Mahishrekha-BudgeBudge

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 3 of 77

<bx + E{x ]b
({<{<x |M)
xBb

Spurline section. Supply of certain equipment/ material as indicated in Schedule of


Rate (SOR)-Material Supply in the tender document at respective work sites.
2.4.0

Independent laying of OFC by HDD across NH2 (In front of HMRB Rajbandh Station)

2.5.0

Installation of HDD crossings across major rivers along the pipeline route are
not covered under the scope of this tender. These shall be executed by
separate agency(ies) under separate tender/ contract.

2.6.0

The total work under this tender is divided in 2 (two) Groups as detailed below:
Group

Mainline Stretch
(From / To)

Mainline size &


length (approx.)

Paradip (0.00 KM) to


Haldia (343 KM) of
Paradip-Haldia section

10.75OD - 343 Km

Haldia (0.00 KM) to


Ch.6.89 KM of HaldiaDurgapur section

10.75 OD 6.89
Km

Haldia
Refinery
to
Haldia LPG Pumping
cum Delivery Station

10.75 OD 5.40
Km

IPPL Haldia to Haldia


LPG
Pumping
cum
Delivery Station

10.75 OD 2.0 Km

Haldia (Ch.6.89 KM ExHaldia) to Durgapur LPG


Delivery
station
(Ch.268.40
KM
ExHaldia)

10.75 OD - 262 Km

Spur
line
from
Mahishrekha (Ch.78.13
KM Ex-Haldia) to BudgeBudge LPG Delivery
station (Ch.21.00 KM ExMahishrekha)

10.75OD 21.00
Km

Spur line from Belmuri


(Ch.149.89
KM
ExHaldia) to Kalyani LPG
Delivery
station
(Ch.35.40
KM
ExBelmuri)

10.75 OD 35.40
Km

Associated Station
Works

Associated works
inside
Paradip,
Balasore, Haldia
stations, Haldia
refinery and IPPL
Haldia.

RCP/MOV
stations en-route

Associated works
inside
Mahishrekha,
Budge-Budge,
Belmuri, Kalyani
&
Durgapur
stations

RCP/MOV
stations enroute

2.7.0

The detailed scope of work is described in Clauses 2.2.0 to 2.6.0 hereof.

2.8.0

MAINLINE LAYING WORKS (GROUP A & B)

2.8.1

The work of laying mainline shall broadly include, but not limited to, the following:
i)

Clearing and grading of Right of Way (ROW).

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 4 of 77

<bx + E{x ]b
({<{<x |M)
xBb

ii)

Taking delivery & transportation of pre-coated 10.75 OD Mainline pipes of


various thicknesses and bare 16 OD Casing pipes, from the stockpile locations
at Balasore (Odisha), Kolaghat(West Bengal) and Palsit (West Bengal) to
ROW & stringing the pipes along the ROW. The details of pipes stored at
different stockpile locations mentioned above is given in Clause 5.1.1 of this
Chapter.

iii) Collecting Mainline Valves (MOVs) from Owners designated stores/stockpiles at


respective locations and transporting the same to site for permanent
incorporation in the works.
iv) Setting out the works.
v)

Arrangement of additional land for construction activities, if required, beyond the


available ROW (normal / restricted) at no extra cost to Owner.

vi) Welding, visual inspection of welds including radiographic inspection :


a) The work shall include, but not limited to, Welding Procedure Qualification &
Welders Qualification Test, visual inspection of all production welding,
radiographic inspection of all field joints, analysis & interpretation of the
radiographic inspection results and submitting processed radiographic films
along with recommendation, re-examination of all defective welds after
repairs etc.
b) Apart from the conventional method, the Contractor may also adopt either
Semi Automatic or Fully Automatic Welding methodology, at his discretion
subject to prior approval of procedure by Engineer-in-Charge.
c) Visual inspection of all welds shall be carried out by qualified & experienced
Welding Engineer provided by the Contractor under the scope of work.
d) 100% radiographic inspection shall be carried out for all field joints.
e) The work of Welding Procedure & Welder qualification and inspection of
welding, including radiographic inspection & testing of welds shall be done as
per API Standard 1104 (Welding of Pipelines and Related Facilities).
f)

One destructive test of field weld shall be conducted separately for each
Spread.

vii)

Cleaning and joint coating of all the pipe joints.

viii)

Trenching in all kinds of soil, marshy areas etc. and to all depths for maintaining
clear earth cover to the mainline pipe as per the specifications / drawings.

ix)

Rock trenching including controlled blasting as per specific instructions of


Engineer-in-Charge (to be separately paid as per actual quantity of rock
trenching subject to standard trench dimensions and cover requirements, on
instruction of EIC).

x)

Carrying out holiday detection and repair of coating damage, if required.

xi)

Installation of pipeline in Marshy areas using concrete coated pipes.

xii)

Installation of pipeline by Cased Crossing by horizontal auger boring / jacking


method (through all kinds of soil including rock) across Railways and specified
Highways/ other metalled roads/ Canals etc. using pre-tested pipes including
supplying & providing two coats of bitumastic paint over a coat of suitable primer
to external surface of casing pipe and two component epoxy coating for internal
surface of casing pipe.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 5 of 77

<bx + E{x ]b
({<{<x |M)
xBb

a) A single boring shall be done for carrier pipe as well as HDPE duct in case
of cased crossings across Highways/ other metalled roads /Canals.
Carrier pipes with insulators fixed and HDPE duct suitably tied to it at the top
shall be inserted carefully, by jacking/ pushing inside the casing pipe, taking
care not to damage the insulators, HDPE duct and coated carrier pipe. End
seals shall be installed at the end of casing at both ends, by skilled
personnel as per procedure given in specifications, and as per
demonstration by manufacturers representative (to be arranged by
contractor). The insulators (interlocking type free from metallic nuts and
bolts) shall be of around 1 thickness suitable for fixing of HDPE duct
and insertion inside casing pipe alongwith carrier pipe.
b) Separate boring shall be done for carrier pipe and OFC conduit in case of
cased crossings across Railways. Epoxy coating (two component)
over compatible primer shall be provided to internal surface of casing
pipes (including supply of paint & primer) in case of carrier pipe. The
insulators (interlocking type free from metallic nuts and bolts) shall be
of around 2 thickness.
xiii)

Installation of pipeline by Horizontal Directional Drilling (HDD) technique


across specified Highways, Canals, Drains, marshy area, congested area,
forest land etc. using pre-hydro tested pipes (HDD across major river
crossings is not in the scope of this tender).
Crossings, other than Railways, which have been envisaged as cased
crossings in the tender, viz., cased crossings of highways/ canal etc.
may alternately be executed by HDD technique with equivalent straight
length as indicated in the tender.

xiv)

Installation of pipeline by Submerged Crossing technique, in all kinds of soil


including rock, using pre-tested concrete coated pipes as per the approved
construction drawings.

xv)

Installation of all other types of crossings such as open cut heavy wall pipe
road crossings, minor watercourse crossings, ponds, marshy areas, low lying
areas, etc. in all kinds of soil.

xvi)

Laying of pipeline with pipes of various pipe thicknesses to be laid in different


zones (based on population density index) as indicated under cl. No. 5.1.1 of
SCC.

xvii)

Laying of two new pipelines as twin lines in some stretches as detailed in


description of item in SOR and elsewhere in the tender.

xviii)

Fabrication of Hot-pulled bends from Owner-supplied bare pipes. This is an


optional item and shall be operated under specific instructions of
Engineer-in-Charge.

xix)

Installation of hot-pulled bends in mainline including PU coating of the bend.


The cost of PU coating over bare pipe shall be included in the rate of mainline
laying item.

xx)

Lowering the pipeline into the trench and backfilling.

xxi)

Tieing-in of welded pipeline sections.

xxii)

Hydrostatic testing of complete pipeline section (between the limits of the


respective Groups) alongwith HDD sections across highways/roads/ canals/
drains/ marshy area/ congested area/ forest land included in the scope of this
tender [but excluding HDD crossings across major River crossing locations

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 6 of 77

<bx + E{x ]b
({<{<x |M)
xBb

which are not covered under the scope of this tender] including arrangement
of water for hydrostatic testing and providing sufficient quantity of approved
corrosion inhibitors depending upon the quality of water.
xxiii)

Detection of leak & pipe failures (if any), repair and/or replacement of
defective stretch of pipeline during hydro test.

xxiv)

Dewatering and swabbing the pipeline by running a series of foam/ cup pigs or
pig trains to prepare the pipeline for calliper survey.

xxv)

Carrying out calliper survey of the entire pipeline section (between the limits of
the respective Groups) including HDD sections under the scope of work of this
tender [excluding HDD crossings across major Rivers which are not covered
under the scope of this tender], by using caliper instrument vehicles and
replacing the dented pipes (beyond permissible limits) with pre-tested pipes
and tieing-in.

xxvi)

Carrying out Teing-in and hook-up of mainline at both ends of the HDD
crossings across Rivers (in the respective Groups) which have been executed
by separate agency including all excavation, cutting of pipe, making field
bends out of pre-tested pipes to match the site requirements, welding, carrying
out 100% radiography, backfilling, making through the pipeline etc. complete
in all respects. This is an optional item and shall be operated under
specific instructions of Engineer-in-Charge.

xxvii)

Preservation of the entire pipeline, including all HDD sections (covered


under this tender as well as HDD crossings not in the scope of this tender and
executed by separate agency) with approved corrosion inhibitor as per
specification. This is an optional item and shall be operated under
specific instructions of Engineer-in-Charge.

xxviii) Supply and installation of pipeline direction markers, warning signs, kilometer
posts & boundary pillars in ROW.
xxix)

Making arrangement for entry & exit of pipeline to the existing station premises
(wherever required) by providing suitable RCC beam / lintel in the existing
boundary wall and restoration of the boundary wall.

xxx)

Arranging pipeline locators in adequate numbers, whenever needed, to locate


the existing embedded pipeline.

xxxi)

Supply of all the materials, consumables etc. other than specifically


undertaken to be supplied by the Owner.

xxxii)

Providing commissioning assistance for Mainline commissioning activities


(optional).

xxxiii) Final clean up & restoration of ROW.


xxxiv) Submission of As-Built drawings / documents and Pipe Book in soft as well
as hard form.
2.8.2

Mainline works in each section between two stations shall be considered from barrel
to barrel including installation / testing etc of barrel viz. Scrapper launching barrel
(SLB) at exit from one station to Scrapper receiving barrel (SRB) at entry of
succeeding station.

2.9.0

Horizontal Directional Drilling (HDD) works (GROUP A & B)

2.9.1

The section-wise/ Group-wise list of HDD crossings in this project is given at


Annexure IX.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 7 of 77

<bx + E{x ]b
({<{<x |M)
xBb

2.9.2

The scope of work in this tender includes HDD crossings across Highways/ Canals/
Drains / Marshy areas/ponds/congested areas etc. The HDD shall be installed to
correct profile as per drawings approved by Owner.

2.9.3

HDD crossings across major Rivers is not included in the scope of this tender.

2.9.4

If in the opinion of owner any other crossing (other than river crossing), in addition to
the enclosed list, is required to be executed by HDD method, same shall be carried
out by Contractor for which payment shall be given as per unit rates in SOR. Soil
investigation/ data for such crossing(s) shall have to be carried out by the Contractor
on his own initiative and responsibility for bidding as well as for execution.

2.9.5

The scope of work envisaged under this tender shall include, but not limited to, the
following:
i)

Interpretation and verification of all data in respect of hydrological and geotechnical surveys furnished by the Owner (if any).

ii)

Carrying out soil investigation for HDD crossings for which details have not
been made available by Owner.

iii)

Carrying out all additional surveys required for collecting data relevant to
design and construction of the crossings.

iv)

Design & detail engineering of crossing to meet the technical parameters of


the crossing and specifications.

v)

Performing all engineering and design calculations to verify suitability of pipe


grade and pipe thickness proposed for installation in accordance with
requirements of applicable codes/ standards for Owner's review and approval.

vi)

Preparation of all detailed construction / installation drawings, procedure for


installation as well all associated activities for Owner's approval.

vii)

Submission of QA/QC procedure for Owners approval.

viii)

Procurement and inspection of all materials and consumables (required for or


in connection with execution of the crossing), other than those specifically
undertaken to be supplied by the Owner.

ix)

Taking delivery of Owner-supplied 3LPE coated pipes (meant for HDD


crossings) from the designated stockpile location(s) and transporting them to
work sites. Repair of pipe and coating damages, if any, using heat shrinkable
sleeves (DIRAX make of M/s Berry Plastics Corporation, Corrosion
Protection Group, USA/ India or DDXTM Directional Drilling kit of M/s Canusa
or any other approved make heat shrinkable sleeves suitable for HDD
crossing).

x)

Mobilising all equipment, including proposed HDD Rig of adequate capacity


and efficient and accurate tracking system etc., skilled and experienced
manpower (Surveyor, Driller, Tracking/ guidance Engineer, Mud engineer etc.)
and other resources, site preparation including arranging of additional land
required for pipeline assembly/ fabrication, stringing and equipment
placement, preparation of pipeline launching area/ facilities and access to
work site etc.

xi)

Preparation of HDD string including repair of pipe, welding inspection & 100%
radiographic inspection (by X-Ray) of the girth welds.

xii)

Carrying out pre-installation hydrotest of the completed string upto 90% of


specified minimum yield strength (SMYS) of the pipe material for 6 hours,

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 8 of 77

<bx + E{x ]b
({<{<x |M)
xBb

including repair/ replacement of defects and re-testing till successful preinstallation hydrotest is achieved. The combined stresses during preinstallation hydro test shall not exceed 95% of SMYS of the pipe material. The
test pressures for different sizes of HDD pipes involved in this project is given
in table below:
HDD Pipe details
10.75 OD x 0.438 WT, API 5L X-60
10.75 OD x 0.500 WT, API 5L X-60
xiii)

Pre-installation
hydrotest
pressure (Kg/cm2) for HDD
310
355

Coating of girth weld field joints and repair of coating:


a)

Coating of girth field weld joints shall be carried out by using


wraparound heat shrinkable sleeves of DIRAX make of M/s Berry
Plastics Corporation, Corrosion Protection Group, USA/ India or
DDXTM Directional Drilling kit of M/s Canusa or any other approved
make heat shrinkable sleeves.

b)

Repair of pipe coating: For HDD section, minor pinholes to be rectified


using mastic filler and for larger areas repair to be done by using
appropriate wraparound cut sections of DIRAX make of M/s Berry
Plastics Corporation, Corrosion Protection Group, USA/ India or
DDXTM Directional Drilling kit of M/s Canusa or any other approved
make heat shrinkable sleeves.

xiv)

Taking delivery of Owner supplied 24 fibre single mode metal free optical fibre
cable from Owners storage location (Paradip/ Balasore/ Haldia for works
under scope of Group-A and Haldia/ Mourigram/ Budge Budge/ Rajbandh/
Durgapur/ Kalyani for works under scope of Group-B) and its transportation
from the designated location to the work sites/ HDD crossing locations.

xv)

Supply, transportation and fabrication of conduit for OFC with 89 mm OD


Schedule 80 API 5L Grade B/ASTM A106 Grade B MS pipes with inner duct
of pre-lubricated flexible HDPE pipe including welding of steel pipes and
joining for making the conduit ready for installation along with the mainline
pipe for HDD crossings.

xvi)

Pressure testing the HDPE pipe

xvii)

Installation of the OFC by air blowing techniques through the HDPE duct
across HDD crossings.

xviii)

Independent laying of OFC by HDD across NH2 (In front of HMRB Rajbandh
Station)

xix)

Pre laying and post installation testing of the OFC as per the specifications.

xx)

Supply and installation of RCC joint closure and Pit marker for OFC.

xxi)

Setting out works including establishing the location of extremity points (i.e.
entry and exit locations of drilled portion of pipeline to be laid by HDD
technique, etc.) on ground including carrying out of pre-construction survey
and collection of all necessary data.

xxii)

Carrying out holiday detection and repair of coating damages, if any.

xxiii)

Installation of the carrier pipe string alongwith MS conduit for OFC by single
Horizontal Directional Drilling operation to the correct profile as per the
drawings approved by Owner.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 9 of 77

<bx + E{x ]b
({<{<x |M)
xBb

xxiv)

Carrying out post installation hydrostatic testing of the installed HDD


crossing sections alongwith Mainline (at test pressure corresponding to
Mainline section) for 24 hours. The combined stresses during post
installation hydro test shall not exceed 95% of SMYS of the pipe material.

xxv)

Carrying out Calliper survey of the pipeline section of the HDD crossings
(alongwith mainline) and rectification of defects, if any.

xxvi)

Hook-up of HDD section with the mainline section on both sides.

xxvii)

Disposal of drilling fluid, returns and cuttings produced from drilling operation
from work site including arranging disposal site at Contractor's cost and
initiative.

xxviii) Supply, installation, testing and commissioning of Test stations Type A at


entry and exit of crossing.
xxix)

Supply, installation, testing and commissioning of two numbers of sacrificial


type Magnesium anodes (or as required) each on entry and exit points.

xxx)

Preparation & submission of "As-Built" drawings & record.

xxxi)

Submission of daily log of activities, with all relevant details connected with
pilot hole drilling, reaming, and pulling of pipeline in drilled hole as required by
Engineer-in-Charge.

xxxii)

Restoration of site and final clean-up including de-mobilisation.

xxxiii) All other works, which are not specifically indicated above, but required for
successful completion of the HDD works as per the tender documents,
drawings, construction methodology & detailed engineering calculations etc.
2.10.0

HDPE PIPE LAYING AND OPTICAL FIBRE CABLE BLOWING WORKS IN THE
MAINLINE INCLUSIVE OF HDD SECTIONS (ROAD/ DRAIN)

2.10.1

GROUP-A WORKS
The scope of work under Group-A Works of this tender shall comprise but not limited
to the following:
a.

Supply & transportation of 40 mm OD HDPE pipe, HDPE duct


accessories such as plastic couplers, end caps, end plugs, cable sealing
plugs etc. as per specifications to different work sites along ROW.

b.

Laying of the HDPE pipe along with mainline pipe in the same trench,
installation of the required duct accessories, end sealing of the HDPE pipes
for OFC blowing as per specifications. Bidder to note that the HDPE pipe shall
be laid from Owner's Equipment Room at one station of the pipeline to the
Owners Equipment Room at the other station of the pipeline. In between at
the Repeater Cum CP (RCP) Stations/ Sectionalising Valve (SV) locations
along the pipeline, the HDPE shall be laid up to the respective Repeater
Station Building/ SV Station Building. The incoming and outgoing pipelines
at Haldia end (for Paradip-Haldia & Haldia-Durgapur Section) shall be
laid as twin lines up to common ROW Ch. 6.89 Km. Bidder to note that two
separate Optical Fiber Cable runs in two separate HDPE pipes shall be laid in
this section up to 6.89 km chainage (for respective OFC hops of ParadipHaldia & Haldia-Durgapur Section).
c.

Testing of HDPE Duct after laying.

d.

Supply, transportation and fabrication of conduit for OFC with 89 mm OD


schedule 80 API 5L Grade B/ ASTM A106 Grade B MS pipes with inner duct

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 10 of 77

<bx + E{x ]b
({<{<x |M)
xBb

of pre-lubricated flexible HDPE pipes including welding of steel pipes and


joining for making the conduit ready for installation along with the mainline
pipe for HDD Crossings.

2.10.2

e.

Taking delivery of Owner supplied 24 fibre single mode metal free optical fibre
cable from Owners storage location at Paradip/ Balasore/ Haldia and its
transportation from the designated location to the work sites/ HDD crossing
locations.

f.

Pre-laying testing of Owner supplied OFC (OFC drum length shall be approx.
4 KM) and maintaining, submitting the OTDR traces.

g.

Blowing of the Owner supplied OFC through HDPE pipe as per approved
blowing methodology.

h.

Jointing, splicing and testing of OFC upon installation as per detailed scope of
work / specifications and drawings. Bidder to note that the hop to hop testing
of the 1st hop Ex-Haldia shall be under the scope of Group-B Works (including
the Ex-Haldia OFC laid by Group-A Contractor between 0.00 to 6.89 km).
However, in case of defects, if any observed between Ch 0.00 to 6.89 Km, it
shall be the responsibility of the Group-A contractor to rectify the same. This
shall be ensured by respective Site Engineer / Engineer-in-charge.

i.

Supply and installation of the OFC Jointing kits, Pre Fabricated RCC Joint
box, RFiD Electronic Markers, Electronic Marker Locator cum Cable/ Pipe
Fault Locator, pre fabricated printed markers, joint pit markers, transition pits
as per specifications.

j.

Writing/ storing data in the installed RFiD Electronic Markers at different joint
locations all along the pipeline as per directions of Site Engineer/ Engineer-incharge and on site demonstration of features & functions of Electronic Marker
Locator, Fault Locator Unit at Paradip/ Balasore/ Haldia Stations.

k.

Supply of GI Pipe of 80 mm nominal bore heavy class as per IS1239 and


installation of same sub-ducted with 40 mm HDPE pipe by boring/ jacking
method across railway crossings as per specifications.

l.

Supply and installation of GI Pipe of 100 mm nominal bore medium class B as


per IS1239 for building entry/ station premises as per specifications. The
Contractor shall be responsible for entry of OFC with HDPE conduit subducted in GI Pipe inside the building premises and making arrangement for
proper sealing/ protection of OFC and OFC conduit.

m.

Supply of spare OFC jointing kits and Electronic Markers.

n.

Hop to hop post-laying testing of laid OFC, taking OTDR trace printouts of
each fibre. The testing shall be witnessed by the Owners representative.

o.

Handing over the laid & tested OFC to the Telecom Contractor / Owner.

p.

Arranging tools, tackles, machinery, test instruments including OTDR, skilled


manpower etc. complete in all respects for carrying out above jobs.

q.

Preparation of As built Drawings & Documents as per details specified


elsewhere in this Chapter.

GROUP-B WORKS
The scope of work under Group-B Works of this tender shall comprise but not limited
to the following:

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 11 of 77

<bx + E{x ]b
({<{<x |M)
xBb

a. Supply & transportation of 40 mm OD HDPE pipe, HDPE duct accessories such


as plastic couplers, end caps, end plugs, cable sealing plugs etc. as per
specifications to different work sites along ROW.
b. Laying of the HDPE pipes along with mainline pipe in the same trench,
installation of the required duct accessories, end sealing of the HDPE pipes for
OFC blowing as per specifications. Bidder to note that the HDPE pipe shall be
laid from Owner's Equipment Room at one station of the pipeline to the Owners
Equipment Room at the other station of the pipeline. In between at the Repeater
Cum CP (RCP) Stations/ Sectionalising Valve (SV) locations along the pipeline,
the HDPE shall be laid up to the respective Repeater Station Building/ SV
Station Building.
c. Testing of HDPE Duct after laying.
d. Supply, transportation and fabrication of conduit for OFC with 89 mm OD
schedule 80 API 5L Grade B/ ASTM A106 Grade B MS pipes with inner duct of
pre-lubricated flexible HDPE pipes including welding of steel pipes and joining
for making the conduit ready for installation along with the mainline pipe for
HDD Crossings. Bidder to note that laying of HDPE and blowing of OFC up
to the Telecommunication Room of existing HMRBPL, Rajbandh Station
shall be carried out under scope of this tender under the Group-B Works.
For the said connectivity, HDD crossing of OFC across NH-2 (in front of
HMRBPL, Rajbandh Station) is envisaged. For laying the incoming OFC
(Ex-Haldia) and outgoing OFC (towards Durgapur), bundled HDD crossing
of OFC using twin 89 mm MS pipes with HDPE conduit across NH-2
highway shall be carried out under the scope of Group-B works. Details &
drawings of said HDD crossing are available elsewhere in the tender.
e. Taking delivery of Owner supplied 24 fibre single mode metal free optical fibre
cable from Owners storage location at Haldia/ Mourigram/ Budge Budge/
Rajbandh/ Durgapur/ Kalyani and its transportation from the designated location
to the work sites/ HDD crossing locations.
f.

Pre-laying testing of Owner supplied OFC (OFC drum length shall be approx. 4
KM) and maintaining, submitting the OTDR traces.

g. Blowing of the Owner supplied OFC through HDPE pipe as per approved
blowing methodology.
h. Jointing, splicing and testing of OFC upon installation as per detailed scope of
work / specifications and drawings. The Contractor executing Group-A Works
shall lay the OFC up to 6.89 km chainage Ex-Haldia in Haldia-Durgapur Section
and the scope of laying OFC and associated works under Group-B Works shall
commence from 6.89 km chainage. The splicing of OFC at 6.89 km chainage
is covered under the scope of Group-B Works.
i.

Supply and installation of the OFC Jointing kits, Pre Fabricated RCC Joint box,
RFiD Electronic Markers, Electronic Marker Locator cum Cable/ Pipe Fault
Locator, pre fabricated printed markers, joint pit markers, transition pits as per
specifications.

j.

Writing/ storing data in the installed RFiD Electronic Markers at different joint
locations all along the pipeline as per directions of Site Engineer/ Engineer-incharge and on site demonstration of features & functions of Electronic Marker
Locator, Fault Locator Unit at Budge Budge/ Durgapur/ Kalyani Stations.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 12 of 77

<bx + E{x ]b
({<{<x |M)
xBb

k. Supply of GI Pipe of 80 mm nominal bore heavy class as per IS1239 and


installation of same sub-ducted with 40 mm HDPE pipe by boring/ jacking
method across railway crossings as per specifications.
l.

Supply and installation of GI Pipe of 100 mm nominal bore medium class B as


per IS1239 for building entry/ station premises as per specifications. The
Contractor shall be responsible for entry of OFC with HDPE conduit sub-ducted
in GI Pipe inside the building premises and making arrangement for proper
sealing/ protection of OFC and OFC conduit.

m. Supply of spare OFC jointing kits and Electronic Markers.


n. Hop to hop post-laying testing of laid OFC, taking OTDR trace printouts of each
fibre. The testing shall be witnessed by the Owners representative. Bidder to
note that although the Optical Fiber Cable laying works for Group-B shall start
from 6.89 km Ex-Haldia (in Haldia-Durgapur section), the scope of hop to hop
testing of OFC covered under the scope of Group-B Works shall be from the
origin point i.e. Haldia Station. However, in case of defects, if any observed
between Ch 0.00 to 6.89 Km, it shall be the responsibility of the Group-A
contractor to rectify the same. This shall be ensured by respective Site Engineer
/ Engineer-in-charge.
o. Handing over the laid & tested OFC to the Telecom Contractor / Owner.
p. Arranging tools, tackles, machinery, test instruments including OTDR, skilled
manpower etc. complete in all respects for carrying out above jobs.
q. Preparation of As built Drawings & Documents as per details specified
elsewhere in this Chapter.
2.10.3

Broad details of documentation to be submitted are as belowi.

Optical Fibre Cable (OFC) As Built Route Map consisting of Optical Fibre
Cable route details on Geographical Map drawn to scale with prominent land
marks (with reference/ distance from nearby permanent features/ structures)
reflecting details of joint locations, pit markers, electronic markers, etc. The route
map shall also indicate the Cable drum numbers used for the respective stretch
and optical length of the cable along with the pipeline chainage. These drawings
shall be prepared on sheets of A2 size.

ii.

Joint Location Diagram:


This diagram shall indicatea)
b)
c)

Geographical location of all the joints.


Depth of RCC Joint Chamber lid/ cover from the ground level.
Length of Optical Fibre Cable kept inside the RCC Joint Chamber from
either direction.

iii.

Hop to hop OTDR Trace Print-outs for each fibre of OFC laid.

iv.

Splice Loss Reports of each fibre at each joint location


Six (6) hard copies of As built drawings along with a soft copy of CAD
Drawings in DVD media shall be submitted. Bidder to note that all
documentation shall be clear and legible and is to be submitted in proper
bound folders. Photocopied documents shall not be acceptable.
The As-built Drawings/ Documents shall bear the signatures of the
Contractor and shall be duly verified/ approved by the Engineer-in-Charge
after review.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 13 of 77

<bx + E{x ]b
({<{<x |M)
xBb

2.11.0

TEMPORARY CATHODIC PROTECTION & ASSOCIATED WORKS

2.11.1

The work of Temporary Cathodic Protection and associated works shall


broadly include, but not limited to, the following:
i)

Detailed engineering, supply, installation, testing


Temporary CP system all along the pipeline.

and

commissioning

of

ii) Supply, installation, testing and commissioning of sacrificial type Magnesium


anodes at suitable locations as per design.
iii) Supply, installation, testing and commissioning of Zn anodes at suitable locations
as per design.
iv) Supply, installation, testing and commissioning of Test stations of Type A & B at
suitable interval along the entire pipeline ROW & Station and installation of other
test stations type C, D, E, DAC, DMV for bonding, cased crossing, insulating
joints, AC HT line crossing, at MOV stations respectively.
v) Supply, installation, testing and commissioning of test stations of different types
as per SOR in the ROW.
vi) Supply, installation, testing and commissioning of corrosion coupons at selected
test stations.
vii) Documentation of complete TCP design & other data and submission for review
and approval.
2.12.0

CIVIL, MECHANICAL, ELECTRICAL & INSTRUMENTATION WORKS

2.12.1

The scope of work to be executed under the above head shall include, but not limited
to, the following. The list is only indicative but not exhaustive. The Contractor has to
carry out and complete all related works so as to make the scheme complete in all
respect as per technical requirement and to deliver the desired output / performance.

2.12.2

CIVIL WORKS
The scope of civil works to be executed under the above head shall include, but not
limited to, the following. The list is only indicative but not exhaustive. The Contractor
has to carry out and complete all related works so as to make the scheme complete in
all respect as per technical requirement and to deliver the desired
output/performance.
Common for all the stations of Group A and Group B:
1)

Foundation for scraper barrel, associated mainline pipe & valve support etc.,

RCP and SV Station:


1)

Single storied RCC framed RCP/SV station building.

2)

Brick masonry boundary wall with RCC columns & beam and fencing.

3)

Foundation for equipment, pipe & valve supports etc.

4)

Internal RCC roads and concrete pathways.

5)

Cable trenches and hume pipe crossings.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 14 of 77

<bx + E{x ]b
({<{<x |M)
xBb

6)

2.12.3

Other development works such as site clearing, area grading, earth cutting &
filling, drains, horticulture works etc.

MECHANICAL WORKS
SCOPE OF WORK
The scope of work to be executed under this tender shall include but not limited to the
following works which is only indicative but not exhaustive. The Contractor shall carry
out and complete all related works so as to make the scheme complete in all respect
of technical requirements and to deliver the desired output/performance.
Common for all the stations of Group A and Group B:
a) Supply of all materials such as gaskets, fasteners, Spectacle Blinds, Valves,
Flame arrestors, portable fire fighting equipment, etc. indicated under Schedule
of Rates Materials supply and conforming to the specification furnished in the
tender document to the Owners designated stores meeting the stipulations
specified under the Chapter Material to be supplied by Contractor.
b) Taking delivery of materials/ equipments from Owners designated stores,
transportation, handling and storing the same at site pending erection/ installation.
Before taking delivery of materials/ equipments, the Contractor shall satisfy
himself regarding completeness and correctness of the material/ equipment as
per manufacturers specifications, packing list etc.
c) Fabrication and erection of pipes and pipe fittings (both above-ground and underground), fabrication and erection of rise and sag bends, radiographic inspection of
welds, installation of valves, joining with equipment/ Vessels, flushing, hydro test
and making ready for commissioning the facilities.
d) Supply, fabrication, and erection of railing, platforms, stairways, walkways, pipesupport and valve supports including structural supports.
e) Sand blast cleaning and painting of above ground piping, valves equipment/
machinery, pipe supports, all structures etc. (wherever necessary).
f)

Sand blast cleaning and coating of underground piping including supply of coating
material as per tender specifications.

g) Testing, trial run and making ready for commissioning of equipment and
machinery erected by the Contractor at all stations.
h) Arranging the services of specialists in the specific fields such as X-ray for
welding joints, painting, coat and wrap etc. to ensure that these jobs are carried
out correctly under proper guidance.
i)

Providing assistance in commissioning of all the equipment that are being


installed under this contract at all the locations.

j)

Restoration of site, carrying out clearance of site and handing over for total
commissioning of the system.

k) Providing fire extinguishers and other safety equipment as per OISD


requirements.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 15 of 77

<bx + E{x ]b
({<{<x |M)
xBb

l)

Preparation of As-built drawings, data sheets, system details covering all


additional facilities incorporated under this project in the station and furnishing
them as reference document. Additionally, electronic copy of the documents shall
also be furnished. Soft copy of the AFC drawings shall be provided by the owner.

m) Nitrogen purging of the station piping with proper pressurization with Nitrogen
before commissioning (Refer SOR item for Commissioning assistance)
GROUP-A
Paradip Pump station
a) Taking delivery of equipment like Scrapper Launching Barrels, insulating coupling
MOV, HOV, NRV, TRV, Globe valve etc. and installation on pre-laid foundations.
b) Fabrication of Piping from Scrapper Launching Barrel to Station Limit Valve (both
above-ground and under-ground) for connecting the Scrapper Launching Barrel
with Mainline including installation of, Ball Valves (MOV / HOV),Globe Valves,
NRV, TRV, insulating couplings, drain valves for piping connection to cold flare
unit.
Balasore Delivery Station
a) Taking delivery of equipment like Scrapper Receiving & Launching Barrels,
insulating coupling. MOV, HOV, NRV,TRV, Globe valve and installation on prelaid foundations.
b) Fabrication of Piping from Scrapper Receiving Barrel and Scrapper Launching
Barrel to Station Limit Valves (both above-ground and under-ground) for
connecting the Scrapper Receiving & Launching Barrel with Mainline including
installation of, Ball Valves (MOV/ HOV),Globe Valves, NRV, TRV, insulating
couplings, drain valves for piping connection to cold flare unit.
Haldia Pump station
a) Taking delivery of equipment like Scrapper Receiving & Launching Barrels,
insulating coupling. MOV, HOV, NRV,TRV, Globe valve and installation on prelaid foundations.
b) Fabrication of piping (both above-ground and under-ground) from Station Limit
Valves of 10.75" OD Mainlines from Paradip and Haldia Refinery to Scrapper
Receiving Barrels, LPG receipt line from IPPL up to ROV, including installation of
Ball Valves (MOV / HOV), Globe valve, NRV, TRV, insulating couplings, drain
valves for piping connection to cold flare unit.
c) Fabrication of piping (both above-ground and under-ground) from Scrapper
Launching barrel to Station Limit Valves of 10.75" OD Mainlines to Mahishrekha /
Belmuri including installation of Ball Valves (MOV / HOV), Globe valve, NRV,
TRV, insulating couplings, drain valves for piping connection to cold flare unit.
Pigging Station Inside Haldia Refinery
a) Taking delivery of Launching Barrels, insulating coupling. MOV, HOV, NRV,TRV,
Globe valve etc. and installation on pre-laid foundations.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 16 of 77

<bx + E{x ]b
({<{<x |M)
xBb

b) Piping connection from Custody Transfer Flange of Haldia Refinery with Scrapper
Launching barrel, including NRV, ROV, MOV / HOV, TRV, Globe valve, drain
valves with piping connection to the Cold flare unit.
c) Design, Detailed Engineering, supply, fabrication, erection/ Installation and
commissioning of complete medium velocity water sprinkler systems for barrel
area and piping area and hook-up with the adjacent fire water network headers of
Haldia refinery.
d) Fabrication and erection of compressed air piping for ROV and deluge Valve of
Medium Velocity Water Spray System with pipe fittings, flanges etc. (both aboveground and under-ground), including hook-up with existing compressed air lines/
compressor Room, radiographic inspection of welds, installation of valves, joining
with equipment/ tank, flushing, hydro test and making ready for commissioning the
facilities.
e) Providing all portable fire fighting appliances such as DCP, foam extinguishers,
hoses etc other safety equipment at the work sites as per OISD
requirements/SOR.
f)

Extension of the fire water network from fire water headers of Haldia Refinery
cover the entire pipeline Pigging station area under development including
construction of above ground/underground piping with gate valves, Hydrants,
Water-cum-Foam monitors etc. Sand blast cleaning and internal coating of entire
fire water network piping, Sand blast cleaning and painting of above ground
piping, valves equipment/ machinery, pipe supports, all structures etc. (wherever
necessary). Sand blast cleaning and external coating of underground piping
including supply of coating material as per tender specifications. Integrating with
the fire water network of Haldia Refinery.

Facilities Inside IPPL


a) Taking delivery of insulating coupling. MOV, HOV, NRV,TRV, Globe valve etc.
and installation on pre-laid foundations.
b) Piping connection from Custody Transfer Flange of IPPL, including NRV, ROV,
MOV / HOV, TRV, Globe valve, drain valves with piping connection to the Cold
flare unit.
GROUP-B
Mahishrekha T-Point
a) Taking delivery of equipment like Scrapper Launching Barrels, insulating coupling
MOV, HOV, NRV, TRV, Globe valve etc. and installation on pre-laid foundations.
b) Piping connection from Mainline for creating Branch Pipeline to Budge-Budge
LPG Bottling Plant, including NRV, ROV, MOV / HOV, TRV, drain valves with
piping connection to the Cold flare unit.
c) Fabrication of Piping from Scrapper Launching Barrel to Station Limit Valve (both
above-ground and under-ground) for connecting the Scrapper Launching Barrel
with Mainline including installation of, Ball Valves (MOV / HOV),Globe Valves,
NRV, TRV, insulating couplings, drain valves for piping connection to cold flare
unit.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 17 of 77

<bx + E{x ]b
({<{<x |M)
xBb

Budge-Budge Delivery Station


a) Taking delivery of scrapper receiving Barrel, insulating coupling. MOV, HOV,
NRV,TRV, Pressure/Flow Control valve, Globe valve, Basket strainer etc. and
installation on pre-laid foundations.
b) Fabrication of Piping from Station Limit Valves to Scrapper Receiving Barrel (both
above-ground and under-ground) for connecting the Scrapper Receiving Barrel
with Mainline including installation of, Ball Valves (MOV / HOV),Globe Valves,
NRV, TRV, insulating couplings, drain valves for piping connection to cold flare
unit.
Belmuri T-Point
a) Taking delivery of scrapper Receiving & Launching Barrels, insulating couplings,
MOV, HOV, NRV,TRV, Pressure/Flow Control valve, Globe valve, Basket strainer
etc. and installation on pre-laid foundations.
b) Fabrication of piping (both above-ground and under-ground) from Station Limit
Valves of 10.75" OD Mainlines from Haldia / Mahishrekha to Scrapper Receiving
Barrels, including installation of Ball Valves (MOV / HOV), Globe valve, NRV,
TRV, insulating couplings, drain valves for piping connection to cold flare unit.
c) Fabrication of piping (both above-ground and under-ground) from Scrapper
Launching barrels to Station Limit Valves of 10.75" OD Mainlines to Durgapur and
Kalyani, including installation of Ball Valves (MOV / HOV), Globe valve, NRV,
TRV, insulating couplings, drain valves for piping connection to cold flare unit.
Kalyani Delivery Station
a) Taking delivery of scrapper receiving Barrel, insulating coupling. MOV, HOV,
NRV,TRV, Pressure/Flow Control valve, Globe valve, Basket strainer etc. and
installation on pre-laid foundations.
b) Fabrication of Piping from Station Limit Valves to Scrapper Receiving Barrel (both
above-ground and under-ground) for connecting the Scrapper Receiving Barrel
with Mainline including installation of, Ball Valves (MOV / HOV),Globe Valves,
NRV, TRV, insulating couplings, drain valves for piping connection to cold flare
unit.
Durgapur Delivery Station
a) Taking delivery of scrapper receiving Barrel, insulating coupling. MOV, HOV,
NRV,TRV, Pressure/Flow Control valve, Globe valve, Basket strainer etc. and
installation on pre-laid foundations.
b) Fabrication of Piping from Station Limit Valves to Scrapper Receiving Barrel (both
above-ground and under-ground) for connecting the Scrapper Receiving Barrel
with Mainline including installation of, Ball Valves (MOV / HOV),Globe Valves,
NRV, TRV, insulating couplings, drain valves for piping connection to cold flare
unit.
Remote Operated SV Stations
a) Fabrication and erection of pipes and pipe fittings (both above-ground and underground), radiographic inspection of welds, installation of valves, insulating joints
connected with the mainline, isolation valves, Pressure balancing line with piping
connection to cold flare unit and terminating them as specified in the drawing.
b) Flushing/ cleaning, testing, making ready the facilities for commissioning purpose.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 18 of 77

<bx + E{x ]b
({<{<x |M)
xBb

c) Providing all portable fire fighting appliances such as DCP, foam extinguishers,
hoses etc other safety equipment at the work sites as per OISD
requirements/SOR.
2.12.4

ELECTRICAL WORKS
Scope of Work for Electrical Items:
The work shall consist of supply, transportation to site, installation, erection, testing
and commissioning of all required electrical materials, equipments, systems and
associated facilities required as per the system design, specifications, drawings and
directions of the Engineer-in-charge.
The electrical works shall comply with all applicable statutory regulations comprising
of but not limited to the following: -

Indian Electricity Rules 1956


General Conditions Of Power supply of Electricity supply authority
Tariff Advisory Committee recommendations
Oil Industry Safety Directorate Guidelines
BIS Standards
Any other mandatory requirements from other statutory Body/ Authorities.

The scope of work involved for Electrical system in general shall include but not
limited to following
SV / RCP STATIONS-GROUP A
Scope of Work for Electrical Items:
(For detailed Description, SOR & Specification to be referred.)
The work shall consist of supply, transportation to site, installation, erection, testing
and commissioning of all required electrical materials, equipments, systems and
associated facilities required as per the system design, specifications, drawings and
directions of the Engineer-in-charge.
The Broad list of materials to be supplied at site shall include but not limited to the
following:

G.I. and Copper earthing strip /wire/rope, with galvanizing as per IS 2629, of size
as mentioned in the SOR

Earthing plate

GI Earthing Electrodes

Miscellaneous items like shock treatment chart, caution boards, CO2 fire
extinguishers, Insulating mats, fire buckets, Inscription plates, conduit pipes etc as
per SOR

Supply / Fabrication of GI trays, MS cable racks, etc.

Other items as mentioned in the SOR / Specifications.

Any other material not mentioned above but required for the system

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 19 of 77

<bx + E{x ]b
({<{<x |M)
xBb

Works / composite items


(For detailed Description, SOR & Specification to be referred.)

Excavation in unpaved areas for cable trenches including supply & spreading of
sand and brick soling (wherever required).

Excavation in hard rock requiring chiseling for cable trenches including Road /
Dyke cutting & concrete breaking wherever required.

Laying of LT/Control cables in trays/ cable trenches including providing MS cable


markers, GI conduit pipes, Hume pipes at crossing including backfilling the
trenches.

Making straight through joints using Heat shrinkable sleeves for LT cables.

Connection and testing of LT motors, AC/DC Actuators etc. including terminating


the power and control cables with cable termination kit and suitable arrangement
for earthing the motor frame.

Installation, testing and commissioning of G.I. earthing electrodes / earthing strips


and connecting the same to the existing station earthing grid.

Installation of miscellaneous items like shock treatment chart, caution boards,


CO2 fire extinguishers, Insulating mats, Discharge rods, fire buckets, Inscription
plates etc.

Supply and installation of 415V, 63A, Switch & Socket with Plug (No. of Pins 3P
+N+ E), Model EPSS 1563-61 of Baliga or Equivalent approved make at RCP
locations.

Supply, Installation, testing and commissioning of flush mounting Plug & Socket
DB complete with 20 A SP MCB, with neutral link for incoming supply from
portable DG set at SV locations.

Supply, Installation, testing and commissioning of Distribution boards

Supply, installation and testing of Lightning arrestor on top of the MOV building or
MOV CP building for diverting lightning surges to the ground.

Supply, Installation, testing and commissioning of indoor distribution boards and


decorative light fittings for indoor lighting and electrification.

Supply and installation of ISI marked PVC conduits as per relevant BIS codes and
G.I pipes of sizes as shown in the drawing/detailed in the drawings.

The contractor shall obtain statutory clearances for local, state as well as central
Govt. authorities in respect of installation, testing and commissioning of the
complete electrical & associated systems.

SV/RCP STATIONS-GROUP B
Scope of Work for Electrical Items:

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 20 of 77

<bx + E{x ]b
({<{<x |M)
xBb

(For detailed Description, SOR & Specification to be referred.)


The work shall consist of supply, transportation to site, installation, erection, testing
and commissioning of all required electrical materials, equipments, systems and
associated facilities required as per the system design, specifications, drawings and
directions of the Engineer-in-charge.
The Broad list of materials to be supplied at site shall include but not limited to the
following:

G.I. and Copper earthing strip /wire/rope, with galvanizing as per IS 2629, of
size as mentioned in the SOR

Earthing plate

GI Earthing Electrodes

Miscellaneous items like shock treatment chart, caution boards, CO2 fire
extinguishers, Insulating mats, fire buckets, Inscription plates, conduit pipes etc
as per SOR

Supply / Fabrication of GI trays, MS cable racks, etc.

Other items as mentioned in the SOR / Specifications.

Any other material not mentioned above but required for the system

Works / composite items


(For detailed Description, SOR & Specification to be referred.)

Excavation in unpaved areas for cable trenches including supply & spreading of
sand and brick soling (wherever required).

Excavation in hard rock requiring chiseling for cable trenches including Road /
Dyke cutting & concrete breaking wherever required.

Laying of LT/Control cables in trays/ cable trenches including providing MS


cable markers, GI conduit pipes, hume pipes at crossing including backfilling the
trenches.

Making straight through joints using Heat shrinkable sleeves for LT cables.

Connection and testing of LT motors, AC/DC Actuators etc. including


terminating the power and control cables with cable termination kit and suitable
arrangement for earthing the motor frame.

Installation, testing and commissioning of G.I. earthing electrodes / earthing


strips and connecting the same to the existing station earthing grid.

Installation of miscellaneous items like shock treatment chart, caution boards,


CO2 fire extinguishers, Insulating mats, Discharge rods, fire buckets, Inscription
plates etc.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 21 of 77

<bx + E{x ]b
({<{<x |M)
xBb

2.12.5

Supply and installation of 415V, 63A, Switch & Socket with Plug (No. of Pins 3P
+N+ E), Model EPSS 1563-61 of Baliga or Equivalent approved make at RCP
locations.

Supply, Installation, testing and commissioning of flush mounting Plug & Socket
DB complete with 20 A SP MCB, with neutral link for incoming supply from
portable DG set at SV locations.

Supply, Installation, testing and commissioning of Distribution boards

Supply, installation and testing of Lightning arrestor on top of the MOV building
or MOV CP building for diverting lightning surges to the ground.

Supply, Installation, testing and commissioning of indoor distribution boards and


decorative light fittings for indoor lighting and electrification.

Supply and installation of ISI marked PVC conduits as per relevant BIS codes
and G.I pipes of sizes as shown in the drawing/detailed in the drawings.

The contractor shall obtain statutory clearances for local, state as well as central
Govt. authorities in respect of installation, testing and commissioning of the
complete electrical & associated systems.

INSTRUMENTATION WORKS
STATION WISE SCOPE OF WORK
Station wise scope of work at stations shall include but not limited to the following:-

2.12.5.1 SCOPE OF WORK PARADIP GROUP-A


a.

Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

f.

Installation of fittings as per specification.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 22 of 77

<bx + E{x ]b
({<{<x |M)
xBb

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.2 SCOPE OF WORK BALASORE INTERMEDIATE DELIVERY STATION GROUP


A (INSTRUMENTATION JOBS)
a.

Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

f.

Installation of fittings as per specification.

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.3 SCOPE OF WORK HALDIA PUMPING CUM DELIVERY STATION & PIGGING
FACILITY INSIDE HALDIA REFINERY GROUP-A (INSTRUMENTATION JOBS)
a.

Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 23 of 77

<bx + E{x ]b
({<{<x |M)
xBb

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

f.

Installation of fittings as per specification.

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.4 SCOPE OF WORK MAHISHREKHA SCRAPPER CUM T STATION GROUP-B


(INSTRUMENTATION JOBS)
a.

L Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 24 of 77

<bx + E{x ]b
({<{<x |M)
xBb

f.

Installation of fittings as per specification.

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.5 SCOPE OF WORK BUDGE BUDGE DELIVERY STATION GROUP-B


(INSTRUMENTATION JOBS)
a.

Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

f.

Installation of fittings as per specification.

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.6 SCOPE OF WORK BELMURI SCRAPPER CUM T - STATION GROUP-B


(INSTRUMENTATION JOBS)
a.

Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 25 of 77

<bx + E{x ]b
({<{<x |M)
xBb

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

f.

Installation of fittings as per specification.

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.7 SCOPE OF WORK KALYANI


(INSTRUMENTATION JOBS)

DELIVERY

STATION

GROUP-B

a.

Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 26 of 77

<bx + E{x ]b
({<{<x |M)
xBb

f.

Installation of fittings as per specification.

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.8 SCOPE OF WORK DURGAPUR


(INSTRUMENTATION JOBS)

DELIVERY

STATION

GROUP-B

a.

Laying of control / signalling cables in trenches / on cable trays in areas


through GI / hume pipe etc including excavation, sand filling, brick laying,
backfilling of trenches, restoration to original condition etc.

b.

Termination of cables at both end - field (field devices and junction boxes) &
Junction Box end including supply of suitable flame proof & non-flame proof
cable glands, dressing, ferruling, glanding, lugging of cables etc.

c.

Carrying out termination of control cables in Motor operated/ ROV actuator


valves having accessories like solenoid valves & limit switches and checking
the local and remote operation & monitoring status of these valves.

d.

Installing, testing and assistance in testing & commissioning of pressure


switches, pressure transmitters, surface mounted/ thermowell type RTDs,
scrapper detectors. Number and type of instruments may vary from site to site
based on the piping scheme of the respective stations. The activities include
pipe/ tube fitting along with other fittings, cable glanding, ferruling, lugging and
termination of control cables etc.

e.

Erection of instrument tube fittings (such as union Tee, plug etc.), instrument
valves, manifolds and instrument tubing as per tender specifications & SOR.

f.

Installation of fittings as per specification.

g.

Loop testing of all cables laid in this scope of work.

h.

Providing structural supports to all installed instruments as per drawings.

i.

Supply of PE ducts, GI pipes etc., as per the Owners tender specifications.

j.

Submission of as built documents.

2.12.5.9 For RCP locations GROUP- A & B (INSTRUMENTATION JOBS)


a.

Laying of control / signalling cables in trenches, trays, through GI / Hume pipe


etc including excavation, sand filling, brick laying, backfilling of trenches,
restoring etc.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 27 of 77

<bx + E{x ]b
({<{<x |M)
xBb

b.

Termination of cables at both field ( field devices and junction boxes) and
control panel ends including supply of suitable flame proof and non-flame
proof cable glands, dressing, ferruling, glanding and lugging etc.

c.

Erection and installation of Control / RTU cabinet on trenches / wall inside


RCP building including panel grouting, if required.

d.

Carrying out termination of control cables in Motor operated valves (MOVs)


and checking the local and remote operation of these valves.

e.

Installation, assistance in testing and commissioning of pressure transmitters


and temperature transmitters with surface mounted RTDs etc.

f.

Erection of all flameproof fittings and field fittings for instrument mounting.

g.

Supply, installation & testing of instrumentation earth grid as per the drawings
and earthing of instruments, panels, junction boxes etc.

h.

Loop testing of all cables.

i.

Providing structural supports and canopies to all instruments as per drawings.

2.12.5.10 For MOV locations GROUP- A & B (INSTRUMENTATION JOBS)


a.

Laying of control / signalling cables in trenches, trays, through GI / Hume pipe


etc including excavation, sand filling, brick laying, backfilling of trenches,
restoring etc.

b.

Termination of cables at both field ( field devices and junction boxes) and
control panel ends including supply of suitable flame proof and non-flame
proof cable glands, dressing, ferruling, glanding and lugging etc.

c.

Erection and installation of Control / RTU cabinet on trenches / wall inside


MOV building including panel grouting, if required.

d.

Carrying out termination of control cables in Motor operated valves (MOVs)


and checking the local and remote operation of these valves.

e.

Installation, assistance in testing and commissioning of pressure transmitters


and temperature transmitters with surface mounted RTDs etc.

f.

Supply, installation & testing of instrumentation earth grid as per the drawings
and earthing of instruments, panels, junction boxes etc.

g.

Loop testing of all cables

NOTE : For work inside existing installations, barricading, as per approved


drawing, shall be provided between the work-site and the existing, operating units &
facilities. The Contractor shall execute the works covered under this tender, in
accordance with the provisions of clause no. 10.3.0.0 of GCC and as per the
instruction of the Site Engineer. The Tenderers offer shall be considered inclusive
of providing barricading, as per approved drawing, at the Owners operating
installations.
Tender No. PLCC/PHDPL/CL/1348
Special Conditions of Contract [Section-A- Technical]

Page 28 of 77

<bx + E{x ]b
({<{<x |M)
xBb

2.13.0

QA / QC

2.13.1

Scope of work shall also include submission of QA / QC procedure for all activities in
line with the detailed work specification, relevant codes / standards of practice. The
works shall be executed in line with the approved QA / QC procedures.

3.0.0

SPREAD DEPLOYMENT AND MOVEMENT FOR MAINLINE WORKS

3.1.0

Minimum number of Spreads (separate & exclusive) for the entire Mainline
Construction works in each Group shall be as below:
Group-A : 2 Spreads (Spread 1 &2)
Group-B : 2 Spreads (Spread 3 & 4)
Direction of movement of the respective spreads shall be decided at site by
Engineer-in-Charge. Mode of laying of mainline and Spread-wise jurisdiction
shall be as under:
Group
Spread
Remarks
A

Spread - 1
(10.75)
Spread 2
(10.75)

Spread 3
(10.75)

Spread 4
(10.75)

3.2.0

This spread shall cover pipeline stretch from Paradip (Ch.


0.00 Km ex-Paradip) to Burhabalang River crossing Ch.
174.48 KM (ex-Paradip)
This spread shall cover pipeline stretch from Burhabalang
River crossing (Ch. 174.48 KM ex-Paradip) to Haldia
Pump station (Ch.343.00 KM) ex-Paradip of ParadipHaldia section, Haldia Refinery to Haldia Pump Station
connecting spurline (approx. length 5.40 KM), IPPL
Haldia to Haldia Pump Station ; from Haldia Pump
station (Ch. 0.00 KM) to Asphalted Road crossing
(Chaitanyapur-NH41) near Ch.6.89 KM ex-Haldia in
Haldia-Durgapur section.
This spread shall cover pipeline stretch from Ch.6.89 KM
(ex-Haldia)
near
Asphalted
Road
crossing
(Chaitanyapur-NH41) to Belmuri (Ch.149.89 KM exHaldia) in Haldia Durgapur section and MahishrekhaBudge Budge spurline (approx. length 21 KM)
This spread shall cover pipeline stretch from Belmuri
(Ch.149.89 KM ex-Haldia) to Durgapur (Ch.268.40 KM
ex-Haldia) including Belmuri-Kalyani spurline (Approx.
Length = 35.40 KM)

In some stretches the proposed pipeline shall be laid in common ROW of


existing operating pipelines viz. PHBPL, HMRB and HB where a minimum
clearance of 5.0m in general shall be maintained. However, in restricted areas
minimum clearance of 3.0m shall be maintained.
In general, where independent ROW of 18m width is available, PHDPL shall be
laid at 5m from one edge of the ROW as per decision of Engineer-in-Charge. In
areas where 10m width of independent ROW is available, PHDPL shall be laid at
3m from one edge of the ROW. The ROW details are indicated elsewhere in the
tender.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 29 of 77

<bx + E{x ]b
({<{<x |M)
xBb

3.3.0

The above Spreads do not include the point spreads for tie-ins & crossings etc.

3.4.0

Minimum requirement of major equipment and machinery for each Spread of


PHDPL, shall be as per the list enclosed at Annexure-IIIA (at the end of this volume).
The total minimum requirement of equipment for individual Groups shall be obtained
by multiplying the above requirement for each Spread by the minimum number of
Spreads envisaged for the Group.

4.0.0

LOCATION OF MAINLINE PIPE STOCKPILE & STORAGE LOCATIONS

4.1.0

The location of stockpiles for issue of mainline coated pipes & casing pipes shall be at
Balasore, approx. Ch.154.00 KM (Ex-Pardip) Dist. Balsore, State: Odisha; Kolaghat,
approx. Ch.60.00 KM (Ex-Haldia), Dist. Purba Medinipur, State : West Bengal; Palsit,
Ch.185.00 KM (Ex-Haldia), Dist.Burdwan, State : West Bengal. The details are as
follows :Group
Spread
Pipe Size
Stockpile location for issue of
Mainline pipes
A
Spread - 1
10.75
Balasore (Odisha)
Spread - 2
10.75
Balasore (Odisha) (For mainline
portion in Odisha)
Kolaghat (West Bengal) (For mainline
portion in West Bengal)
B
Spread - 3
10.75
Kolaghat (West Bengal) (For mainline
portion from Ch.6.89 KM-Ex-Haldia to
Ch.94.53
KM
Ex-Haldia
and
Mahishrekha-Budge Budge Section)
Palsit (West Bengal) (For mainline
portion from Ch.94.53 KM-Ex-Haldia to
Ch.149.89 KM Ex-Haldia
Spread- 4
10.75
Palsit (West Bengal)

4.2.0

The Contractor shall take the delivery of Station pipes, HOV/MOVs and other Ownersupplied free issue materials to be incorporated in works at the respective locations.
Note :
a. The Contractor shall take the delivery of all the coated/ bare pipes from the
respective stockpile location(s) within specified time failing which penal
charges of Rs. 7,000/- per day shall be levied to Contractor. The details within
which such lifting would have to be completed, shall be intimated before
opening of price bid / during the pre price bid meeting.
b. Dia-wise, Thickness-wise and coating-wise distribution of pipes given at (i)
above is tentative and details given are primarily to help bidder to assess
quantum of work. Changes in these figures may occur due to design or other
requirement during execution. Contractor shall not be entitled for any
compensation for such changes.

5.0.0

OWNER-SUPPLIED MATERIALS

5.1.0

In partial modification of clause 3.0.1.0 of General Conditions of Contract, the


Owners responsibility shall be confined to supply of the following material to the
Contractor, free of cost at Owners stores/stock piles/godowns, at the respective
locations for incorporation into permanent works:

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 30 of 77

<bx + E{x ]b
({<{<x |M)
xBb

5.1.1

MAINLINE PIPES
Dual layer FBE / 3LPE coated pipes conforming to API 5L (Double random length
with provision of tolerances as per API 5L) from stockpile locations at Balasore
(Odisha), Kolaghat (West Bengal) and Palsit (West Bengal) as per details given in
table below:
Wall
Th.

(inch)
10.75

(inch)
0.250

10.75

0.307

10.75

API
Gr.

Type of
Coat-ing

Palsit Stock
pile Qty.
(KM)

Pipe
OD

Kolaghat
Stock pile
Qty.

S.
No.

Balasore
Stock pile
Qty.
(KM)

MAINLINE PIPE QUANTITY FOR PHDLPG PIPELINE PROJECT

KM
119.460

KM
9.072

KM
21.900

54.912

34.212

19.188

5L X60
5L X60

3LPE/D
FBE
3LPE/D
FBE

0.365

5L X60

3LPE/D
FBE

55.536

142.380

135.084

10.75

0.500

5L X60

3LPE/D
FBE

7.920

29.280

28.908

10.75

0.307

5L X60

3LPE

1.368

0.600

0.552

10.75

0.365

5L X60

3LPE

0.660

1.344

0.912

10.75

0.500

5L X60

3LPE

0.144

0.456

0.636

10.75

0.438

3LPE

5.580

7.680

2.820

10.75

0.500

3LPE

1.920

4.608

2.616

10

10.75

0.438

5L X60
5L X60
5L X60

Bare

0.130

0.144

0.156

11

10.75

0.500

5L X60

Bare

0.264

0.300

0.204

12

16.00

0.25

5L
Grade
B

Bare

1.668

1.548

1.74

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Total Qty.
(Approx.)

Remarks

KM
150.432 Mainline Normal
Terrain Class-I
108.312 Mainline Normal
Terrain Class-II, HW
Road Crossing- ClassI and II
333.000 Mainline Normal
Terrain Class-III, HW
Road Crossing- ClassIII, Marshy and
Submerged Crossings
- Class I,II and III
66.108 Mainline Normal
Terrain , HW Road
Crossing, Marshy and
Submerged Crossings
- Class IV
2.520 Mainline Pipe for
Cased Crossing- Class
I & II
2.916 Mainline Pipe for
Cased Crossing- Class
III
1.236 Mainline Pipe for
Cased Crossing- Class
IV
16.080 HDD Crossings- Class
I, II, III
9.144 HDD Crossings- Class
IV
0.432 PQT/WQT, ClassI,II,III
0.768 Hot pull bends, ClassI,II,III,IV; PQT/WQT,
Class-IV
4.956 Casing Pipe - Class
I,II,III,IV

Page 31 of 77

<bx + E{x ]b
({<{<x |M)
xBb

5.1.2

STATION MECHANICAL WORKS


1

Pipes of all sizes for station piping for both Process and fire water services other
than those required to be supplied by the contractor as specified in SOR, if any.

Carbon steel forged pipe Flanges, Pipe fittings like tees, bends, reducers,
nipples, weldolets, etc. of all sizes other than those required to be supplied by
the contractor as specified in SOR, if any.

Scrapper Receiver / Launcher Barrels, insulating Couplings.

Thermal relief valves for all the stations.

API 6D Ball (HOV & MOV), Swing Check valves of all sizes and globe valves for
all the stations.

API 600/ 602 gate valves, BS-5351 Ball valves, BS: 1868 Swing Check valves
etc. of all sizes other than those required to be supplied by the contractor as
specified in SOR, if any.

Stand post type Hydrant landing valves each with 2 no. single outlet valves for
installation at all stations.

Water cum Foam Monitors for all stations .

First fill of lube oil, fuel and other utility services for commissioning and trial run
of owners equipments/ machinery as applicable.

Note: The materials meant for the station works shall be issued from the Stock
Pile location/ Owners stores / godown at the Respective stations
5.1.3

OFC INSTALLATION WORKS


a.

5.1.4

24 Fibre single mode Optical Fibre Cable.

ELECTRICAL WORKS:
GROUP A & B RCP/SV locations
LT power cables
AC/DC Actuators
Instrumentation Control Cables

5.1.5

INSTRUMENTATION WORKS
The following items shall be Owner supplied and the same shall be issued as free
issue items:
S. No.
1.
2.
3.
4.
5.
6.
7.
8.

Material Description
Armoured copper cables control, signalling cable
Pressure & Temperature transmitters
Differential Pressure transmitters
Flow meters & flow electronics
UPS with battery, static switch and servo-stabiliser & inverter
Pressure switches
Scrapper Detector
Control panel(s)

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 32 of 77

<bx + E{x ]b
({<{<x |M)
xBb

S. No.
9.
10.
11.
12.
13.
14.
15.
5.1.6

Material Description
MOV & ROV actuators
PCVs & FCVs
High pressure threaded forged steel fittings
2-way valves & needle valves
Instrument tubes, fittings & pipes etc.
Isolation valves
Explosion proof, Flame proof junction boxes, cable glands, plugs
and reducers, ESD switch.

Transportation of mainline coated pipes on trailors


The contractor shall submit to owner a complete procedure (including calculation)
indicating the manner and arrangement proposed for handling coated pipes at
stockpile, during transportation to site (ROW) and at pipe laying site for Owner's
approval prior to its implementation, indicating reference of international standard /
code, if any. Coated pipes will be loaded in the trailer as per API 5L1 (API
recommended practice for Railroad transportation of Line pipes) for transportation.
Loading and transportation should be done in a manner so as not to damage the
coated pipes in any way.

6.0.0

CONDITIONS FOR OWNER-SUPPLIED MATERIALS

6.1.0

The Contractor shall be responsible at his own initiative and cost to take delivery of
the materials to be supplied by Owner from the godown / stockpile and to transport
the same to the job site for placement, utilisation, fabrication, erection etc.

6.2.0

On completion of the works, or upon prior determination of the contract, the


Contractor shall forthwith at his own risk and cost, transport to the Owners store at
stores /godown at the Respective stations or otherwise directed by the Engineer-inCharge/ Site Engineer, all empties, pipes and other surplus materials including but not
limited to salvageable wastage remaining in the hands of the Contractor.

6.3.0

If, in the opinion of the Owner, any material, returned by the Contractor shall not be in
good condition, or shall be unusable, the Owner may reject the same in which event
the Contractor shall be deemed to have failed to return to the Owner the surplus
material(s) with the same consequences as to breach as specified in clause 3.2.1.0 of
General Conditions of Contract (GCC).

6.4.0

The provisions of clause 3.2.1.0 of the GCC shall apply to materials supplied by
Owner pursuant to their responsibility under clause 5.0.0 (and associated clauses
thereunder) hereof in the same manner and to the same extent as they apply to
materials supplied by the Owner to the Contractor as contemplated in the said clause
of the GCC.

6.5.0

The Contractor shall return all empty packing cases, wood packing which had
contained materials issued by the Owner to their store/stockyard or as directed.

6.6.0

Further to the provisions contained in Cl.3.2.0.0 of General Conditions of contract


(GCC), following conditions shall also apply:

6.7.0

All materials issued by the Owner to the Contractor shall be preserved against
deterioration and corrosion due to poor or improper storage while under Contractors
custody. Any damages/ losses suffered, on account of non-compliance with
requirements stipulated herein, shall be considered as losses suffered due to wilful
negligence on the part of the Contractor and he shall be liable to compensate for the
losses suffered at penal rates to be determined by the Engineer-in-Charge and his

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 33 of 77

<bx + E{x ]b
({<{<x |M)
xBb

decision with regard to the rates charged for the purpose of recovery shall be final
and binding on the Contractor.
6.8.0

Various equipment, materials intended for the installation will be received by Owner in
unpacked, skidded, crated, packed or loose condition and will be stored in the
warehouse and open yards in and around the job site. In general, materials will be
issued to the Contractor in as received condition.

6.9.0

All materials issued to the Contractor shall be duly protected with the appropriate
preservative coating which should be examined while receiving the materials from
Owners store/ stockpile and subsequently renewed from time to time by the
Contractors wherever necessary. The Contractor shall be responsible for procuring
these preservatives and applying them at his cost, if such protective coating of the
equipment and materials are damaged while in his custody. In particular, the following
aspects, but not limited to them, are brought to the Contractors attention:
i)

Pipes shall be stacked at job site by the Contractor according to the


identification marks and the stacks shall be arranged on sleeper supports, at
least 300 mm above ground.

ii)

The Contractor shall check condition of the valves, fittings and specials to
ensure that they are not subject to corrosion from hydrostatic test liquid. Any
such conditions when detected should be brought to notice of the Site Engineer
and remedial measures should be taken by the Contractor at his own cost as
directed. Small and medium size pipe fittings shall be stored in racks in a
covered place. When large size pipe fittings of size 8 and above are to be
stored, these may be kept in the open surfaced store yards with proper wooden
supports.

iii)

All machined surfaces shall be properly greased and should be maintained and
protected from damages.

iv)

Opening of equipment, machinery, valves etc. shall be kept blocked / covered


with blinds to prevent entry of foreign matter.

v)

Rotating machinery e.g. motors etc. should be as far as possible kept repackaged in the packing cases in covered godown.

vi)

When machinery including all electrical and instrumentation panels, motors etc.,
are stored in the open, they should be covered by sufficient tarpaulin to prevent
water & dust getting inside and damaging the same.

6.10.0

As far as possible materials/ equipment shall be transported to the site of erection


from the storage point only just prior to their actual erection and shall not be left lying
around indefinitely. Instructions of the Site Engineer shall be followed strictly in this
regard.

6.11.0

At the end of every month, the Contractor shall submit an account for the materials
issued to him by the Owner in the proforma prescribed by the Engineer-in-Charge.

6.12.0

Indemnity Bond
The Contractor shall furnish indemnity bond (as per the proforma enclosed at
Annexure-XII) for the Owner-supplied materials issued to the Contractor for the work
till the completed job is handed over to Owner. The value of owner-supplied materials
shall be intimated before opening of price-bid/ during pre price-bid meeting.

7.0.0

CONTRACTOR-SUPPLIED MATERIALS / EQUIPMENTS

7.1.0

All the equipments, materials, field instruments, consumables, etc. which are not

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 34 of 77

<bx + E{x ]b
({<{<x |M)
xBb

specifically indicated in Owners Scope of Supply but are required for successful
completion of the works as per specification, drawing, construction methodology etc.,
shall be included in the Contractors Scope of Supply. However, an indicative list of
the materials to be supplied by the Contractor, but not limited to, is given below :
Mainline Works
1)

Casing insulators (interlocking type) and casing end seals.

2)

Vent pipe, Vent pipe top and Pipeline markers.

3)

Heat shrinkable sleeves of approved make for field joint coating & its repair for
Mainline & HDD pipes.

4)

Materials for repairing of damaged coating (PERP).

5)

Application tools & tackles required for field joint coating and repair of pipe
coating.

6)

All materials, consumables and equipments required for carrying out welding and
radiographic inspection of joints.

7)

All materials required for hydrostatic testing.

8)

All materials for carrying out preservation of pipeline

9)

All materials & equipments required for carrying out calliper pigging

10) All materials required for providing tapping on both sides of MOVs for pressure
transmitter
Civil Works
All materials required for the civil works including cement, reinforcement, structural
steel, consumables, testing appliances, tools and tackles etc. necessary for
completing the work conforming to the specifications and schedule of rates.
Mechanical Works
1)

All items covered under the SOR for supply of material at the site.

2)

All coating material including coating material for external coating and Internal
coating (for fire water piping) for station works.

3)

All industrial gases such as oxygen, acetylene, argon etc.

4)

All welding electrodes, filler wires, flux etc.

5)

Shims, wedges and packing plates.

6)

SWMG (Gaskets) all sizes and series.

7)

Fasteners (Studs, Bolts, Nuts, washers) all sizes and series.

8)

Steel plates, MS. pipes and structurals required for fabrication and erection of
pipe supports/ saddles, ladders, platforms, stairways.

9)

Flats for grating/ chequered plates and MS pipes for hand railing etc.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 35 of 77

<bx + E{x ]b
({<{<x |M)
xBb

10)

Bolts, nuts, washers, U-bolts, clamps, struts required for all supports, grouting
bolts for applicable equipments, foundation bolts, screws, steel base supports
for control system cabinets, platforms, ladders, stairways, all miscellaneous
structures etc.

11)

Metallic blinds, temporary piping, valves etc., which are required for pressure
testing and flushing pipeline.

12)

Temporary gaskets and strainers required for pressure testing of pipelines and
all gaskets other than spiral wound gaskets.

13)

All types of paints including primers and solvents.

14)

Detofix.

15)

Structural steel and all materials required for civil works.

16)

All packing materials, such as wooden sleepers, metallic & wooden blinds, tags,
wooden crates/ boxes, cotton bags/ pouches, rafters, planks, ropes, all type of
nails, clamps and such other items which may be necessary for packing,
loading, transportation and unloading of equipments/ machinery and pipe
fittings.

17)

All fire safety appliances and personal protection equipments and appliances, all
the consumables, tools, tackles, instruments, equipment, machinery,
appliances, measuring, testing, calibrating instruments & equipments for the
completion of the job.

18)

Grouting materials etc. as necessary for their installation as per manufacturers


recommendation.

19)

All the materials required for fire protection system for the installations as
detailed under fire protection system in the scope of work.

20)

Contractor-Supplied Materials
system(inside Haldia Refinery):

for

medium

velocity

water

spray

The Contractor shall supply all materials required for the complete execution,
testing and commissioning of the medium velocity water spray system as
specified under this tender. All the equipments, materials, field instruments,
consumables, etc. which are not specifically indicated in the approved Bill Of
Material for supply, but are required for successful completion of the works as
per specification, drawing, construction methodology etc., shall also be
included in the Contractors Scope of Supply. The quantities indicated
elsewhere in the document are tentative only. The quantity required as per the
design shall be provided by the contractor.
However, an indicative list of such materials to be supplied by the Contractor,
but
not limited to, is given below:
a) All items covered under the approved Bill of Material such as pipe, fittings,
flanges, sprinklers, QB sensor, Deluge system, solenoid valve, pressure
gauge, pressure switch, all types of valves etc at the site.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 36 of 77

<bx + E{x ]b
({<{<x |M)
xBb

b) All materials required for support, structurals etc. All coat and wrap for the
underground portion of the pipe as applicable.
c) All industrial gases such as oxygen, acetylene, argon etc.
d) All welding electrodes, filler wires, flux etc.
e) Shims, wedges and packing plates.
f)

Steel plates, MS. pipes and structurals required for fabrication and erection of
pipe supports/ saddles, ladders, platforms, stairways.

g) Flats for grating/chequered plates and MS pipes for hand railing etc. Bolts,
nuts, washers, U-bolts, clamps, struts required for all supports, grouting bolts
for applicable equipments, foundation bolts, screws, steel base supports for
control system cabinets, platforms, ladders, stairways, all miscellaneous
structures etc.
h) Metallic blinds, temporary piping, valves etc., which are required for pressure
testing and flushing pipeline as per requirement.Temporary gaskets and
strainers required for pressure testing of pipelines and all gaskets other than
spiral wound gaskets.
i)

All types of paints including primers and solvents.

j)

All fire safety appliances and personal protection equipments and appliances,
all the consumables, tools, tackles, instruments, equipment, machinery,
appliances, measuring, testing, calibrating instruments & equipments for the
completion of the job.

k) All power and Control cables, Clamps, ferrules, screws, nuts, bolts as required
l)

Pressure Indicators & temperature indicators as per owners specifications

m) Flame proof junction boxes, cable glands, plugs and reducers etc.
n) Teflon tape, PVC tape, Flexible hoses
o) GI pipes
p) Tarpaulin sheets for covering the panel cabinets till final erection and
energization as well as protection of existing operating units/ equipments
against dust
q) PVC sheets and pipes
r) Earthing materials
s) Canopies for all instrument mounting stands
t)

Vermin proof and moisture proof desiccant materials

u) Name plates
v) M-seal compound, Rustolene compound, Araldite
w) O-rings
x) Steel/GI structural supports/racks/trays etc
y) Cable route markers

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 37 of 77

<bx + E{x ]b
({<{<x |M)
xBb

Electrical Works
Earthing electrodes, GI wire/GI wire rope, G.I. and Copper earthing strip, copper
cable of size as mentioned in the SOR, LT cable termination kits, fittings and fixtures
for outdoor and indoor illumination, Distribution boards for internal and outdoor
electrification, conduits, GI pipes, Miscellaneous items like caution boards, rubber
mats, rubber hand gloves, lightning arrestors, Inscription plates, plug / sockets etc.
Any other item not specifically mentioned above / in SOR but required for satisfactory
completion of electrical works.
Approved makes of electrical equipment to be supplied by the contractor
As mentioned in the specifications. (Please refer respective schedule of rate &
specification for specified type of the approved make for individual items to be used)
and /or Appendix -I.
Instrumentation Works
The following items shall be supplied by the Contractor:
S. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.

12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.

Material Description
Foundation bolts, screws, steel base supports for control system
cabinets
Pressure Indicators, Door Proximity Switch as per owners
specifications
Cable glands, plugs and reducers as per owners specifications.
Teflon tape & tread sealant tubes
PVC tape
Flexible hoses
GI pipes
Jack supports for flow meter
Dry cells for test instruments
Dry cells for test instruments
Tarpaulin sheets of best quality for covering the panel cabinets till
final erection and energisation as well as protection of existing
operating units/ equipments against dust, moisture etc
PVC sheets and pipes
Earthing materials, cable markers
Canopies for all instrument mounting stand
Vermin proof and moisture proof desiccant materials
Chequered plates
Name plates
Paint (white aluminium)
M-seal compound, Rustolene compound, Araldite
Silica gel
Glycol
O-rings
Clamps, ferrules, screws, nuts, bolts etc. as required
Steel/GI structural supports/racks/trays etc.
GI Conduits & accessories as per SOR under Composite Works
PVC Conduits & accessories

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 38 of 77

<bx + E{x ]b
({<{<x |M)
xBb

S. No.
27.
28.

Material Description
MS Cable Markers, Transition Pits
Installation material as required

OFC Works
a. 40 mm HDPE pipe along with the following accessories:
i. End Caps for HDPE pipes
ii. Couplers for jointing HDPE pipes
iii. End plug
iv. Cable sealing plug
b. HDPE and OFC markers
c. Pre Fabricated RCC Joint box
d. Transition Pits for building entry
e. RFiD Electronic Markers
f. Electronic Marker Locator cum Cable/ Pipe Fault Locator
g. Warning tape
h. OFC Jointing kits
i. 89 mm OD schedule 80 API 5L Gr. B/ ASTM A106 Grade B MS pipes for OFC
cable conduit
j. GI Pipe of 100 mm nominal bore medium class B as per IS1239
k. GI Pipe of 80 mm nominal bore heavy class as per IS1239
l. Installation material as required
Note: Please refer the attached Approved Vendor List for the Contractor
supplied materials.
7.2.0

All other equipment, materials, field instruments, consumables etc. which are not
specifically indicated in Owners scope of supply but are required for successful
completion of the works, as per specification, drawing, construction methodology etc.
shall be included in Contractors scope of supply.

7.3.0

Specific approval of IOCL Site Representatives must be obtained by the contractor


before purchase of any material proposed to be used in works. The approved
samples for all materials shall be kept at Site office and exhibited for reference and
inspection at all times and till the completion of works.
A List of approved Vendors / Sub-contractors for certain materials and services is
enclosed at Annexure-VI (enclosed at the end of this volume). The bidder may opt for
either of the following two options in this regard.
i)

Tenderers may opt for Vendors / Sub-contractors from the above approved list.
In such cases, only commitment letters from the opted Vendors / Sub-contractors
shall have to be submitted along with their offer. Credentials of such Vendors /
Sub-contractors are not required to be submitted.

ii)

Tenderers may opt for Vendors / Sub-contractors other than those from the
approved list. In such cases, commitment letters, experience details / credentials
/ track records etc. of the Vendors / Sub-contractors shall have to be submitted
along with their offer for approval of the Owner.

Note: Submission of commitment letter along with the offer in both the above
two options is mandatory.
7.4.0

The name of the brand, specification/ technical literature etc. for all the
materials proposed to be supplied under the Contractors scope shall clearly be

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 39 of 77

<bx + E{x ]b
({<{<x |M)
xBb

mentioned and listed out separately and be submitted in the manner described
under respective clauses for submission of tender in the chapter of Instruction
to Tenderers.
8.0.0

OWNERS RESPONSIBILITIES FOR CROSSING WORKS

8.1.0

Owner shall obtain a general permission from the appropriate highway / railway /
canal / drain / nalla authority and/ or PWD/irrigation department of the State
Government/ NHAI/ Railways for laying the pipeline across the respective crossing
etc.

8.2.0

Soil investigation reports in respect of few crossings may also be made


available to Contractor / successful bidders before execution of work. However,
the reports and information shall be treated as guideline indication only for the
soil strata condition. For crossings for which soil investigation report is not
available, bidder has to make his own assessment for submission of bid as well
as carry out soil investigation for execution purpose.

8.3.0

Owner has carried out a ground profile survey at the crossing locations. Profile
drawings alongwith tentative profile of pipe at the crossing are provided in the
tender. For HDD crossings, the entry/ exit angles, length of crossing, radius of
curvature, cover etc. indicated in the drawings is tentative and has been given
for the bidder to have an idea of the crossing. Profiles of certain crossings may not
be made available by Owner. Profile of such crossings shall be submitted by the
Contractor, before taking up execution of the crossing, to the Owner for review.

8.4.0

Should any additional investigation/ survey be necessary, the same shall be carried
out by the Contractor at his own cost.

8.5.0

Owner shall review and approve detailed engineering, including engineering analysis/
calculations, work procedures /construction methodology and drawings etc. prepared
by the Contractor for execution of the entire job related to the crossing.

9.0.0

CONTRACTORS RESPONSIBILITIES FOR HDD WORKS

9.1.0

Prior to quoting prices, the Tenderer shall be deemed to have visited the sites and
satisfied himself regarding the details furnished by the Owner in the tender document
and the feasibility of the method of construction for the crossing and associated work
and assume full responsibility for successful completion of the job.

9.2.0

In general, soil investigation of the HDD crossings shall be in the scope of the
contractor. Further, bidder has to make his own assessment of sub-soil
conditions/ sub-soil profile for the HDD crossing locations for submission of
bid. Soil investigation reports for few crossings may be made available to the
contractor/ successful bidder(s) before execution of work. However, the reports
and information shall be treated as guideline indication only for the soil strata
condition. For those locations for which soil details are not made available to
contractor/ successful bidder by Owner before execution of work, contractor
has to carry out soil investigation and submit the report for Owners review
prior to taking up actual execution.

9.3.0

Any additional topographical surveys and/ or geo-technical investigations as may be


felt necessary for the execution of the work shall be carried out by the Contractor at
his own cost.

9.4.0

Land required temporarily for positioning the rig, pipeline assembly, stringing,
associated facilities etc. shall have to be arranged by the Contractor at his own cost

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 40 of 77

<bx + E{x ]b
({<{<x |M)
xBb

and responsibility. Cost of making temporary access road to site, payment of rentals
to the landowners, crop compensation etc. for the aforesaid purpose shall be borne
by the Contractor.
9.5.0

Contractor shall assess and make necessary arrangements for ensuring availability of
sufficient quantity of quality water required for drilling purpose. Contractor shall obtain
necessary permits/clearance from the concerned river/canal authorities before using
the water.

9.6.0

Contractor shall be solely responsible for settling all compensation and disputes
arising out of crop, property or any other damage caused by him or his workmen
during positioning the rig, pipeline assembly, stringing, associated facilities etc.

9.7.0

Disposal of drilling fluid (Bentonite mud slurry), other wastes etc., shall be exclusive
responsibility of the Contractor and any permits, permission or clearances required in
this regard shall be obtained by the Contractor. The unusable drilling mud (of any
composition) after reclamation shall be disposed suitably at a secured landfill site
approved by the State Government / State Pollution Control Board. The disposal of
mud should conform to the guidelines provided by the Ministry of Environment and
Forests (MoE&F), Govt. of India under the Hazardous Wastes (Management &
Handling) Rules, 1989.

9.8.0

Contractor shall make arrangement at his own cost and initiative to dispose off the
drilling fluid, return and cutting produce from the drilling site.

9.9.0

Contractor shall perform all design and detailed engineering including engineering
analysis/calculations etc. for the crossing and associated work and prepare all
necessary design basis, work procedures and construction drawings in accordance
with the requirements of the tender document and shall obtain Owner's prior approval
for all such design and drawings.

9.10.0 Contractor shall provide all qualified, skilled/ unskilled personnel and equipment,
instruments, tools and tackles and all other necessary materials and facilities required
for successful execution of the entire job.
9.11.0 Contractor shall supply all the materials required for permanent incorporation in the
works as per his scope of supply specified hereinabove.
9.12.0 Contractor shall use reasonable means / endeavours to protect from damage all
existing structures or utilities which Contractor is aware of, at or near the site,
including any government or other third party facilities or installations, and shall repair
and restore any damage thereto resulting from Contractor's failure to use such means
/ endeavours to protect the same in carrying out its obligations hereunder. Any such
repair or restoration shall be at Contractor's expense and shall not be reimbursable.
9.13.0 Contractor shall restore the work site used for the construction of the pipeline crossing
in accordance with the requirements of tender document and instructions of Owner.
9.14.0 All surplus materials supplied by Contractor/ Owner and all trash, refuse and spoil
materials shall be collected and disposed off / returned to the Owners store by the
Contractor at his own expenses.
9.15.0 Contractor has to plan the HDDs across canals/ drains/ highways etc. in a safe
way so as not to damage any of the above utilities or other utilities by their
side. If any survey / investigation is required to be carried out, for successful
execution of the HDD works, the Contractor shall do so at his own initiative &
cost.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 41 of 77

<bx + E{x ]b
({<{<x |M)
xBb

10.0.0

TECHNICAL PARAMETERS FOR HDD WORKS

10.1.0

Crossing lengths (entry to exit points) mentioned elsewhere in the tender documents
are only indicative. The Contractor shall design a suitable pipe profile to meet the
technical parameters detailed in the following clauses.

10.2.0

The extent of the canal/ drain/ highway crossing i.e. exit and entry points shall be
decided in accordance with the crossing profile drawing enclosed in the tender
document.

10.3.0

The actual length of crossing (between hook-up point with mainline on both
sides) shall not vary more than +5% of the length indicated in this document
unless and until specifically allowed to by owner due to site conditions.

10.4.0

The drawing issued and the details of site furnished with the tender document are
only indicative. Actual construction shall be as per construction drawings developed
by the Contractor and approved by Owner and Statutory Authority, if any, as per
provisions of tender document. Contractor shall be deemed to have made his own
site investigation to take into account all such likely variations at the time of
formulating his tender and no extra compensation shall be payable to the Contractor
on this account.

10.5.0

Depending upon the width of crossing, minimum requirement of cover and limitation
of elastic bend radius, Contractor may have to drill a greater depth and a larger length
of pipeline for the crossing than indicated in the tender document. Contractor shall be
deemed to have taken into account the contingencies of all such additional drilling
length as may be necessary while formulating his tender.

10.6.0

The field joint coating material shall be of DIRAX make of M/s Berry Plastics
Corporation, Corrosion Protection Group, USA/ India or DDXTM Directional Drilling kit
of M/s Canusa or any other approved make heat shrinkable sleeves suitable for HDD
crossings. The method of application shall be strictly as per the manufacturer's
recommendations and shall be subject to the Owners approval prior to use.

10.7.0

Repair material for the damages to 3LPE coating system of the pipe, shall be of
appropriate wraparound cut sections of DIRAX make of M/s Berry Plastics
Corporation, Corrosion Protection Group, USA/ India or DDXTM Directional Drilling kit
of M/s Canusa or of any other approved make heat shrinkable sleeves suitable for
HDD crossings.

10.8.0

The minimum top cover to the pipeline from the road top level, lowest bed level
of canal/ drain bed shall be between 4m to 10m as indicated in the profile
drawings.

10.9.0

Duration of the hydrostatic testing of the pipeline for HDD section shall be 6 hours for
pre-installation tests and 24 hours for post-installation test. Test pressures for preinstallation hydrostatic testing shall be as given in table below (90% of SMYS of pipe
material) for the HDD crossings.
HDD Pipe details

Pre-installation hydrotest pressure


(Kg/cm2) for HDD

10.75 OD x 0.438 WT, API 5L X-60

308

10.75 OD x 0.500 WT, API 5L X-60

352

Post installation hydro-test of HDD sections shall be done alongwith Mainline


section at corresponding mainline test pressure.
Tender No. PLCC/PHDPL/CL/1348
Special Conditions of Contract [Section-A- Technical]

Page 42 of 77

<bx + E{x ]b
({<{<x |M)
xBb

10.10.0 The pipeline trajectory in the drilled hole and spacing of pipe supports/conveyors
should be so designed, such that the combined stresses in the pipeline due to above
pre & post installation test pressures is limited to 95% of SMYS of the pipe material.
The Tenderer shall submit design calculations in support of having checked that the
combined equivalent stress in the pipeline during pre-testing on supports, during pull
back and during post-installation hydrostatic testing is within 95% of SMYS of the pipe
material.
10.11.0 While hooking up with the mainline on either banks of canal/ drain/ road, it shall be
ensured that the hook-up joint is not subjected to adverse stress as a result of
execution of the hook-up.
11.0.0

SCRAP & WASTAGE ALLOWANCE

11.1.0

Mainline laying works

11.1.1

The scrap allowance for OWNER supplied mainline pipes shall be limited to 0.2% of
the installed pipeline length, to be computed from Pipe Book. The pieces of pipe of
length less than 8 metres shall be treated and categorised as scrap. However, for
casing and crossing pipes provision given below for Crossing Works shall be
applicable.

11.1.2

Wastage of materials by way of scrap and unaccountable wastage shall be kept


within reasonable limits. Wastage of any materials either by way of scrap or
unaccountable wastage beyond reasonable limits as adjudged by Engineer-inCharge, shall be to the Contractors account.

11.2.0

Crossing works (including HDD)

11.2.1

Scrap and wastage allowance for Owner-supplied pipes, meant for crossing works
including HDD crossings and for casing pipes, shall be limited to 1% of the installed
pipe length of the crossings. Any wastage over and above this shall be to the
Contractors account. The pieces of pipe of length less than 2 metres shall be treated
as scrap.

11.3.0

Associated Station Works

11.3.1

The following scrap allowance by weight is permissible for pipes in station works. The
percentage allowance shall be accounted on the basis of erected weights computed
from site measurements.
Detail
Pipes

Salvageable
2.0%

Non-recoverable
0.4%

Note: The pieces of pipe of length below 2 metres shall be treated as scrap / wastage.
12.0.0

VENDORS FOR CONTRACTOR-SUPPLIED MATERIALS

12.1.0

To facilitate the Contractor to identify the Vendors for supply of various items, list of
potential Vendors for supply of identified materials is furnished along with the tender
document.

12.2.0

List of approved Vendors / Sub-contractors for the mechanical related works is


enclosed with the Technical Specification for material in the tender.

12.3.0

Contractor may engage any of the above Vendors for the specified category of
material to be supplied and obtain the Owners approval regarding the same.

12.4.0

However, in exceptional case, the Engineer-in-Charge may consider any other


potential Vendor, provided, the technical capability of such Vendors is established
based on the documentary evidences and quality performance submitted in support of

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 43 of 77

<bx + E{x ]b
({<{<x |M)
xBb

their capability. The decision of Engineer-in-Charge shall be final and binding in this
regard.
12.5.0

In the case of Standard items, only the makes of material is specified in the tender
document. In such cases, the Contractor shall effect delivery of materials directly from
the manufacturer or from the Original Equipment Manufacturers upon approval from
the Owner.

12.6.0

Approval before placement of order

12.6.1

Before placement of any order for supply of materials, it shall be binding on the
Contractor to furnish the following (in two sets) for the approval of the Owner :

Name of the Vendor for supply of particular material/ equipment/ instrument.

Letter from the Vendor that the specified item shall be supplied as per the
technical specification furnished by the Owner without any deviation.

Delivery schedule to match the work requirement/ schedule.

QAP for the item under supply.

Documentary proof of the Vendors capability to manufacture / supply of the item.

Guarantee and period of guarantee.

Agreement from the Vendor that the manufacturers Guarantee shall be extended
to the Owner .

Inspection agency likely to be engaged along with their credentials to carry out
the inspection and testing of specified items.

12.7.0

Approval upon placement of order

12.7.1

Upon placement of orders for supply of materials as per approvals given above, the
Contractor shall furnish the following (in two sets) for the approval of the Owner :

12.8.0

Signed copy of Purchase Order


delivery schedule.

QAP, inspection and testing plan.

General arrangement and dimensional drawings.

Datasheets, circuit diagrams etc.

indicating the specification, quantity, and

Inspection and testing of material


It shall be the responsibility of the Contractor to line up a third party inspection
agency to carry out the inspection and testing of materials before despatch.
The Contractor shall notify the Owner at least 3 weeks in advance about the
readiness of the offered material for inspection and testing.
The Owner, at his discretion, may witness the inspection or may depute their
authorised inspection agency or their own Engineer(s) for witnessing the same or
may advice the Contractor to furnish only the inspection and test report for their
review and approval or may waive off inspection, on a case to case basis.

12.9.0

Despatch of material

12.9.1

Upon successful completion of the inspection and testing of material, the Contractor
shall submit the following documents (as applicable) in two sets to the Owner and
seek clearance for the despatch of material to the site(s) :

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 44 of 77

<bx + E{x ]b
({<{<x |M)
xBb

12.9.2

Material test certificate.

Chemical composition of raw material.

Dimensional conformity certificate.

Performance test report.

Hydro-test report.

Guarantee certificate .

GA and dimensional drawing.

Data sheets, performance curves etc.

Details of weight etc.

Any other relevant information.

The Contractor shall advice the Vendor for delivery of material upon acceptance of
inspection & test reports and getting despatch clearance from the Owner. Two sets of
documents indicated above shall be furnished as part of despatch document.

12.10.0 Transit insurance


12.10.1 Contractor should take appropriate insurance policy to cover the Contractor-supplied
equipment/ materials during their transit, till delivery at site.
12.11.0 Delivery at site and Storage
12.11.1 The Contractor shall be responsible at his own cost and initiative within the scope of
work to take delivery of the materials (on behalf of the Owner) from the port of
delivery in India in respect of imported materials and from the factory or warehouse
and other places of delivery in respect of indigenous materials and to transport the
same to the work site for incorporation in the permanent works.
12.11.2 The work of delivery and transportation of materials shall include (but not be limited
to) the following:
i)

Clearance of the goods through customs and port including filling of all customs
manifests, bills of entry, and customs declarations and other documents as may
be required for the clearance of the goods from customs or port authorities.

ii)

Clearing, forwarding and handling services as required for clearing, forwarding


and handling imported and indigenous materials and consignments including,
payment at Contractors cost of any demurrage, wharfage, port charges, siding
charges, retention charges or other charges whatsoever and howsoever
designated levies by any railway, airport, ship, transporter and/ or other
authorities for or in connection with the loading, unloading or detention of any
materials beyond the free period or unloading, clearance, retention or detention
or loading, as the case may be, specified by the relevant authority(ies) or
carrier(s) in this behalf.

iii)

All works and operations necessary to lift and to remove the material from port,
warehouse, railway or other siding, factory or other places of delivery, loading,
handling, transporting and unloading the same at appropriate place including
securing or protecting the same in transit and during storage.

iv)

Supply, procurement, mobilisation, deployment of all labour, materials,


equipment and machinery necessary for lifting, loading, handling, removing,
transporting, unloading, stacking or securing the materials.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 45 of 77

<bx + E{x ]b
({<{<x |M)
xBb

v)

To comply with all requirements and to do all acts, deeds, matters and things
required for attaching and/ or putting into operation, transit and/ or storage
insurance for the materials delivered under the relevant insurance policy to be
taken by the Contractor covering transit and/ or storage insurance policy(ies)
and to indemnify the Owner from and against the consequences of any failure to
do so or to put into full effect the transit and/ or storage insurance policy(ies)
aforesaid.

vi)

All acts, deeds, matters or things required to fulfil and pay all local, municipal
and other statutory authorities with respect to the transportation of any materials
through any State, Municipal, local or other barriers or limits or for the import of
the materials or any of them within the limits of such barrier, including payment
of octroi or other local toll, terminal or entry or other taxes payable on the
passage or entry of the materials within any local limits, for which purpose
Owner shall give the Contractor and/ or Contractors designate(s) any and all
authority(ies) as may be reasonably required in this behalf.

vii)

All other acts, deeds, matters and things whatsoever ancillary, auxiliary or
incidental to the above including but not limited to the grading of the route and/
or creation of temporary approaches and ramps etc. as may be required.

12.11.3 The Contractor shall within the scope of work undertake the following activities and
responsibilities with respect to and in addition and without prejudice to the activities
and responsibilities under clauses thereunder in respect of materials, to be supplied
by them.
i)

The Contractor shall in taking delivery, ensure compliance of any condition for
delivery applicable to deliveries from the concerned authorities or carrier, and
shall be exclusively responsible to pay and bear any demurrage or penalty or
other charges payable by virtue of any delay or failure by the Contractor in lifting
the materials or in observing any of the conditions aforesaid, and shall keep the
Owner indemnified from and against all consequences thereof.

ii)

The Contractor shall maintain a day to day account of all materials indicating the
daily receipt(s), consumption(s) and balance of each material and category
thereof. Such account shall be prescribed by the Engineer-in-Charge and shall be
supported by all documents necessary to verify the correctness of the entries in
the account. Such account shall be maintained at Contractors relative office(s)
and site(s) and shall be open for inspection and verification (by verification of
documents in support of the entry as also by feasible verification of the stock) at
all times by the Engineer-in-Charge and the Site Engineer with authority in them
at all times without obstruction to enter in to or upon any godown or other place(s)
or premise(s) where the materials or any part of them are laying or stored and to
inspect the same himself and or through his representative(s).

iii) All materials shall be taken delivery of, held, stored and utilised by the Contractor
as trustee of the Owner, and delivery of the material to the Contractor shall
constitute an entrustment thereof to the Contractor, with the intent that any
utilisation, application or disposal thereof by the Contractor otherwise than for
permanent incorporation in the contractual works in terms of the contract shall
constitute a breach of trust by the Contractor.
iv) All materials, including materials in respect of which licences/ release orders/
permits/ authorisations have been accorded in the name of Owner shall, without
prejudice to the responsibility/ liability of the Contractor in respect thereof, vest in
the Owner on the date of delivery, and the Contractor shall be deemed to be

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 46 of 77

<bx + E{x ]b
({<{<x |M)
xBb

acting on behalf of the Owner and as an agent of the Owner in respect of


deliveries taken by the Contractor in respect of any material.
v)

The Contractor shall at all times be exclusively responsible for any and all
loss(es), damage(s), deterioration, misuse, wastage, theft or other application or
mis-application or disposal of the materials or any of them contrary to the
provisions hereof and shall keep the Owner indemnified from and against the
same and shall forthwith at his own cost and expenses replace any such material,
lost, damaged, deteriorated, misused, wasted, stolen, applied, mis-applied and/
or disposal as aforesaid with other material of equivalent quality and quantity
delivered to site at the Contractors risks and costs in all respect.

vi) Contractor shall comply with all requirements and to do all acts, deeds, matters
and things required for attaching and/ or putting into operation by policy(ies) of
insurance taken out by the Owner as the case may be in respect of materials
lying stored and/ or unutilised or in the process of use in the execution of the
work and shall keep the Owner indemnified from and against the consequences
of any default or failure of the Contractor to do so or to put into full effect any
policy(ies) of insurance aforesaid.
vii) Notwithstanding anything herein provided and notwithstanding the transference of
all risks in respect of the materials to the Contractor, the Ownership in respect of
the material shall at all times be and remain in the Owner.
viii) An inventory shall be made by the Contractor of all surplus materials and empties
including but not limited to scrap, wastage and unserviceable material remaining
in the hands of the Contractor upon completion of the contract for whatsoever
reason, and the Contractor shall forthwith, upon being required to do so, place
the Owner in undisputed possession and custody of all such materials, empties
etc. and shall at his own risks and costs, lift and transport the said material to the
Owners store or otherwise as directed by the Engineer-in-Charge.
ix) If the Contractor shall default in replacing any material lost, damaged,
deteriorated, misused, wasted, excess used, stolen, misapplied or disposed of
within the provisions hereof, or shall fail to return to the Owner any surplus
material or empties within the provisions hereof, the Contractor shall be liable to
pay to the Owner the cost of such material or empties delivered at Owners
stockpile / godown plus departmental charges calculated at 25% (twenty five
percent) of the said cost determined by the Engineer-in-Charge, and the decision
of the Engineer-in-Charge as to such cost shall be final and binding upon the
Contractor.
12.11.4 The Contractor shall undertake and complete the supply of materials within the scope
of supply to meet the scheduled progress and requirement of the work within the
scope of work and on no account later than the delivery dates in this behalf specified
in the Delivery Schedule.
12.11.5 The Owner shall not be responsible for any delay in the supply of any materials by the
Contractor within the scope of supply and the Contractor assumes full responsibility
for any and all delays in the supply of any materials within the scope of supply and no
such delay or failure in respect thereof shall anywise render the Owner liable for any
claim or damages or compensation notwithstanding that an increase in the time of
performance of the Contractor is involved by virtue of the delay or failure and
notwithstanding that any labour, machinery or equipment brought upon the site by the
Contractor or any sub-Contractor is rendered idle by such delay or failure and the
Contractor undertakes to indemnify and keep indemnified the Owner from and against
any and all transactions, demands and proceedings whatsoever or the resultant costs
Tender No. PLCC/PHDPL/CL/1348
Special Conditions of Contract [Section-A- Technical]

Page 47 of 77

<bx + E{x ]b
({<{<x |M)
xBb

(including between attorney and client), charges and expenses and losses and
damages incurred by such delay or failure. Without prejudice to the generality of the
foregoing, it is specifically declared that except in the case of force majeure as
hereinafter referred to, any delay or failure by the Contractor to supply, any materials
within the Contractors scope of supply shall on no account constitute a ground for
extension of time for performance or completion of any work(s).
13.0.0

WATER & POWER SUPPLY

13.1.0

In partial modification of the provisions of clause 3.3.0.0, 3.4.0.0 and 3.5.0.0 of the
GCC, following may be noted:

13.2.0

The contractor shall arrange water/ procure water required for the work at his own
cost for all leads and lifts. IOCL shall not be responsible for supplying water and
Contractor shall ensure timely and adequate supply of water to meet the schedule.

13.3.0

The contractor shall make his own arrangement for power required for the work at his
cost. DG set of suitable capacity may be installed and operated by the contractor at
his cost. IOCL shall not be responsible for power supply and contractor shall ensure
proper supply of electricity to meet the schedule. The electrical works shall be carried
out through Licensed Electrical personal only.

14.0.0

TIME OF COMPLETION

14.1.0

Time of completion for the entire works shall be 15 (Fifteen) months for each Group
of work from the date of issue of Specific notice by Engineer-in Charge and Specific
notice will be issued within 03 (three) months from the date of issue of Letter of
Acceptance.

14.2.0

The aforementioned time of completion shall be inclusive of mobilisation period,


intervening monsoon(s) and time required for approval of the design, procedure and
materials.

15.0.0

CLASSIFICATION OF CROSSINGS

15.1.0

For the purpose of payment, the mainline crossings have been classified in the
following categories :
i)

Laying mainline by open cut crossing method across roads, drains, canals,
other watercourses, ponds / dobas / low lying areas using normal/ heavy wall
line pipe shall be classified as mainline work. Concrete sheathing, if necessary,
for the pipeline across ponds / dobas / low lying areas etc., shall be paid
separately as per the relevant Item of SOR.

ii)

Laying mainline across railway tracks, major roads and canals using bored
cased crossing method shall be classified as cased crossings and shall be
paid for separately under relevant Item of SOR.

iii)

Laying mainline across major waterways using concrete coated line pipes of
heavier wall thickness shall be classified as submerged crossings and shall be
paid for separately under relevant items of SOR. Concrete sheathing shall be
paid separately as per the relevant Item of SOR.

iv)

Laying mainline across swampy/ marshy areas using concrete coated line pipes
of heavier wall thickness shall be classified as marshy area and shall be paid
for separately under relevant items of SOR. Concrete sheathing shall be paid
separately as per the relevant Item of SOR.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 48 of 77

<bx + E{x ]b
({<{<x |M)
xBb

v)

Laying mainline across canal/ drain/ highway/ marshy area/ forest area etc. by
Horizontal Directional Drilling (HDD) technique shall be classified as HDD
crossings and shall be paid for separately under relevant items of SOR.

16.0.0

MEASUREMENT AND PAYMENT

16.1.0

Mainline laying and HDD works

16.1.1

Measurement for laying of mainline shall be made on the basis of length of completed
mainline installed, as per Pipe Book, between barrel to barrel i.e scraper launching
barrel at the exit of one station and scraper receiving barrel at the entry of the
succeeding station and it shall be exclusive of the pipeline lengths measured for
cased crossings & HDD crossings as mentioned in the following clauses:
i)

The measurement for Cased crossings shall be as per the actual length of
casing pipe installed.

ii)

The measurement for laying of pipeline across major waterways (i.e. submerged
crossing using heavy wall pipes) shall be made on the basis of the actual length
of the pipe measured from the end of over bend pipe on one bank to that on the
other bank (both over bends inclusive)

iii) The measurement for laying of pipeline across marshy areas (using heavy wall
pipes and concrete coating) shall be made on the basis of the actual length of the
concrete coated pipes installed from end to end.
iv) Payment for installation of HDD crossings shall be made on the basis of actual
length of completed HDD installed and measured between the two hook-up
points with mainline on both sides and as per approved drawing.
v)

Payment for valve installation shall be on unit basis and shall include pup pieces
on either side of the valve. The length of valve installation to be excluded from
mainline length including pup piece at both the ends.

vi) Payment for Rock trenching shall be made on the basis of quantity of rock
trenching as per standard trench drawings/ actual trenching whichever is less as
per instructions of EIC.
vii) Payment for sand padding shall be made on the basis of length of pipe over
which pre- & post-padding has been done as per instructions of EIC
viii) Payment for Rockshield shall be made on the basis of length of pipe over which
rockshield has been applied as per instructions of EIC.
ix) For those cased crossings, other than Railways, if crossing methodology is
changed to HDD technique in place of cased crossing (by auger boring) as per
tender, the length of HDD which shall be measured for payment shall be
equivalent to length of cased crossing indicated in tender/ drawings.
16.1.2

Turning Points (TPs) and their total numbers indicated in the accompanying Route
Maps are indicative. There is possibility of change in this due to diversion during
construction. Tenderers shall make their own assessment of number of TPs, field
bends (both horizontal as well as vertical) along the pipeline route. No extra payment
shall be made on account of increase in TPs and number of field bends.

16.1.3

The accompanying Route Maps are meant for reference purpose only. The pipeline
shall be laid in the ROW acquired by the Owner as per the instructions of Engineer-inCharge.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 49 of 77

<bx + E{x ]b
({<{<x |M)
xBb

16.2.0

Civil works
(i) In addition to stipulations mentioned in Technical Specifications and Schedule of
Rates, the following sub-clauses shall also apply for determination of mode of
measurement & payment. Method of measurement wherever not so specified
shall be as per relevant parts of IS: 1200 (Latest Edition).
(ii) To distinguish between the work in foundation and superstructure, the following
criteria shall apply and payments shall be made accordingly.
a.

All equipment/ machinery foundation and other RCC structural work done
upto 1.20 meter above finished grade level will be taken as work in
foundation and work above this level will be treated as work in
superstructure.

b.

For buildings, all works upto DPC/plinth level shall be treated as work in
foundations and all works above this level shall be treated as work in
superstructure.

c.

All payments such as flat brick soling, brick on edge soling with or without
mortar and works of similar nature in drains, etc. shall be treated as work
done in foundation irrespective of nomenclature and level given anywhere
and irrespective of their locations.

d.

Unless otherwise stated all works for sumps below ground, pits, chambers,
trenches, culverts etc. and all work of similar nature would be treated as
work in foundations.

e.

For compound wall where no DPC/ plinth beam is provided, work done upto
1.20 metre above finished grade level shall be treated as work in foundation
and balance works in superstructure. For compound wall where DPC/
plinth beam is provided, work done upto DPC/ plinth beam shall be treated
as work in foundation and all works above this level shall be treated as
work in superstructure. For compound wall where both DPC and plinth
beam is provided, work done upto DPC shall be treated as work in
foundation and all works above this level shall be treated as work in
superstructure.

f.

For fencing all works upto PCC coping shall be treated as work in
foundation and all works above this level shall be treated as work in
superstructure.

g.

Length of pile for payment shall be measured from the bottom of pile cap
only.

h.

Payment for excavation of earthwork shall be made only as per dimensions


indicated in drawings for the foundation of the structure(s). No extra
payment shall be made for working space etc.
Payment shall be made for the composite items as per schedule of rates
(SOR) based on measurement of the executed work for the Running
Account bills as per provisions of clause 6.4.0.0 and associated subclauses of General Conditions of Contract.

16.3.0

Mechanical Works

16.3.1

Subject to the provisions of clause 6.4.0.0 and associated sub-clauses of GCC, On


Account payment will be made with the following measurement methodology for
different items / works executed :

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 50 of 77

<bx + E{x ]b
({<{<x |M)
xBb

i)

Measurement of weights will be in metric tons corrected to the nearest kilogram,


and will be excluding the weight of packing etc.

ii)

Linear measurement will be in metric system corrected to the nearest centimetre.

iii) Piping shall include flanges, tees and other fittings and shall be measured along
the centre line of pipe, no extra payment will be made for flanges, tees and other
fittings. Face to face length of valve shall be excluded.
iv) Reducers shall be measured as pipe of the larger diameter.
v)

Branch pipes shall be measured from the crown of the header and allowance
equal to one half of the diameter of the branch pipe will be added to the
measured length of the branch pipe.

vi) Unless otherwise specifically stated in the Schedule of Rates, payment for works
related to equipment, machinery, vessels etc. will be made on MT basis. The
weights shall be based on manufacturer's document. Where manufacturers
documents do not contain this information, Contractor shall get the weight
established before taking up the job (for the purpose of payment) and approved
by the Engineer-in-Charge, whose decision in this regard shall be final. The
quantities shown in the Schedule of Rates are indicative and may vary.
vii) If equipment piping such as for cooling water, for oil circulation, for air ducts etc.
are supplied to the Contractor in prefabricated condition with the equipment, the
weights of these will be added to the respective machinery, for the purpose of
payments. In case, these are required to be fabricated and erected by the
Contractor, these will be paid for as per the rates applicable for the respective
sizes of piping.
viii) Payment for steel structures under the respective item of Schedule of Rates shall
include but not limited to supply, transportation, fabrication, erection and painting
and shall be on weight basis as computed from relevant drawings / bill of
materials.
ix) Welds, bolts, nuts, washers, wedges, shims and packing plates shall not be
measured and such items shall be deemed to have been accounted for in the
relevant item of Schedule of Rates.
x)

Payment of erection of valves shall be done on unit basis.

xi) The payment of Owner-supplied plates for fabrication and erection of any tanks
shall be made on the basis of actual measurement after erection.
xii) The payment for painting of piping will be made on actual surface area painted. In
computing the area of piping for payment in respect of painting work, the nominal
diameter of the respective section of piping and the length measured in
accordance with the provisions of sub-clauses (ii) to (v) above, shall form the
basis, irrespective of the pipe wall thickness, actual OD as well as number, type
and size of specials and fittings installed on the respective section of piping
(Erection and painting of valves and structural works are separately paid under
the relevant item and will not be counted as piping both for erection and painting).
xiii) The payment for radiography of welded joints, falling in the portion between the
insulating couplings at the entry and exit of the station, will be on unit basis as per
relevant item of Schedule of Rates.
xiv) No separate payment shall be made for fabrication of rise and sag bends
for installation within the station premises, near scrapper barrel.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 51 of 77

<bx + E{x ]b
({<{<x |M)
xBb

xv) Payment shall be released on completion of job in all respects to the satisfaction
of Site Engineer / Engineer-in-Charge. In case, the job is carried out in phases,
the payment for first unit shall be released on completion and job w.r.t. second
unit and so on.
17.0.0

ON ACCOUNT PAYMENT

17.1.0

Mainline laying works

17.1.1

Without prejudice to the provisions of clause 6.4.0.0 of GCC, in applying unit


measurement for the purpose of preparation of Running Account Bill(s) for mainline
work, the mainline work shall be broken up into the following operations relative to
each of which the completed operation for the measured length shall be reckoned as
representing in terms of value of the percentage mentioned hereof of the lump sum
rate of the mainline work specified in the Schedule of Rates, namely :
i)

ROW clearing and grading

7.5% (seven and half percent)

ii)

Transportation of coated pipes

10% (ten percent)

Inspection

15% (fifteen percent)

iv)

Trenching

7.5% (seven and half percent)

v)

Field joint coating & lowering

15% (fifteen percent)

vi)

Backfilling

7.5% (seven and half percent)

vii)

Tieing-in

15% (fifteen percent percent)

viii)

Testing

10% (ten percent)

ix)

Clean-up, restoration

12.5% (twelve & half percent)

& stringing
iii)

Welding including radiographic

& submission of As-built


Drawings & pipe-book
Total :

--------------------------------100% (one hundred per cent)


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

Note:
(a) On-Account payment against "Backfilling" beyond a total quantity of 30km
in each mainline Spread shall be released upon completion of TCP works
for the buried pipeline section.
(b) At any stage, payment against Backfilling, in each Spread, shall not
exceed 30 Km for the portion where TCP work is not completed.
(c) During the progress of construction of the main line, the distance between
the front end operations of clearing & grading and the back end operation of
back-filling shall not exceed 20Km or shall be within the limit as instructed
by the Engineer-in-Charge. OWNER can suspend CONTRACTORs operation
except for backfilling at CONTRACTORs risk & cost till the gap is reduced to the
aforesaid limits.
(d) Clean up and restoration work shall not be left incomplete for more than 15
(fifteen) days after completion of back-filling. The OWNER shall also have
authority to suspend at CONTRACTOR's risks & costs CONTRACTOR's

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 52 of 77

<bx + E{x ]b
({<{<x |M)
xBb

operations except for back filling and clean up & restoration wherever the cleanup
& restoration work is left incomplete beyond the said limit.
(e) The CONTRACTOR shall not be entitled to any compensation for or resultant
upon suspension as enumerated herein above.
17.1.2

Each of the operations mentioned above with regard to the mainline work shall be
separately measured, and the Running Account Bill shall be drawn by applying to the
measured quantity, the percentage of the lump sum rate for the measured unit of the
mainline work as specified there against.

17.1.3

Tie-ins shall be measured for the purpose of Running Account Bill(s) only on
completion of all tie-ins excluding those tie-ins left out for completion of hydrostatic
testing, submerged crossing, cased crossing & HDD crossings in a given pipeline
section. Engineer-in-Charge shall effect pro-rata reductions for tie-ins between the
measured stretches.

17.1.4

In the case of cased crossing, 80% payment shall be made after insertion of carrier
pipe and end sealing. Balance 20% payment shall be made after completion of all the
works including tieing-in at both ends and providing firm support to carrier pipe at both
ends to prevent settlement of carrier pipe with respect to casing pipe and submission
of As-built drawings.

17.1.5

In the case of submerged crossing, 80% payment shall be made after post
installation hydro testing. Balance 20% payment shall be made after completion of all
the works including tieing-in at both ends and submission of As-built drawings

17.1.6

In the case of items for which the contract stipulates a lump sum as payable for the
work or where the lump sum rate is stipulated for a measured unit of the work in the
Schedule of Rates in respect of any work or part thereof and/ or the works are not at
any intervening stage capable of being measured, the Owner may, at its discretion,
pay on a Running Account Bill prepared by the Contractor according to the provisions
of clause 6.4.1.1 of GCC, the percentage of the lump sum rate provided for the
entirety of the work or item or work, as the case may be, on the basis of a value
assessment of such work certified for payment by the Engineer-in-Charge.

17.1.7

The amount certified for payment by the Engineer-in-Charge on any Running Account
Bill or otherwise within the provisions of clause 6.4.1.1 of GCC shall be conclusive for
the determination of any on account payments as envisaged in clause 6.4.1.0 of GCC
and no claim shall be entertained by the Owner contrary thereto or in contradiction
thereof.

17.2.0
17.2.1

Installation of HDD
Without prejudice to the provisions of Clause 6.4.1.2 and 6.4.1.3 of GCC, in applying
unit measurement for the purpose of preparation of Running Account Bill(s) against
relevant Item of Schedule of Rates, the payment shall be released to the Contractor
on the basis of accepted unit rates specified in the Schedule of Rates of the contract
in the following manner:
S.
No.

Activity

%age
payment

On approval of design calculations by Owner, completion of


pipe string preparation, pre-installation hydro-test, joint
coating, transportation of HDPE pipes to site and preparation
and testing of HDPE conduit for OFC and pre-installation
testing of OFC.

15%

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 53 of 77

<bx + E{x ]b
({<{<x |M)
xBb

17.3.0
17.3.1

Activity

%age
payment

On successful installation of carrier pipe and HDPE conduit


along the approved alignment, successful blowing of OFC
through the already installed HDPE conduit, completion of
post installation hydrostatic test, post installation testing of
OFC and completion of temporary cathodic protection works.

70%

On completion of Calliper survey, rectification if any and on


handing over the site to Owner, including final clean up,
demobilisation and final acceptance of work and acceptance
of As-Built drawings & documentation.

15%

Civil works
Payment shall be made for the composite items as per SOR based on measurement
of the executed work for the Running Account bills as per provisions of clause 6.4.0.0
and associated sub-clauses of GCC.

17.4.0
17.4.1

S.
No.

Mechanical Works
Subject to the provisions of clause 6.4.0.0 and associated sub-clauses of GCC, On
Account payment will be made for the following items on the basis provided
thereunder. Each stage of payment as indicated hereunder shall be applicable only
when the work has been accepted in accordance with the tender specification up to
that particular stage:
i)

Contractor-supplied materials / equipment


S.
No.
1
2

ii)

Percentage
payment
90%
10%

Detail of work

After supply of materials at site and acceptance.


After erection and commissioning of the relevant
item of work in all respects.
Erection of Owner-supplied machinery & equipment

S.
No.
1

Percentage
payment
30%

40%

After alignment, grouting, checking & testing of the


equipment.

20%

After final alignment and initial filling up of lubricants,


greases etc. and trial run.

10%

iii)

Detail of work
After placing the equipment on foundation

After completion of the relevant item of work in all respects.


Erection of vessels, Scrapper Barrels etc.

S.
No.
1

Percentage
payment
40%

50%

Detail of work
On placement on foundation.
After alignment, grouting, interconnection, hydrostatic testing

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 54 of 77

<bx + E{x ]b
({<{<x |M)
xBb

of vessels.
3
iv)

10%

On completion of the relevant item of work in all respects

Aboveground piping(Process piping)


S.
No.

Percentage
payment

30%

After the piping is fabricated.

40%

After erection, alignment and welding including completion


of radiography and other examinations, repair of weld if any,
and re-radiography & other repeat examination and final
approval.

20%

After lines are flushed, pressure tested, drained and dried.

10%

After completion of the relevant item of work in all respects.

v)

Detail of work

Underground piping(Process piping)


S.
No.

Percentage
payment

Detail of work

40%

After fabrication of pipe sections, welding, completion of


radiography and other examinations, repair of weld, if any
and re-radiography & other repeat examination and final
approval.

30%

After coating & wrapping, inspection of coat & wrap, laying


in trenches and backfilling.

20%

After lines are flushed, pressure tested, drained and dried.

10%

After completion of the relevant item of work in all respects.

vi)

Aboveground piping (Fire water Piping)

S.
No.

Percentage
payment

Detail of work

15%

After the piping is internally coated as per specification.

20%

After the piping is fabricated.

35%

After erection, alignment and welding including completion


of radiography and other examinations, repair of weld if any,
and re-radiography & other repeat examination and final
approval.

20%

After lines are flushed, pressure tested, drained and dried.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 55 of 77

<bx + E{x ]b
({<{<x |M)
xBb

S.
No.

Percentage
payment

Detail of work

10%

After completion of the relevant item of work in all respects.

vii)

Underground piping (Fire water piping)

S.
No.

Percentage
payment

15%

After the piping is internally coated as per specification.

25%

After fabrication of pipe sections, welding, completion of


radiography and other examinations, repair of weld, if any
and re-radiography & other repeat examination and final
approval.

30%

After coating and wrapping in the piping system, laying in


trenches and backfilling.

20%

After lines are flushed, pressure tested, drained and dried.

10%

After completion of the relevant item of work in all respects.

viii)

Detail of work

Erection of valves (within stations)

S.
No.
1

Percentage
payment
70%

20%

After hydrostatic testing.

10%

After completion of the relevant item of work in all respects.

ix)

Detail of work
After placing the valves on supports, aligning, checking,
flanging up or welding with the pipe.

Supply, fabrication and erection of ladders, walkways, platforms etc.


S.
No.
1

Percentage
payment
60%

Detail of work

30%

After fabrication, welding, erection, priming, painting.

10%

After completion of the relevant item of work in all respects.

After supply of materials at site.

x) Design, supply, installation, testing & commissioning of Medium Velocity


water spray system:
S. No.
1

Detail of work
Submission of Design Details including hydraulic
calculations, scheme details, Drawings, Control logics,
termination details, Input requirements, Complete Bill
of Material, Vendor details and their credentials, data

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

% payment
3%

Page 56 of 77

<bx + E{x ]b
({<{<x |M)
xBb

2
3
4
5
6
7
17.5.0

sheets for material, work execution methodology to


Owner for preliminary approval.
Upon approval of above details
Upon supply of all Material at site as per approved Bill
of Material
After installation and erection
After integration of the system with common control
console and monitors already available in the station
Testing and commissioning & demonstration of the
complete system including all auto actuation.
Final documentation & handing over

2%
30%
25%
5%
25%
10%

Electrical & TCP works


Subject to the provisions of clause 6.4.0.0 and associated sub-clauses of GCC, On
Account payment will be made for the following items on the basis provided
thereunder. Each stage of payment as indicated hereunder shall be applicable only
when the work has been accepted in accordance with the tender specification up to
that particular stage:
a.

For Composite items (applicable for both Electrical & TCP works):
Sl.
% Payment
Detail of work
1
60%
After supply of materials at site and acceptance
2
20%
After installation
3
10%
After testing & commissioning
4
10%
After submission of As-Built drawings & Final Clean-up
b. For Supply items (applicable for Electrical works only):
Sl.
% Payment
Detail of work
1
80%
After supply of materials at site and acceptance
2
20%
After successful installation, testing & commissioning
and submission of relevant documents
c. For Services items (applicable for both Electrical & TCP works):
Sl.
% Payment
Detail of work
1
90%
After completion of job and submission of related
document acceptable to EIC
2
10%
After submission of As-Built drawings & Final Clean-up

17.6.0

Instrumentation works
S. No.
A.

Works
Instrumentation
Works

B.

Laying of cables

Percentage Payment
60 % on completion of installation
20 % on completion of calibration,
testing and verification of all test reports
10 % on completion of final integrated
commissioning
10 % on submission of documentation
including as- built documentation
50% payment on completion of cable
laying
30% payment on completion of loop
testing, glanding and termination at both
ends, handover to Owner as per scope
of work
20% payment on submission of

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 57 of 77

<bx + E{x ]b
({<{<x |M)
xBb

17.7.0
17.7.1

S. No.

Works

C.

Supply
Items
defined in Schedule
of Rates

HDPE Pipe laying and OFC Blowing works


FOR SUPPLY OF MATERIALS
S. No.
1

17.7.2

Item Description
Payment
Against receipt of materials at 60% (Sixty percent)
site
relative material.
Against installation and testing
of the item specified in S. No.
1 above as per specifications
and submission of test results
& OTDR traces.
Against submission of As built
drawings/ documents

price

of

30% (Thirty percent) price of


relative material.

10% (Ten percent) price of relative


material.

FOR SERVICES & COMPOSITE WORKS


S. No.
1

3
17.8.0

Percentage Payment
documentation and commissioning of all
equipment as per scope of work
80% on receipt of materials at site
20 % after completion of the related
installation and commissioning works

Item Description
Against laying of the HDPE duct, GI
Pipe, blowing of the Optical Fibre
Cable (OFC) through the HDPE duct,
installation of the RCC joint box, OFC
Joint kits, iD type Electronic markers,
Electronic Marker Locator cum Cable/
Pipe Fault Locator, printed KM
markers, Joint pit markers, jointing /
splicing of the OFC, transportation &
pre-laying testing of owner supplied
OFC etc. as per specifications.
Against testing of installed 40mm
HDPE duct, Optical Fibre Cable as
per specifications, submission of test
results & OTDR traces and handing
over the installed HDPE duct and
Optical Fibre Cable to the Telecom
Contractor.
Against submission of As built
drawings/ documents

Payment
60% (Sixty percent) price of
relative works

30% (Thirty percent) price of


relative works

10% (Ten percent) price of


relative works

The payment against supply of equipment/ material at site will be made by the
Owner only after obtaining an undertaking from the Contractor that such equipment
and materials will be incorporated for the works covered under this contract and
will not be taken out without Owners prior permission. The Contractor has to
hypothecate all these equipments/ materials to the Owner and keep them as
issued items to him.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 58 of 77

<bx + E{x ]b
({<{<x |M)
xBb

17.9.0

Running Account Bill(s) based on payment terms in the Contract shall be paid
based on joint measurement & subject to approval of Engineer-in-charge after
deduction of necessary dues & duties as applicable and payable by the Contractor
in accordance with various provisions made elsewhere in this matter.

17.10.0 Payment of Running Account Bills shall be made within 30 days after its
certification by the Engineer-in-charge.
18.0.0

COMPENSATION FOR FAILURE OF PRE-COATED PIPE DURING HYDROTEST


(Mainline works)

18.1.0

In the event of failure of Owner-supplied pre-coated 10.75 line pipe during field
hydrostatic testing of the mainline, on account of manufacturing defects in the line
pipe, the Contractor shall be paid a lump sum amount of Rs.5,00,000.00 (Rupess
Five Lakh only) for each failure, towards compensation against all the activities
involved in detection, replacement and re-testing of pipeline. The pre-coated pipes
required for replacement shall be issued by the Owner free of cost.

18.2.0

Failure of one or more pipes in a hydrotest section during a single


pressurization cycle shall be considered as a single failure for the purpose of
compensation for hydrostatic failure.

18.3.0

The pre-coated line pipe(s) required for such replacement shall be issued free of cost
by the Owner. However, taking delivery of the pipe from the designated stockpile,
including its transportation to site etc. shall be within the scope of the Contractor.

19.0.0

COMPENSATION FOR FAILURE OF PRE-COATED PIPE DURING PREINSTALLATION HYDROTEST OF CROSSING WORKS (INCLUDING HDD)

19.1.0

In the event of failure in the pipe string for Cased and Submerged crossing, occurring
during the pre-installation hydro test, wherein it has been established that the failure
is due to the manufacturing defect in the line pipe, the Contractor shall be paid a
gross lumpsum amount of Rs. 1.0 lakh (Rupees one lakh only) for each failure
towards replacement of the defective pipes and re-testing the pipe string successfully.
The pre-coated line pipe required for such replacement shall be issued free of cost by
the Owner. However, taking delivery of the pipe from the designated stockpile,
including its transportation to site etc., shall be within the scope of the Contractor.

20.0.0

CONSTRUCTION RIGHT OF WAY (ROW) AND PERMITS

20.1.0

The Owner shall provide to the Contractor free of cost the construction Right of Way
(ROW) and permits (if any) necessary for laying the pipeline in the ROW and across
railway line, highways, roads, rivers, streams, canals, dykes, channels & other
waterways, embankments and other crossings whatsoever for which a permit shall be
required.

20.2.0

The Contractor shall, at his own cost and initiative, have to arrange the
additional land required, if any, for plying / movement of the construction
equipments and associated activities.

20.3.0

The Owner shall endeavour to keep the ROW for the entire pipeline ready for
occupation before commencement of the work by the Contractor. Should, however,
this not be possible, the Contractor shall commence work in respect of such
section(s) of the pipeline for which clearance for occupying the ROW has, for the time
being, been obtained. The Contractor shall, if necessary, because of any problem or
difficulty concerning the ROW or clearance thereof in any section(s) due to any

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 59 of 77

<bx + E{x ]b
({<{<x |M)
xBb

unforeseen or force majeure conditions, forthwith proceed to the next section(s) in


respect of which clearance for occupying the ROW exists and/or in which the
construction work can be continued, and shall move in opposite direction, if
necessary.
20.4.0

In locations, where pipeline is to be laid in the body of a road, canal, dyke or other
structures/ locations under jurisdiction of Government/Public Bodies, the
CONTRACTOR shall perform such work on obtaining the written permission from the
respective Govt./Public bodies under whose jurisdiction it falls without extra
compensation, according to the requirement of concerned Authorities. When it
becomes necessary that CONTRACTOR has to resort to manual digging, installation
of well point system, erection of sheet piling or any other special construction method
in these areas, the contractor shall perform such works and no extra compensation
shall be paid to the CONTRACTOR on this account. CONTRACTOR shall contact
the Authorities concerned in order to become familiar with their requirements. In
locations, where the pipeline has to be laid more or less parallel to an existing
pipeline, cable and/or other utilities in the ROW, CONTRACTOR shall perform the
work to the satisfaction of the Authority of the existing pipeline/ cable/utility. In such
locations CONTRACTOR shall perform work in such a way that even under the worst
weather and flooding conditions, the existing pipeline/utilities remain stable and shall
neither become undermined nor have the tendency to slide towards the trench.
CONTRACTOR shall be liable for any damage occurring to, or resulting from damage
to other pipelines, under ground structures/utilities.

20.5.0

The Owner shall likewise endeavour to furnish the permits/licences required to be


furnished by the Owner under the contract, sufficiently in advance to enable the
Contractor to continue with the work without any hindrance. Should, however, for any
cause such permission /licence not be available in time to match the progress of the
work, the Contractor shall, within the scope of work, forthwith proceed with the work at
the next possible point of its continuance, including movement of the Spread in the
opposite direction, if necessary.

20.6.0

Provided that if the Owner requests the Contractor to shift the Spread to another
location for any reason (other than force majeure) contemplated under clause 22.1.0
or 22.3.1 hereof and movement involved is for more than 20 (twenty) kilometre,
measured along the ROW, the Contractor shall be compensated on the following
basis, subject to due certification by the Engineer-in-Charge.
S.
No.

Description

Applicable compensation for


each full day involved

For equipment actually rendered 50% of the hourly equipment rate


idle
calculated for 8 hours a day

For equipment & personnel 100% of hourly rate for the number of
utilised for Move-out and Move-in hours of actual utilisation

For personnel actually rendered 100% of the hourly manpower rate


idle
upto a maximum of 8 hours a day

Hourly equipment & manpower rates shall be as per the rates which shall be
communicated by Owner to the bidders during Pre-price bid meeting (Refer Special
Instruction to Bidders).
20.7.0 No payment shall be made for idle equipment & personnel (Sl. No. 1 & 3 of above
table clause 20.6.0) for part day involved.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 60 of 77

<bx + E{x ]b
({<{<x |M)
xBb

20.8.0 Provided always that the compensation mentioned above shall be payable only for
one Move-out and one Move-in for each shift of Spread.
20.9.0 The total compensation payable shall on no account exceed Rs. 5,00,000/- (Rupees
five lakh only) for each Move-out and Move-in.
20.10.0 No compensation shall be payable for movement up to 20 (twenty) kilometre
(measured along ROW) or less.
20.11.0 No compensation shall be payable for the movement involved in shifting of the Point
Spread engaged/ deployed in river crossings, cased crossings, watercourse
crossings, tie-ins, HDD crossings etc.
20.12.0 Contractor shall be compensated for the actual time lost in such Move-out and Movein with suitable time extension. The decision of the Engineer-in-Charge shall be final
and binding in this regard.
20.13.0 The width of the newly acquired independent ROW in general is 18m and in
some stretches it is 10m. The width of additional ROW acquired adjacent to
existing ROW shall be 10m.
Certain conditions shall necessitate reduction of this width (e.g. in or adjacent to
farm, plants, parks, factory/ residential areas, orchards, ponds, highways, public
places & thoroughfares, canals, waterways & watercourses, land used for or
adjacent to public utilities, power lines, drains, water & other railway lines, common
ROW etc.) and the reduced width shall be adopted by the Contractor.
20.14.0 The Owner does not warrant that the ROW shall be suitable at all locations for use
and/or movement of any or all equipment of the Contractor and the Contractor shall
be responsible at his own cost and initiative to innovate at site and adopt suitable
means to perform the work in any particular circumstances as may be encountered. If
any additional land is required temporarily for construction activities, the same shall
be arranged by the Contractor at his own cost and initiative.
20.15.0 The Contractor shall not be entitled to any additional compensation over and above
the compensation for the work mentioned in the Schedule of Rates for any hardship
or increased cost caused by any idleness, suspension or disruption of work as a
result of inability of the Owner to arrange permits/ licence required under the contract
to match with the progress and direction of the Spread/ work, or as a result of any
other problem or difficulty concerning the ROW or any crossing or work to enable the
performance of which it is the responsibility of the Owner to obtain the necessary
permit(s) or licence(s). The Contractor shall not be entitled to any compensation
beyond the compensation provided for in the Schedule of Rates on account of
hardship or increased cost caused by the pipeline being routed adjacent to or across
any pipelines, highways, roads, railways, dykes, rivers, canals, lakes, ponds, streams
and other water channels & courses, telephone, telegraph & electric power lines,
cables, poles & wires, guy wires, water pipes, sewers, drains, embankments, cliffs or
other obstacles whatsoever which may physically or otherwise in any manner restrict
or limit the use of ROW or necessitate additional precautions and/or work(s) to lay the
pipeline, or necessitate the use of special methods of construction, all such
contingencies and restrictive features being deemed to have been recognised by the
Contractor and covered in the Schedule of Rates.
20.16.0 It is to be understood that the Owner is liable to pay damages to the person(s)
interested in the land over which the ROW exists for the severance of this land from
the use and occupation of the person entitled thereto. To minimise the Owners
liability for damages, it is essential that the use and occupation of the ROW is
minimised. To this end, it is essential that the Contractor plans his operations in such
Tender No. PLCC/PHDPL/CL/1348
Special Conditions of Contract [Section-A- Technical]

Page 61 of 77

<bx + E{x ]b
({<{<x |M)
xBb

a way that he occupies, at any given time, only such stretch of the ROW as is strictly
necessary for the conduct of the operations, and restores & clears immediately every
stretch of the ROW in which the pipeline has been laid. To this end, it is also essential
that the Contractor should plan his work as to ensure that all the other operations and
works, which utilise the ROW, are performed so far as feasible, prior to,
simultaneously with or immediately after laying the pipeline so that the occupation of
the ROW is minimised. The Engineer-in-Charge will however have the options
depending upon the exigencies of work, to decide upon the point of time at which the
ROW is to be returned to the land Owner
21.0.0

ACCESS TO SITE, EASEMENTS & WAY RIGHTS

21.1.0

Notwithstanding the provisions of clause 3.8.0.0 of GCC, the Contractor shall confine
his operations to the right-of-way unless he has made with persons interested in the
adjoining land capable of permitting the same, arrangements to use land beyond the
ROW for the relative operation(s). Such arrangements shall be entirely at the cost,
initiative and responsibility of the Contractor and shall be in writing, a copy of which
(certified by or on behalf of the Contractor to be a true copy thereof) shall forthwith be
lodged with the Owner and such writing shall specifically stipulate that the Owner
shall not be responsible for any claim or any loss, damage or injury to the land or to
any material, item or things thereon arising out of or in connection with or incidental to
any act or omission of the Contractor and/or his servants, agents and/or workmen and
the Contractor shall keep the Owner indemnified from and against all claims, actions,
demands, and proceeding whatsoever by any persons interested in any land
adjoining the ROW in respect of any act, matter or thing done or omitted by the
Contractor, and/or his servants, agents or workmen.

21.2.0

The Contractor shall at his own cost and initiative arrange for and provide access to
the right-of-way for labour, equipment and material as may be necessary for any
cause in addition to the ingress and egress available from points where the right-ofway intersects public highways. Any arrangements in respect thereof as may be
entered into by the Contractor with any person interested in the land through which
access is sought, shall be in writing and a copy of the writing (certified by or on behalf
of the Contractor to be a true copy thereof) shall forthwith be lodged with the Owner.
Such a writing shall specifically stipulate that the Owner shall not be responsible for
any claims under the contract or for any damage, loss or injury to the land or any
material, item or thing thereon arising out of or in connection with or incidental to any
act or omission of the Contractor and/or his servants, agents and/or workmen and
the Contractor shall keep the Owner indemnified from and against any claim, action or
proceeding in respect thereof.

21.3.0

If under the Act at any time applicable during the performance of the work, the ROW
vested in the Owner shall include a right, for the purpose of entry upon the land in
respect of which the ROW vests, to pass over any other or adjoining land and the
Contractor shall find it necessary to have access to the ROW otherwise than at the
points of ingress and egress available where the ROW intersects public roads, the
Owner may (without any obligation on the part of Owner to do so) permit the
Contractor access to the ROW through the adjoining or any other land in which event
i)

The Contractor shall observe and perform relative to such access all such
conditions and restrictions as may be imposed by the Act and/or the Owner
relative to such access;

ii)

The Contractor shall use for the purpose of such access the minimum width or
strip of land as shall be necessary for the transportation of the necessary labour,

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 62 of 77

<bx + E{x ]b
({<{<x |M)
xBb

materials, plant and apparatus thereon, and shall choose locations so far as
possible free from any crop, trees or other valuable vegetation;
iii)

The Contractor shall cause to the adjoining or other land through which access
is permitted and to all crops & trees and other things thereon only such damage
as shall be strictly necessary for the purpose of access;

iv)

The Contractor shall limit the duration of the access in its totality to the time for
which it is strictly necessary;

v)

The Contractor shall settle with all persons interested in a land through which
the access is permitted, the compensation for any damage, loss or injury
sustained by virtue of the access, and failing such settlement by the Contractor,
the Contractor shall abide by any settlement arrived at by the Engineer-inCharge with any such person(s) in this behalf, and failing such settlement, the
Contractor shall bear and pay to all persons interested in the land for which
access is permitted such compensation for the loss, damage /injury sustained
as may be payable under and/or determined by any authority prescribed under
the Act;

vi)

The Contractor shall keep the Owner indemnified from and against any and all
third party claims arising out of or in connection with such access or any act,
deed, matter or thing done by the Contractor and/or his servants, agents,
workmen or Sub-Contractor(s) in or relative to such access.

21.4.0

The Contractor shall at his own cost & initiative arrange for and obtain all necessary
permissions, permits, consents and licences as may be necessary to transport the
Contractor's materials, tools, equipment, machinery and labour along or across any
highway, roadway, railway, bridge, dyke, dam or embankment or lake, pond, river,
toll, octroi, or other line, border or barrier (including along the ROW).

22.0.0

SUSPENSION OF WORK & SUPPLY (for mainline works only)

22.1.0

The Engineer-in-Charge may at any time(s), at his discretion, should he consider that
the circumstances so warrant (the decision of the Engineer-in-Charge as to the
existence of circumstances warranting such suspension shall be final and binding
upon the Contractor), by notice in writing to the Contractor, temporarily suspend the
work or supply of Owner-supplied materials or any part thereof for such period(s) as
the Engineer-in-Charge shall deem necessary, and the Contractor shall upon receipt
of the order of suspension shall forthwith suspend the work(s) or such part thereof as
shall have been suspended until he has received a written order from the Engineer-inCharge to proceed with the work suspended or any part thereof.

22.2.0

During the period of any suspension as mentioned above, the Contractor shall at his
own cost within the scope of the relative work properly protect and secure the work
and materials so far as is necessary in the opinion of the Engineer-in-Charge.

22.3.0

If a suspension under the above clause affecting the work(s) occurs for any reason(s)
attributable to the Owner subject to the fact that Move-out notice is not issued as per
the relative clause of Special Conditions of Contract and remains in operation for
more than 48 hours at a stretch, the Contractor may by written notice to the Site
Engineer (with a copy to the Engineer-in-Charge) notify his intention to claim
Standby Allowance for the continuance of the suspension thereafter and shall,
upon communication of notice to the Site Engineer, furnish a list of all Contractors
equipment and personnel and labour on Contractors payroll rendered idle directly by
such suspension, and shall thereafter so long as the order of suspension remains in

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 63 of 77

<bx + E{x ]b
({<{<x |M)
xBb

force, once in every 24 (twenty four) hours, cause a like statement which will be
jointly compiled and signed with the Site Engineer.
22.4.0

Effective from communication of the said notice by the Contractor up to


communication of an order of the Engineer-in-Charge or Site Engineer removing the
relative suspension the Contractor shall be entitled to a Standby Allowance as
hereunder provided for Contractors equipment, personnel and labour actually and
directly rendered idle by the suspension.
S.
No.

Description

Applicable compensation for


each full day consequent idleness

For equipment actually and directly


rendered idle

50% of the hourly equipment rate


calculated for 8 hours a day

For personnel actually and directly


rendered idle

100% of the hourly manpower rate up to


a maximum of 8 hours a day

Hourly equipment & manpower rates shall be as per the rates which shall be
communicated by Owner to the bidders during Pre-price bid meeting (Refer Clause
Pre-price bid meeting of Special Instruction to Bidders).
22.5.0

Day shall mean each 24 (twenty four) hours period commencing from 00 Hours
(midnight) and terminating at 00 Hours (midnight).

22.6.0

No Standby Allowance shall be permissible for part days involved.

22.7.0

Compensation payable on account of suspension of mainline work, effected by


owner, shall be limited to a maximum amount of Rs. 2,00,000/- (Rupees two lakh
only) per day per Spread subject to an upper limit of Rs. 50,00,000/- (Rupees fifty
lakh only), for the entire works, separately under each Group, irrespective of the total
number of days of suspension.

22.8.0

If any dispute arises as to whether any particular equipment/ personnel/ labour was
actually and directly rendered idle or not by virtue of the suspension, or any
personnel/ labour concerned was on the pay roll of the Contractor or not or is
employed in a managerial or supervisory capacity or not, or as to the hours during
which the equipment/ personnel/ labour operated or worked on any day, the decision
on the Engineer-in-Charge shall be final and binding upon the Contractor.

22.9.0

Except for the Standby Allowance provided above, the Contractor shall not be entitled
to compensation for loss or damage sustained by the Contractor by virtue of
suspension as aforesaid or for any additional costs, charges, or expenses incurred or
liable to be incurred by the Contractor resultant thereupon.

22.10.0 If the suspension under clause 22.1.0 is for force majeure as defined in clause
4.3.8.0 of GCC or by reason(s) of default or failure on the part of the Contractor or is
for the purpose of ensuring safety of the work(s) or any part thereof or is necessary
for the proper execution of the work(s) or is for reason(s) of weather affecting the
safety or quality of the work(s) or materials (the reasons for the suspension stated by
the Engineer-in-Charge in any notice of suspension as aforesaid, inclusive as to
existence of default or failure on the part of the Contractor, if so stated in the notice,
shall be final and binding upon the Contractor), the Contractor shall not be entitled to
claim compensation for any loss or damage sustained by the Contractor by virtue of
any suspension as aforesaid notwithstanding that consequent upon such suspension
the machinery, equipment and/ or labour of the Contractor or any part thereof shall
be or become or be rendered idle and notwithstanding that the Contractor shall be

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 64 of 77

<bx + E{x ]b
({<{<x |M)
xBb

liable to pay salary, wages or hire charges or bear other charges and expenses
thereof or for.
22.11.0 Unless the suspension is by reason of default or failure on the part of the
CONTRACTOR (and the reasons for the suspension stated by the Engineer-inCharge in any notice of suspension as aforesaid inclusive as to the existence of
default or failure on the part of the CONTRACTOR if so stated in the notice shall be
final and binding upon the CONTRACTOR), if in the opinion of the CONTRACTOR
such suspension shall necessitate any extension in the time of completion, the
provision of GCC clause 4.3.5.0 hereof and related clauses in respect of extension of
time shall apply.
22.12.0 In the event of such termination being upon a suspension consequent to a default or
failure by the CONTRACTOR, the CONTRACTOR shall not be entitled to any
damage, compensation, loss of profit or other compensation whatsoever in addition to
payment for the completed supplies made and completed works done in accordance
with the terms of the Contract in accordance with the provisions of GCC clause
2.7.2.1 and 2.7.3.0.
22.13.0 Notwithstanding anything provided in clause 2.7.0.0 and/or clause 2.8.0.0 of GCC and
related clauses thereunder, upon cancellation of the contract under the provisions of
clause 2.7.1.0 of GCC or termination of the contract under provisions of clause
2.8.2.2 of GCC, the provisions of clause 7.0.3.0 to 7.0.7.0 of GCC consequent upon
termination of contract, shall apply. Should be termination be one to which the
provisions of clause 2.8.2.3 of GCC apply, then the provisions of clauses 7.0.2.0,
7.0.8.0, 7.0.9.0, 7.1.0.0 and 7.2.0.0 of GCC, consequent upon the termination of
contract shall also mutatis mutandis apply.
22.14.0 Move-out and Suspension as enumerated above shall be mutually exclusive.
23.0.0

CONDITIONS OF WORK

23.1.0

In addition to the provisions of clause 4.2.0.0 of GCC and other associated clauses
thereunder, notwithstanding the shutdown of work during rain, the Contractor shall
without entitlement to any additional compensation or remuneration at his own cost
and initiative, shall take all steps necessary to protect the trenches already dug, and
pipes already laid, and/or the pipes and other materials, equipment and machinery at
site during the rain and from the effects thereof, and the Contractor shall, at his own
cost and initiative, do and perform all such rectification, repairs and/or re-workings as
shall be necessary.

25.1.0

TEST, INSPECTION AND PERFORMANCE OF WORKS

24.1.0

The Contractor shall carry out the various tests as enumerated in the technical
specifications of this tender document and the technical documents that will be
furnished to him during the performance of the work and no separate payment shall
be made unless otherwise stipulated.

24.2.0

All the tests either on the field or at outside laboratories concerning the execution of
the work and supply of materials by the Contractor shall be carried out by Contractor
at his own cost. All test equipment including all recording/ measuring gauges/
instruments shall be calibrated and necessary certificate of compliance issued by the
Statutory agency/body to the effect that the test equipments / instruments have been
calibrated as per standard practices and found meeting the norms shall have to be
furnished by the Contractor. The entire cost of carrying out such calibration and

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 65 of 77

<bx + E{x ]b
({<{<x |M)
xBb

furnishing of the compliance certificate from a Statutory Authority/ body shall be at the
expense of the Contractor.
24.3.0

The work is subject to inspection at all times by the Engineer-in-Charge. The


Contractor shall carry out all instructions given during inspection and shall ensure that
the work is being carried out according to the technical specifications, the technical
documents and the relevant codes of practice furnished to him during the
performance for the work. Contractor shall discuss his daily work programme with
Engineer-in-Charge before starting the same every day.

24.4.0

Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the Contractor shall carry out the rectification at his own cost.

24.5.0

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

24.6.0

In addition to the provisions of clause 5.2.0.0 of GCC, on no account shall the


Contractor proceed with the backfilling or other underground works by covering up or
otherwise placing beyond reach of inspection or measurement any pipe or work
before inspection by the Site Engineer or his authorised representative. Should the
Contractor do so, the same shall be uncovered at Contractor's risk and expense for
carrying out the inspection and measurement.

24.7.0

In addition to the provisions of clause 5.2.5.0 of GCC, should the Site Engineer on
inspection or test be not satisfied with the quality or workmanship of any work, trench,
joint on weld (the decision of the Site Engineer being final in this behalf), the
Contractor shall re-perform, replace, re-install and/or re-erect as the case may be,
such work, trench, joint or weld, and no such rejected work, trench, weld or item shall
be re-used with reference to the work except with prior permission of the Site
Engineer, and the provisions of clause 5.2.7.0 of GCC shall apply to default by the
Contractor of the provisions of this clause.

24.8.0

In addition to the provisions of clause 5.2.7.0 of GCC, should the Contractor fail to reperform, replace, reinstall and/or re-erect, as the case may be, any work, trench, joint
or weld rejected or found defective within such period as the Engineer-in-Charge may
specify by written notice to the Contractor in this behalf, the Contractor shall be
deemed to be in breach of contract within the provisions of clause 7.0.1.0 of GCC with
regard to termination of contract and associated provisions thereunder and the Owner
shall be entitled (without prejudice to any other right or remedy available to the
Owner) upon expiry of the period specified in said notice, to demolish and/or remove
any rejected/defective work, trench, joint or weld and re-perform, replace, reinstall
and/or re-erect, as the case may be, the same by itself or through other agency or
Contractor at the risks and costs of the Contractor in all respect, and recover the
costs incurred by the Owner in this behalf together with a supervision charge of 15%
(fifteen per cent) thereon admissible to the Owner and the Owner shall be entitled
(without prejudice to any other mode or recovery) to deduct the same from the
Running Account/Final Bill(s) of the Contractor or any money becoming due to the
Contractor from time to time, and the decision of the Engineer-in-Charge as to the
costs incurred by the Owner as aforesaid shall be final and binding upon the
Contractor.

24.9.0

The Contractor shall carry out the various tests as enumerated in the technical
specifications or that will be furnished to him during the performance of the work and
no separate payment shall be made unless otherwise specified.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 66 of 77

<bx + E{x ]b
({<{<x |M)
xBb

25.0.0

FINAL TEST & POSSESSION OF WORK

25.1.0

Without prejudice to the provisions contained in clause 5.3.1.0 of GCC, final


hydrostatic tests of the pipeline shall be undertaken by the Contractor at the risks and
costs of the Contractor in presence of the Site Engineer or his authorised
representative.

25.2.0

Without prejudice to the provisions contained in clause 5.3.0.0 of GCC, upon


satisfactory conclusions of the hydrostatic testing of the pipeline, the Contractor shall
undertake to carry out the calliper survey of the entire section using calliper
instrument vehicle for detection and replacing the dented pipe sections (beyond
permissible limit) at the risk and the cost of the Contractor in the presence of Site
Engineer or his authorised representative.

25.3.0

Without prejudice to the provisions contained in clause 5.3.0.0 of GCC, upon


satisfactory conclusions of the final hydrostatic tests and calliper survey, the Site
Engineer shall prepare a Final Test Certificate(s) witnessed by the Contractor which
shall certify the date on which the final hydrostatic test and calliper survey in respect
of the concerned part(s) have been successfully completed.

25.4.0

Without prejudice to the provisions of clause 5.3.0.0 of GCC, as and from the date of
Final test Certificate in respect of the entire pipeline, the Owner shall be deemed to
have taken over the works.

26.0.0

COMPLETION CERTIFICATE

26.1.0

In partial modifications of the provisions of clause 5.5.1.0 of GCC, within 15 (fifteen)


days of issue of Final Test Certificate the Contractor shall clear the job site of all
pipes, surplus materials, Contractor's labour, equipment and machinery and shall
demolish, dismantle and remove all temporary work structures, and construction and
other items and things whatsoever brought upon, erected upon the job site and not
incorporated in the permanent works and shall remove all rubbish from the job site
and shall clear dress and restore the job site to the satisfaction of the Site Engineer
and shall completely vacate the job site and unless the Contractor shall have fulfilled
other provisions of this clause the works shall not be deemed to have been
completed, and failing compliance by the Contractor of the provisions of this clause,
the provisions of clause 7.0.6.0 of GCC and associated provisions thereunder shall
apply in the same manner as they apply to a failure under clause 7.0.5.0 of GCC.

26.2.0

In addition to the stipulations contained in clause 5.5.2.0 of the General Conditions of


Contract, the Contractor shall submit to the Engineer-in-Charge the following
additional documents in the manner prescribed by the Engineer-in-Charge in this
behalf:
i)

Certificate of completion of embedded works;

ii)

Material reconciliation statement duly verified and certified by the Site Engineer;

iii)

Manufacturers certificates and test certificates for materials supplied by the


Contractor.

iv)

Certificate of control, checking and test of materials;

v)

Certificate for return of all surplus materials, equipment, machinery etc. if any,
supplied by the Owner;

vi)

Trial run record and certificates for piping works;

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 67 of 77

<bx + E{x ]b
({<{<x |M)
xBb

vii)

Operating, maintenance & trouble shooting manuals in four (4) copies each for
the equipment/ system and material supplied by the Contractor under this
Contract.

26.3.0

In addition to the provisions of clause 5.5.3.0 of GCC, if the Engineer-in-Charge is


satisfied of the proper reconciliation and accounting of all materials supplied to the
Contractor by the Owner, the Engineer-in-Charge shall within 14 (fourteen) days of
receipt of the application of the Completion Certificate issue a Completion Certificate
in respect of the works for which the Completion Certificate has been applied. If the
Contractor cannot produce to the satisfaction of the Engineer-in-Charge a Statement
of Reconciliation or other explanation of issues, utilisation and returns of materials
supplied by the Owner to the Contractor, the Engineer-in-Charge shall (after taking
into account irrecoverable losses, if any, as specified or determined to be reasonable
by the Engineer-in-Charge) debit the Contractor, for non-return of such material, and
issue the Completion Certificate subject thereto. The decision of the Engineer-inCharge as to the acceptability of the Material Reconciliation furnished by the
Contractor and as to the irrecoverable losses, if any determined to be reasonable,
shall be final and binding upon the Contractor.

26.4.0

Issue Of Completion Certificate By Engineer-In-Charge shall be subject to the


following:
a)

The Contractor shall collect all the relevant drawings from the Owner
along with the contractor drawings and submit the same to the Electrical
Inspector to get his statutory approval.

b)

On completion of the inspection, the Contractor shall produce approval


certificate from Electrical Inspector to IOCL in original.

c)

Submission of report of testing during commissioning to IOCL in 04 sets.

d)

Submission of as built drawings in 6 sets along with one set of


reproducible.

e)

Submission of No claim certificate by the contractor.

f)

Any other certificate(s) required to be furnished as desired by the Owner.

26.5.0

The Final Bill shall not be accepted for processing unless the requisite completion
certificate accompanies it

27.0.0

COMMISSIONING (associated station works)

27.1.0

Though it is the entire responsibility of the Contractor to commission the complete


system but in case wherever required to render assistance in this behalf to the
Owner, the Contractor shall provide without any cost to the Owner all necessary
inputs including labour and equipment/ machinery to the Owners Engineers as well
as to the supplier's commissioning Engineers to enable them to commission the entire
system including equipments and their auxiliaries.

27.2.0

It shall be the responsibility of the Contractor to arrange the services of the equipment
manufacturer during the commissioning of machinery /equipment /system which are
supplied by the Contractor.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 68 of 77

<bx + E{x ]b
({<{<x |M)
xBb

27.3.0

The Contractor shall provide labour & equipments/machinery for testing and
commissioning of the entire system.

27.4.0

The Contractor at his own cost and initiative shall carry out rectification of defect in
any work done by them without delay to suit and match the commissioning
programme.

28.0.0

COMMISSIONING (MAINLINE)

28.1.0

Though it is the responsibility of the OWNER to commission the complete system but
in case wherever required to render assistance in this behalf to the OWNER, the
Contractor shall provide without any cost to the Owner all necessary inputs including
labour and equipment/ machinery to the Owners Engineers to enable them to
commission the entire system.

28.2.0

The Contractor at his own cost and initiative shall carry out rectification of defect in
any work done by them without delay to suit and match the commissioning
programme.

29.0.0

CALIBRATION

29.1.0

The Contractor shall carry out calibration of tanks (if any). All the liaison work with the
competent authority approving the calibration charts shall be the responsibility of the
Contractor. Contractor shall also be responsible for preparation of charts and
payments of fees to the competent authority for approval of the charts. The rate for
the item for work under chapter of the form of Schedule of Rates shall be deemed to
cover Contractors expenses in these respects.

30.0.0

SPECIFIC REQUIREMENT FOR RADIOGRAPHY AND WELDING INSPECTION


AGENCY Associated Station Works

30.1.0

All process piping welds shall be subjected to 100% radiographic inspection and
hydrant lines to 10% radiographic inspection at random. The Contractor shall arrange
radiographic inspection of welds through an experienced and reputed independent
agency who will be treated as a sub-Contractor. The procedure and quality of
radiographic examination, limits of acceptability, repair and removal of defects etc.
shall be as per API standard 1104. The independent agency to be appointed by the
Contractor for radiographic examination shall be competent to carry out the job and
shall have required qualified personnel such as welding Engineers, Radiographers,
helpers etc. and shall supply necessary equipments and materials such as
radiographic source cameras, films penetrameters, dark room screen etc. The
welding Engineer employed by the agency shall be thoroughly conversant with
welding metallurgy as well as field welding and weld testing practice in accordance
with API Standard 1104, ASME Boiler and Pressure Vessel code and shall be able to
determine the acceptability of welds by visual and radiographic inspection. The
radiographers employed shall be qualified as stipulated in the said codes and must be
fully familiar with radiographic equipments and methods including safety procedure
and thoroughly experienced in the field of radiographic works. He should be aware of
rules and regulations of radiation protection as well as other relevant safety standards
in vogue in the country.

30.2.0

Contractor shall offer all necessary facilities to the Site Engineer such as dark room
with controlled temperature viewer etc. for the examination of radiographic films.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 69 of 77

<bx + E{x ]b
({<{<x |M)
xBb

30.3.0

The welding Engineer of the agency carrying out radiographic examination shall
submit the radiographic films together with his findings, report and recommendation
as to the acceptability or otherwise of welds radiogarphed to the Site Engineer. The
Site Engineer's decision as to the acceptability or otherwise of the welds irrespective
of the opinion or advice tendered by the welding Engineer shall be final and binding
upon the Contractor.

30.4.0

The independent agency to be appointed by the Contractor for radiographic


inspection shall be appointed only with the prior approval of the Engineer-in-Charge.

30.5.0

Testing, performance run, commissioning and handing over:

30.5.1

As a total system, functional testing shall be carried out at site after installation and
commissioning of individual units.

30.5.2

The Contractor shall have to test each equipment used for the new facilities as per
respective IS codes/relevant International codes and to the full satisfaction of the
Owner. After testing the individual equipment, the Contractor shall run the complete
facilities as directed by the Owner at no extra cost to Owner. Any defects found in
design, workmanship or in any of the equipments shall be rectified by the Contractor
at his own cost within a reasonable time to be decided by the Owner and beyond this
period suitable penalty shall be levied and the equipment shall be tested again for
faultless running to the entire satisfaction of the Owner.

30.5.3

The lump sum price quoted for carrying out the works of each item of SOR shall deem
to include all material supply, necessary instruments, skilled and unskilled labour,
supervisory personnel, machinery, spares, wires, cables with protection pipes etc. to
be furnished/ provided by the Contractor, for conducting the test and commissioning.
However, power, required for final testing, commissioning shall be arranged/ supplied
by the Owner free of cost. The recording of test results shall be done jointly with the
Owner's representatives and in the proforma to be approved by the Engineer-inCharge/ Owner and which shall from part of the completion documents.

30.5.4

In case, Owner is not in a position to supply utilities, spares etc. required for testing
and commissioning of the new facilities, it will be the responsibility of the Contractor
on receipt of intimation from the Owner to conduct performance run and commission
the new facilities as mentioned any time during the defect liability period without any
extra cost to the Owner. For this purpose Owner will give two weeks notice to the
Contractor.

31.0.0

SPECIFIC REQUIREMENT FOR CIVIL WORKS

31.1.0

In addition to the stipulation of clause 4.0.3.0 of General Conditions Contract, it is


hereby stipulated that for day to day supervision of site work a graduate Civil
Engineer or an experienced Diploma Civil Engineer (with minimum 10 years
experience) shall be permanently deployed at site. Bio-data of the said engineer shall
be furnished along with the techno-commercial bid. If the said engineer were not
posted at site during execution, it would be considered as non-performance of
contractual obligation.

31.2.0

The contractors must note that relevant IS codes shall be made available at site for
reference whenever demanded.

31.3.0

At locations where earth filling/ area grading is involved the contractor shall take the
levels of the plot on a grid of 10 m x 10 m before commencement of the work. The
grid levels shall be plotted on a drawing with a benchmark reference and jointly
signed by the contractor and Site Engineer.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 70 of 77

<bx + E{x ]b
({<{<x |M)
xBb

32.0.0

SPECIFIC REQUIREMENT FOR ELECTRICAL WORKS

32.1.0

Electrical Inspectors approval / completion

32.1.1

The contractor shall produce in original his license secured from State Electricity
Board to the Engineer-in-Charge for verification. The license number and Photostat
copy of the license shall have to be furnished alongwith the offer. Contractor has to
perform the job with bonafide man recognized by the electricity Board inspectorate.
For this purpose, contractor shall furnish the details of his employees holding
supervisory competency certificate and wiremen license for carrying out electrical
works as they will be actually engaged in the daily execution of his job. On completion
of electrical installation, the contractor shall furnish the completion certificate to the
Electrical Inspectorate. The certificate shall be prescribed in the form as required by
the local inspectorate. The Contractor shall approach the Inspectorate and arrange for
inspection, seek approval in writing before starting up of the testing work and also
before commissioning the installation. However, the necessary fee paid to
Inspectorate shall be reimbursed by the Owner.

32.2.0

Standardisation

32.2.1

Installation methods and procedure for equipment supplied by the contractor shall
conform with standard design and shall be uniform. Particularly for cable jointing,
fixing labels, cable gauging and supports, termination etc., so that installations are
uniform in appearance.

32.3.0

Workmanship (general)

32.3.1

Electrical equipment shall be installed and electrical work undertaken by qualified and
competent tradesman. Manufacturer's installation instruction and recommendations
shall be closely followed at all times. Particular care shall be taken with transformer,
switchgears and other equipment to ensure that the metal joints are clean and that
safe gaps are not exceeded. Adequate weather protection during installation shall be
provided at all times.

32.4.0

Statutory clearances

32.4.1

All statutory clearances required from the State Electricity Boards / Central Electricity
Authority or any other statutory body shall be obtained by the contractor. The owner
shall reimburse the charges incurred against submission of authenticated bills.

32.5.0

Code requirement

32.5.1

The electrical works shall comply with all applicable statutory regulations comprising
of, but not limited to, the following :

Indian Electricity Rules 1956 (with latest amendments)

General Conditions of Power supply of State Electricity Boards

Tariff Advisory Committee

Oil Industry Safety Directorate

Any other statutory Body/ Authority

33.0.0

GUARANTEE

33.1.0

Manufacturers guarantee :

33.1.1

The manufacturer's guarantee for all bought out items shall be made available to the
Owner and shall be valid for the entire defect liability period. However, this does not

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 71 of 77

<bx + E{x ]b
({<{<x |M)
xBb

absolve the Contractor of his responsibilities under defect liability clause to perform in
attending to the defects noticed and rectifying these without any delay.
33.1.2

Manufacturers/ Contractors guarantee, for any replaced equipment shall also be


made available to the Owner and shall be kept valid at least for one year from the
date of last replacement.

33.2.0

Performance guarantee:

33.2.1

The Contractor shall guarantee efficient working of all new facilities etc., for a period
of twelve months from the date of issue of Completion Certificate. Any defects found
in the workmanship of materials, of equipments used or from faulty erections of the
facilities by the Contractor or otherwise defective performance, Contractor shall at his
own cost remedy such defects, within the time specified by Engineer-in-Charge.

33.2.2

If it becomes necessary for the Contractor to replace or renew any defective portions
of the new facilities under this clause, the provisions of this clause shall apply to the
portions of the facilities so replaced or renewed, until the expiry of twelve months from
the date of such replacements or renewals. If any defect is not rectified within a
reasonable time, the Owner/ Engineer-in-Charge may proceed to do the work at
Contractors risk and cost/ expenses but without prejudice to any other rights which
the Engineer-in- Charge/ Owner may have against the Contractor in respect of such
defects.

33.2.3

If the replacement or renewal is of such a nature as may effect the efficiency of the
new facilities, the Contractor should after making such replacement/ repairs or
renewals, furnish the guarantee for the satisfaction of the Engineer-in-Charge.

33.2.4

All inspection, adjustments, or renewals carried out by the Contractor during


performance guarantee period shall be subject to the General Conditions of Contract.

33.2.5

The Contractor shall, at his own cost, in consultation with the Engineer-in-Charge
start and commission the new facilities and prove that they are giving satisfactory
services. The date on which the system is handed over to the Owner shall be taken
as the date of successful commissioning.

33.2.6

The security deposit furnished by the successful Tenderer, as per clause 2.1.0.0 of
General Conditions of Contract, shall be retained till the completion date of guarantee
period (+) plus three months after the defect liability period stated above.

33.2.7

The Contractor shall guarantee for the period mentioned above, the facilities against
defective performance of all equipment/ instruments/ mechanical or electrical parts
under Contractor's scope of supply.

33.2.8

Any defect found either in material or workmanship shall be made good by the
Contractor at his own expenses within the time specified by the Engineer-in- Charge.

33.2.9

In the event of failure of any particular part of any equipment more than three times
during the guarantee period, it shall not be repaired but the complete part shall be
replaced by the Contractor. In case it is found that the above mentioned failure is due
to some other connected part of the equipment, then that part shall also be rectified or
replaced by the Contractor without any extra cost to Owner to avoid such failure in
future. The guarantee for such replaced part shall be extended by one year from the
date of last replacement.

34.0.0

CONSTRUCTION

34.1.0

Rules and Regulations

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 72 of 77

<bx + E{x ]b
({<{<x |M)
xBb

Contractor shall observe, in addition to codes specified in respective specifications, all


national and local laws, rules and regulations and requirements pertaining to the
work. The work at station locations is to be executed within operation installations.
35.0.0

QUALITY ASSURANCE / QUALITY CONTROL PROCEDURES

35.1.0

Quality Assurance & Quality Control procedures and method statements to be


adopted by Contractor during the construction as required in the respective
specifications shall be firmed up in consultation with the owner. Construction activity
shall commence only after firming up of procedures.
The procedure for quality assurance will include the following :
a)

Quality control plans showing the details of all the activities to be examined by the
quality control group of the Contractor and also the activities which are proposed
to be inspected by inspection agency of the Contractor appointed with due
approval of the Owner and along with the documentation which shall be
maintained and submitted to the Owner.

b)

Quality control and quality assurance procedure in case a portion of work or


supply is being carried out by a Sub-contractor/ specialised agency.

35.2.0

Field Inspection

35.3.0

Contractor shall have at all times during the performance of the work, a competent
superintendent on the premises. Any instruction given to the Superintendent shall be
construed as having been given to the Contractor.

35.4.0

Erection and Installation

35.5.0

The Contractor shall carry out required supervision and inspection as per Quality
Assurance plan and furnish all assistance required by the Owner in carrying out
inspection work during this phase. The Owner shall have engineers, inspectors or
other authorised representatives, who shall have free access to the work at all times.
If representative of the Owner notifies the Contractor's authorised representative, of
any deficiency, or recommends action regarding compliance with the specifications,
the Contractor shall make every effort to carry out such instructions to complete the
work conforming to the specifications and approved drawings in the fullest degree
consistent with best engineering practice.

35.6.0

Construction Equipment

35.7.0

Contractor shall cause all construction equipment to be in sound operating condition,


safe and fit for the purpose and use intended for and to have a sufficient supply of
spare parts to avoid delays in the performance of the work resulting from loss of use.
Latest test certificates wherever required shall be made available for reference to the
Site Engineer/ Engineer-in-Charge. All construction equipment shall be subject to
inspection and approval from time to time by the Owner for the purpose of ensuring
conformity with the foregoing standard. Any such equipment which is rejected or not
conforming with the foregoing shall be promptly repaired or removed by Contractor
and if removed shall be replaced as soon as practicable at Contractors expense with
suitable equipment.

36.0.0

SAFETY & POLLUTION CONTROL

36.1.0

In addition to the provisions of clause No. 10.0.0 of General Conditions of Contract,


Contractor shall take all reasonable precautions to avoid pollution or contamination of
the air, land or water arising out of the performance of the work. Should there be a

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 73 of 77

<bx + E{x ]b
({<{<x |M)
xBb

discharge or escape of appreciable quantity of pollutants or contaminants during


performance of its obligations under this Contract which occurs as a result of activities
of Contractor or its sub-Contractor, the Contractor shall immediately take all action
necessary to contain, control, recover or disperse the substance and to eliminate the
safety and environmental risks and correct the damage resulting there from.
37.0.0

RESTRICTION OF VISITORS

37.1.0

The Contractor shall not allow any visitors on the work or premises of the sites without
approval of the Engineer-in-Charge and/or Site Engineer.

38.0.0

ADHERENCE TO SAFETY PROCEDURES AND PRACTICES

38.1.0

With a view to improve the safety aspects of execution of the job based on the job
requirements following penalties will be imposed for violation/non-adherence of safety
procedures:
S No.
Nature of Violation
Penalty
a)
For non use of PPE (Personal Protective Rs. 1000/- per occasion
Equipment)
b)
Working without clearance
Rs. 5000/- per occasion
c)
Violation of applicable safety, health and Rs. 5000/- per occasion
environment related norms
d) *
Violation of applicable safety, health and
environment related norms resulting in
(i) Any physical injury
0.5% of the contract
value (maximum of Rs.
2 lakh) per injury + Rs.
5000/(ii) Fatal accident
1% of the contract
value (maximum of Rs.
10 lakh) per fatality +
Rs. 5000/e)
Hot work without proper Clearance / permit
Rs.
10000/per
occasion
f)
Non Display of name board / Permit etc.
Rs. 500/- per occasion
g)
Non fencing of excavated area in operating Rs. 1000/- per occasion
station
h)
Non-protection of deep excavation by way of Rs.
10000/per
shoring and strutting.
occasion
i)
Over speeding of jeep / bus etc. in operating Rs. 1000/- per occasion
station
j)
Inadequate or non-availability of First Aid Box
Rs. 500/- per occasion
*Aforesaid penalty clause is over and above, the applicable statutory requirements.
In case of accidents depending on the seriousness of injury etc. in addition to the
hospitalization / Treatment charges and Group insurance amount, compensation shall be paid
by the Contractor to the affected person / his family members in presence of Engineer-incharge as per Workmen Compensation Act.

39.0.0

SAFETY PRACTICES WHILE WORKING AT A HEIGHT

39.1.0

In line with OISD guidelines on Safety practices during construction (OISD-GDN192), the contractor shall ensure that additional safety measures like providing Fall
Arrestor type safety belt, Safety net are provided for all activities being done in line

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 74 of 77

<bx + E{x ]b
({<{<x |M)
xBb

with tender requirements at a height of 2.5 mtrs. and more depending upon site
conditions and job requirements.
40.0.0

DRAWINGS

40.1.0

The drawings accompanying this tender documents (in Compact Disk in PDF/ DWG
form) are preliminary and are intended to be studied by the Tenderer in order to form
an idea about the nature and extent of works involved. The tenderers are required to
base their proposals on their independent survey.

40.2.0

The drawings and detailed specifications submitted by the tenderers (as part of their
proposals) shall give all details such as dimensions, weights, manufacturer's name of
materials, catalogues, details of supporting drawings and general arrangements, data
etc.

40.3.0

Approved for Construction drawings shall be issued to the Contractor progressively in


due course matching with the progress of work.

40.4.0

All dimensions / details on drawings must be in metric units. However where the items
are marked in other standards & units, the metric units shall be shown in brackets
along with other such units.

40.5.0

All drawings prepared for this work after award of the work shall be the property of the
owner and the contractor shall not use the same for any other work except the work
under this contract.

40.6.0

Drawings for execution of works must be submitted by the contractor to the owner, for
approval, within 15 days from the date of issuance of letter of Acceptance. Any point
raised by Owner regarding clarifications/ changes in the drawings and documents
shall be cleared/ incorporated in the drawings to the entire satisfaction of the owner
without any extra cost and without prejudice to the contractual responsibility of the
contractor, for the correctness & soundness of the drawings, documents detail
engineering documents etc. Any change/ modifications carried out by contractor, at
the instance of the owner shall not absolve the contractor of his responsibility for the
correctness of the drawings, detail engineering s etc. adopted by him for the work.
After the completion of the work all the site modifications shall be incorporated in the
drawings and 6 sets of 'As Built' drawings shall be supplied to the owner as per
provisions herein.

41.0.0

DOCUMENTATION

41.1.0

AS-BUILT drawings and Documents (Mainline works)

41.1.1

Notwithstanding the provision contained in standard specifications, upon completion


of work, the Contractor shall submit the following drawings and documents to the ASBUILT stage (including all vendor / sub-vendor drawings for bought out items) and
provide the Owner including electronic copies using AUTOCAD in DVD, but not
limited to, the following :
i)

Route Map with crossing details (DVD + 6 signed copies)

ii)

Profile Map (DVD + 6 signed copies)

iii)

Individual Crossing Drawings (DVD + 6 signed copies)


(a)

Open Cut Heavy Wall Road crossings

(b)

Open cut Canal/ drain/ minor water course crossings

(c)

Cased Road / Railway / Canal crossings

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 75 of 77

<bx + E{x ]b
({<{<x |M)
xBb

(d)

Submerged Crossings (River / drain / major water course)

(e)

HDD Crossings

iv)

Alignment Plan of entire Pipeline showing all relevant ROW and pipeline details
including but not limited to ROW boundary, pipeline, OFC, Pipeline markers
(Boundary pillar, T.P.s, Warning signs), T.L.P.s, OFC cable details like joint pits
etc., Crossings including HT line crossings etc. with reference/ distance from
nearby permanent features (Original + 5 copies).

v)

Pipe Book containing all details as per approved Format (original + 5 copies).

vi)

Approved Mainline Procedures including WPS, PQT, PQR (DVD + original + 5


copies)

vii)

Permission from authorities for work execution of crossings (original)

viii) Detailed Calliper Survey Reports (original + 5 copies)


ix)

Hydrotest Reports ( original + 5 copies)

x)

Test report of Hydrotest


manufacturer (original)

xi)

Test Certificates of all Contractor-supplied materials and consumables including


Batch test certificates of Welding Electrodes (6 copies)

xii)

Calibration test certificates of all measuring/ recording/ testing equipment used


in the work (6 copies)

water

and

recommendation

of

preservative

xiii) Daily Progress & Inspection Reports (Original)


xiv)

Radiography Reports (Original)

xv)

Radiographs of field weld joints and repairs (original)

xvi) No-Objection Certificates (NOC) from farmers, local bodies, authorities etc.
pertaining to entire ROW, after restoration of land.
xvii) Indemnity Certificate in favour of IOCL pertaining to settlement of claims arising
out of non-restoration/ improper restoration to satisfaction of landowner/
authority etc.
Six (6) hard copies of As built drawings along with a soft copy of CAD Drawings
in DVD media shall be submitted. Bidder to note that all documentation shall be
clear and legible and is to be submitted in proper bound folders. Photocopied
documents shall not be acceptable.
The As-built Drawings/ Documents shall bear the signatures of the Contractor
and shall be duly verified/ approved by the Engineer-in-Charge after review.
42.0.0

AS-BUILT drawings (station works)

42.1.0

Notwithstanding the provision contained in standard specifications, upon completion


of work, the Contractor shall complete all of the related drawings to the AS-BUILT
stage (including all vendor / sub-vendor drawings for bought out items) and provide
the Owner, but not limited to, the following :
i)

General layout drawings

ii)

Assembly piping area drawings

iii)

Isometric drawings of piping area

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 76 of 77

<bx + E{x ]b
({<{<x |M)
xBb

iv) Piping & Instrument drawings.


v)

Fire Hydrant Network

vi) Drawing for Fire Alarm System


vii) Drawings for Contractor-supplied equipments
viii) Schematic drawings for auxiliary systems
ix) Power cable and control cable layout
x)

Single line diagram of the station electrical system.

xi) Single line diagram of power supply system, MCC.


xii) Drawings for building and structures
xiii) All drawings of control system/ instrumentation etc.
42.1.1

42.1.2

Datasheets
i)

Data sheet of equipments

ii)

Operating parameters of systems

Equipment drawings (Contractor-supplied)


i)

Manufacturers drawings of equipments with dimensions

ii)

Operation & Maintenance manuals

iii)

Trouble shooting manuals

iv) Spare parts manuals


42.1.3

Six (6) hard copies of As built drawings along with a soft copy of CAD Drawings
in DVD media shall be submitted.

42.1.4

All As-Built drawings shall be prepared using electronic software like AutoCAD 2010
etc.

42.1.5

All Data Sheets shall be prepared in MS WORD/ MS EXCEL. Alternatively, hard


copies of the datasheets furnished by the equipment supplier may be scanned and
put in a proper sequence.

42.1.6

4 sets of the soft copies of the document shall be furnished to Engineer-in-Charge.

42.1.7

The Contractor shall ensure that the above soft copy is also loaded in the PC of the
Station-in-Charge (SIC) of that particular station. Electronic copies shall be supplied in
DVDs.
--- // ---

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-A- Technical]

Page 77 of 77

<bx + E{x ]b
({<{<x |M)
xBb
CHAPTER-II - SPECIAL CONDITIONS OF CONTRACT
[SECTION B- COMMERCIAL]
INDEX
1.0.0

GENERAL .....................................................................................................................2

2.0.0

INDEMNITY AND INSURANCE ....................................................................................2

3.0.0

FORCE MAJEURE ........................................................................................................3

4.0.0

SCHEDULE OF RATES ................................................................................................4

5.0.0

PRICE ESCALATION ....................................................................................................4

6.0.0

TAXES & DUTIES .........................................................................................................4

7.0.0

LIMITATION OF LIABILITY ...........................................................................................9

8.0.0

PERSONAL ACTS AND LIABILITIES: ..........................................................................9

9.0.0

REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES .........9

10.0.0

GOVERNMENT OF INDIA NOT LIABLE.......................................................................9

11.0.0

PATENT INDEMNIFICATION......................................................................................10

12.0.0

PROHIBITION OF ENGAGEMENT OF CHILD LABOUR ..........................................10

13.0.0

RESTRICTION OF VISITORS.....................................................................................10

14.0.0

LABOUR LICENCE .....................................................................................................10

15.0.0

DEFINITIONS ..............................................................................................................10

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 1 of 10

<bx + E{x ]b
({<{<x |M)
xBb
CHAPTER II SPECIAL CONDITIONS OF CONTRACT
[SECTION-B - COMMERCIAL]

1.0.0

GENERAL

1.1.0

Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of Contract (GCC), specifications of work, drawings and other documents
forming part of this contract wherever the context so requires.

1.2.0

Notwithstanding the sub-division of the documents into these separate parts and
volumes, every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the contract in so far
as it may be practicable to do so.

1.3.0

Where any provision of the GCC is repugnant to or at variance with any provision of the
SCC, then the provision of the SCC shall be deemed to override the provisions of the
GCC and shall, to the extent of such repugnance or variations, prevail.

1.4.0

Wherever it is mentioned in the specifications that the Contractor shall perform certain
works or provide certain facilities, it is understood that the Contractor shall do so at his
own cost, being deemed to be part of the relevant item in the Schedule of Rates (SOR)
whether expressly stated or not.

1.5.0

The material, design and workmanship shall satisfy the relevant codes and the
specifications contained herein or referred to in the bid documents where the specifications stipulate requirements in addition to those contained in the standard codes and
specification, these additional requirements shall also be satisfied.

2.0.0

INDEMNITY AND INSURANCE

2.1.0

In further to provisions of clause 8.5.0.0 of GCC, the Contractor shall undertake to


provide comprehensive accident insurance coverage in respect of every employee
employed by him for carrying out Owners job. Contractor shall satisfy the Owner of the
same within the time prescribed by the Owner but before the actual commencement of
the job awarded to him.

2.2.0

In partial modification to clause 3.2.1.0 (m) of GCC, the Contractor should take
suitable insurance policy for transit, mainline and HDD works in the tender. A copy
of such policies will be given to the Engineer-In-Charge.

2.3.0

In partial modification to clause 3.2.1.0 (m) of GCC the Storage-cum-Erection policy


for the works at site shall be taken by the Owner (other than transit insurance or
on ROW). Contractor shall be responsible to provide all the documents required by the
insurance company for full settlement of the claims. Any shortfall on claim amount on
account of non-submission of documents by the Contractor shall be recovered from the
Contractor

2.4.0

Regarding insurance following provisions are further incorporated over & above the
provisions of GCC Owner will take the storage cum erection all risk policy insurance of
the project for Owner & Contractor supplied materials (subsequent to its receipt at work
site) for permanent incorporation in the works and services.

2.5.0

Any loss or damage to the materials or any of them during ocean transportation, pending
port/ custom clearance, during inland and port handling, Inland transportation shall be to

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 2 of 10

<bx + E{x ]b
({<{<x |M)
xBb
the account of Contractor and until then, the Contractor shall be exclusively responsible
within the scope of supplies in respect of materials to make good any damage or loss in
the materials.
2.6.0

Owner shall raise the insurance claim in case of damage to the materials upon receipt at
site and all supporting documents for such claims shall be handed over by the
Contractor to the Owner immediately. Contractor shall provide all assistance for such a
claim.

2.7.0

The contractor shall bear the entire cost of arranging all documents/ information,
facilitating inspection/ discussions by the officials / surveyors deputed by the Insurer.
The contractor shall make all efforts to get settlement of claim at the earliest and no time
extension for completion of work will be given for delay on this account.

2.8.0

The cost of Normal Excess (deductible) and depreciation (if any) applicable in the
settlement of insurance claims will be borne by the Contractor. The deductibles
applicable on the policy are as follows:-

2.9.0

Normal Period

5% of claim; Minimum Rs 1 lacs

Testing Period

5% of claim; Minimum Rs 4 lacs

AOG Peril / Major Peril

10% of claim; Minimum Rs 4 lacs

Fire / explosion

10% of claim; Minimum Rs 4 lacs

Terrorism

0.5% of claim; Minimum Rs 1 lacs

Contractor shall be liable solely to adhere to the requirements of the insurer for
settlement of claims without prejudice to the rights of owner/ Insurer. During claim
following steps, which are not exhaustive, are required to be taken care by Contractor.
Timely information for conducting survey.
Protecting the rights of insurer while issuing acknowledgements.
Lodging of monetary claims in time and furnishing of requisite documents to
surveyors/ insurer.
Taking necessary precautions so that the loss/ damage is not aggravated further.
Damaged goods to be protected fully

2.10.0

Any money received by the Owner under any policy or policies of insurance shall be held
by the Owner for proportionate payment to the contractor in respect of any appropriate
repairs undertaken and/or replacement(s) made by the Contractor, with liberty to the
Owner, should the Contractor fail to undertake in whole or part such repairs and/or
replacement(s) and other works necessary consequent upon the occurrence of any
contingency covered by such insurance, without prejudice to any other rights or
remedies available to the Owner in whole or in part towards repair or restoration or the
performance of the necessary work, as the case may be through any other agency(ies.).

2.11.0

Insurance of all the equipments, machinery, plant, tools & tackles, vessels and any other
equipment brought to site for completion of work and which are not meant for permanent
incorporation in the work shall be to the Contractors account and suitable insurance
cover should be taken on his own.

3.0.0

FORCE MAJEURE

3.1.0

In partial modification of clause 4.3.8.0 of GCC, Local "Bandh" shall be included in


"FORCE MAJEURE".

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 3 of 10

<bx + E{x ]b
({<{<x |M)
xBb
4.0.0

SCHEDULE OF RATES

4.1.0

All the items of work mentioned in the schedule of rates and covered by the Contract
shall be carried out as per the drawings, specifications and direction of Engineer-inCharge and shall include all labour, materials, tools, tackles, etc. required to complete
the job.

4.2.0

The Contractor shall be and remain at all time exclusively responsible to provide all
material, consumables, labour supervision, equipment tools machines, permits, licenses,
casements and facilities and other items and things whatsoever required for or in
connection with the work, included but not limited to those indicated by expression or
implication in the Schedule of Rates, Specification, plans, drawings and/or other
Contract documents or howsoever otherwise as shall be or may from time to time at any
time be necessary for or in connection with the work either for incorporation within the
permanent works or in relative to the execution and performance of the work.

4.3.0

Further to Clause No. 6.3.3.0 of General conditions of Contract, the rates stated in the
Schedule of Rates shall not be subject to escalation or increase on any account
whatsoever, other than new taxes, duties, levies etc. imposed by Central or State
Government subsequent to submission of the bid. New taxes, duties, levies etc. will be
reimbursable up to the contractual completion period.

5.0.0

PRICE ESCALATION

5.1.0

The contract price shall be deemed to be firm and valid for the entire duration of the
contract till the completion of work, and shall not be subject to any adjustment due to
increase in price of materials, utilities, taxes, duties etc or any other input for
performance of work and the contract.

6.0.0

TAXES & DUTIES

6.1.0

Further to clause 8.1.1.0 of General conditions of Contract, all duties, taxes (excluding
service tax & cess thereon) and other levies including cess on all duties, taxes and other
levies (excluding service tax & cess thereon) payable by the Contractor under the
contract shall be included in the rate and prices submitted by the bidder.

6.2.0

Further to Clause No. 8.1.1.0 of General conditions of Contract, the CONTRACTOR


shall be exclusively liable for the payment of any and all taxes, duties, levies, etc. now in
force, increased or modified in respect of any work done and/or materials supplied and
for the payment of all contributions and taxes for unemployment compensation,
insurance and old age pension and annuity now, by the Central or any State
Government or any authority with respect to or covered by the wages, salaries or other
compensations paid to persons employed or engaged by the CONTRACTOR and doth
hereby undertake to indemnify and keep indemnified the OWNER from and against the
same and all claims, actions, demands and payments whatsoever against the OWNER
howsoever arising there from or in connection therewith. However, any new taxes,
duties, levies etc. imposed by the Central or State Government, subsequent to the
submission of the final bid price but during the scheduled contractual completion period
shall be reimbursed against documentary evidence. The benefit of any withdrawal of any
existing taxes, duties, levies ,etc must be passed on to IOCL.

6.3.0

FOLLOWING EXEMPTION ARE AVAILABLE FOR PROJECTS UNDER PDRP BY


ORISSA GOVT.

The Orissa Govt. vide Gazette Notification S.R.O.No. 298/2004 dated 7.6.2004 has
exempted machinery, equipment and other schedule goods required for
construction work of Paradip Refinery of IOCL from payment of Orissa Entry Tax.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 4 of 10

<bx + E{x ]b
({<{<x |M)
xBb

The Orissa Govt. vide Gazette Notification N.S.R.O.No. 24/2009 dated 13.1.2009
has exempted goods sold in the course of execution of works contract, to the
petroleum refinery project located in the state of Orrisa.

Bidder shall register with the Sales Tax authorities to avail the exemptions
available as per the Orissa Govt. Gazette Notifications.

Bidder shall register with the Sales Tax authorities to avail the exemptions
available as per the Orissa Govt. Gazette Notifications
Hence, no provision for these taxes shall be made by the Tenderers in their bids for the
works in the State of Orissa. Tenderers shall note this and quote their rates/prices
accordingly. However, in case of re-imposition of Sales Tax on Works
Contract, Royalty payment on sand & Octroi/Entry Tax by Govt. of Orissa, the
same will be reimbursed to Contractor against submission of documentary
evidence.
6.4.0

Sales tax

6.4.1

Further to clause 8.1.1.0 of the General Conditions of Contract, bidders attention is


drawn to the regulation of imposition of the Sales Tax on works contract by certain State
Governments. In case such Sales Tax is already in vogue, the offer of the Bidder shall
be deemed to be inclusive of such Sales Tax and such sales tax shall be deducted at
source from the running account/ final bills. The Bidders shall get their names registered
with Sales Tax Authority of the State Government concerned.

6.4.2

While submitting the bid, bidder to consider the impact of VAT for the States in which
VAT has been implemented. VAT would be applicable for intra-state supplies only in this
tender. Bidder who are considering VAT in the supply item price may indicate (item wise
for items relating to supplies portion of SOR) the details of VAT (in percentage only) and
submit along with technical part of bid.

6.4.3

Bidders are also advised to make themselves fully conversant with applicable VAT laws.
The bidders will have to furnish to the Owner, taxable invoices as per VAT laws for all
such items as referred to above for enabling the Owner to take credit of VAT.

6.4.4

In case, after the award of work, the bidder/contractor fails to submit appropriate tax
invoices in an acceptable form as per our requirement, the amount of VAT informed in
the price bid as above by the bidder will be deducted from the payment due to the party.

6.4.5

The prices inclusive of all taxes & duties (excluding service tax and cess thereon) shall
be firm without any escalation/de-escalation. Price bid to be submitted strictly as per the
format in the price bid.

6.4.6

Fulfillment of all the statutory requirements for supply of materials and services and any
other statutory requirement shall be the exclusive responsibility of the Contractor.

6.4.7

C Forms shall not be issued under this contract.

6.5.0

Income Tax

6.5.1

Income Tax along with surcharge of Income Tax as applicable at the prevailing rate on
the gross amount billed shall be deducted from the Contractor's bill as per applicable
laws.

6.6.0

Service Tax

6.6.1

The price offer for the subject work shall exclude service tax as applicable under
Finance Act, 1994 and subsequent amendments thereto. The bidder shall indicate in its
bid the Service Tax registration no. and in case the Service Tax registration no. is not
obtained, the bidder will give confirmation for obtaining registration with a copy of
application for registration.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 5 of 10

<bx + E{x ]b
({<{<x |M)
xBb
6.6.2

Bidders are required to clearly indicate the rate of Service Tax considered for this job
after abatement, if any, in the format given below and to be submitted along with
technical bid which shall be used in evaluation of price bids. (Table showing different
options available under Service Tax Rules has been attached as Annexure M for
reference of the bidders).
Type of Service Normal rate of Availment
as per Finance Service Tax
of
any
Act 1994
exemption
/ abetment

Rate of Service
tax
under
abetment
scheme (to be
charged
on
value submitted
in the price bid)

Whether
CENVAT
on
inputs / input
services / capital
goods
(as
applicable, Refer
Reference table
at Annexure M)
to be claimed.
(Yes/No)*
5

1
2
3
4
SUPPLY
SERVICES
COMPOSITE
WORKS
* Service tax on abated value is applicable wherever the services provider has not
availed any CENVAT credit on inputs / input services / capital goods (as applicable,
Refer Reference table at Annexure M). Therefore, in case of contractors opts for
abatement scheme, contractor has to furnish a certificate confirming that CENVAT
credit has not been availed on inputs / input services/ capital goods.
ANNEXURE- M
Reference Table on Service Tax composite part with abetment
S. No.

1.

2.

3.

4.

5.

Taxable portion Effective rate


Applicable services
of total value of of Service Tax
contract
including Cess
and HSEC
100%
12.36%
For all type of composite contract
which is not covered under any of
the following categories.
40%
4.944%
For all type of new constructions,
additions or alteration jobs, erection
commissioning or installation of
plant, machinery or equipment or
structure where service provider is
not availing CENVAT credit on
inputs
70%
8.652%
Maintenance
of
machinery,
equipment or appliances, software
where service provider is not
availing CENVAT credit on inputs
60%
7.416%
Repair
and
maintenance
of
immovable
property,
Outdoor
catering contract etc. where service
provider is not availing CENVAT on
inputs
40%
4.944%
Renting of motor vehicle where the

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 6 of 10

<bx + E{x ]b
({<{<x |M)
xBb

6.

25%

3.09%

contractor is not availing CENVAT


credit on inputs, input services and
capital goods and there is no
separate reimbursement on account
of fuel. In other cases serial (1) is
applicable.
For GTA service, CENVAT credit is
not availed by the service provider
on the input, capital goods and input
services

Note:
(1) Above annexure has been attached as a reference table only and in case of
dispute service tax as per latest Act will prevail. Normal present service tax
rate w.e.f 1.4.2012 is 12.36% on applicable services and nil on supply.
(2) Bidders are requested to ascertain the applicable effective rate of service
tax applicable on the quoted price on this job and the same shall be used in
evaluation of bids.
6.6.3

After award of work, Service Tax shall be paid by OWNER to the CONTRACTOR at the
percentage indicated by them in the respective FORMAT against invoices issued in
accordance with the provisions of Rule 4A of the Service Tax Rules 1994 which state
that the each invoice shall be serially numbered and shall contain the following details.
(i)
(ii)
(iii)
(iv)

The name, address and registration number of the service provider


The name and address of the recipient of the taxable service
Description, classification and value of taxable service provided and
The service tax and cess payable on such services

The above details are required to enable Owner to claim CENVAT credit on Service Tax
paid. In case Contractor does not furnish such invoices enabling the Owner to
claim CENVAT benefit then such amount shall not be paid to the Contractor
irrespective of whether the Contractor has paid such amount to the Tax
Authorities. Contractors liability however shall be limited to furnishing of CENVATABLE
invoices.
6.6.4

Statutory variation on Service Tax (as indicated by bidder on above format) as


applicable for the category/service shall be to Owners account up to the contractual
completion period. Any statutory variation in service tax after the contractual completion
period shall be to contractors account.

6.6.5

Under any circumstances whatsoever, the Service Tax payable by IOCL to the
Contractor shall be limited to the rate of Service Tax quoted by the Contractor under
Clause No. 6.6.2 (except for condition mentioned in clause 6.6.4) in the format given
above irrespective of the amount payable by the Contractor towards Service Tax to
Statutory Authorities.

6.7.0

Octroi

6.7.1

The Owner shall either obtain exemption against local Octroi or terminal taxes leviable,
from the local authorities concerned, for all Owner-supplied materials meant for
permanent incorporation in the works or shall reimburse the same to the Contractor
against submission of documentary evidence. However, the Contractor shall within the
scope of work be liable to pay and bear any or all octroi or terminal tax payable on any
materials, goods or equipment supplied or deployed by the Contractor for the work.

6.7.2

Entry Tax, if any, on the materials transported or deployed by the Contractor shall be
on Contractors account.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 7 of 10

<bx + E{x ]b
({<{<x |M)
xBb
6.8.0

Customs duty on construction equipment

6.8.1

Contractor is liable to pay all customs duty, as applicable on the equipment brought to
India for executing the works.

6.8.2

The Contractor shall be fully liable for observing all the formalities in this regard as well
as to pay the customs duty chargeable on the equipment, including any deposit payable
for such purposes. No adjustment in the quoted rates shall be permissible for any
change in duty draw-back applicable in respect of equipment and machinery brought to
India for use in the project and for re-export of equipment & machinery, on completion of
the project.

6.9.0

Import Licence
The Contractor shall arrange import of all materials required for permanent incorporation
in the works as well as construction equipment as per the guidelines laid down by the
Government of India. Import license shall not be provided by Owner.

6.10.0

Custom Duty & Invalidation letter

6.10.1

IOCL shall be availing the benefit of EPCG scheme under the EXIM Policy of
Government of India for the tendered material and the customs duty shall be loaded
accordingly. IOCL shall issue invalidation letter to indigenous suppliers and they shall be
I.

Asked to furnish the quantum of import content (CIF value) included in the bid in
Indian Rupees accordingly.

II.

Refund of Terminal Excise Duty on Final Product shall be taken by the supplier
directly from DGFT.

6.10.2

All subsequent activities and expenses required for availing EPCG benefits shall be on
Supplier's account. Obtaining EPCG benefit is solely the Supplier's responsibility and
Owner will not compensate the Supplier for their failure to obtain EPCG benefit / failure
to import under EPCG benefit.

6.11.0

Foreign Exchange rate variation / Custom Duty variation for Indian bidders (on
Built-in import contents)

6.11.1

Prices shall remain firm and fixed without any escalation except for statutory variation (if
any) in customs duty rate. However, the prices shall be Firm and Fixed on account of
Foreign Exchange Rate Variation. (Variation in prices due to FE rate variation shall not
be allowed).
The statutory variation in customs duty shall be subject to the following guidelines
and the supplier shall confirm the following in their bid:a. Maximum CIF value of import content shall be furnished in the bid (in INR) as per
Annexure-D.
b. Bidder to Confirm that At any time after receipt of invalidation letter, if it is known
/ established that invalidation letter for import of raw material as requested in the
bid would not be utilized at all, Bidder undertakes to promptly return the original
invalidation letter with affidavit (as per Specimen at Annexure DI) on Rs 10
stamp paper to Owner without any condition
c. The material to be imported covering the above CIF value to be indicated in the
bid.
d. Any increase in price due to statutory increase in customs duty rate beyond twothird of the quoted delivery period will be to suppliers account. However, any
decrease in price due to decrease in customs duty rate at the time of actual
clearance of imported materials shall be passed on to IOCL.

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 8 of 10

<bx + E{x ]b
({<{<x |M)
xBb
e. Variation in price due to customs duty rate will be dealt with separately after
receipt of materials at site against documentary evidence
7.0.0

LIMITATION OF LIABILITY

7.1.0

Except as otherwise specifically provided in the Contract Documents, neither the


OWNER nor the CONTRACTOR shall be liable to the other for loss of production, loss of
profit or other indirect or consequential loss or idleness or extended stay or any like
damage which may be suffered by such other party in connection with the Contract,
whether arising out of any delay or breach or otherwise.

7.2.0

Excluding the liabilities specified below, the aggregate liability of the CONTRACTOR
under or in connection with respect to any breach or delay or defect, deficiency or other
infraction under the Contract will not exceed an amount equivalent to the total Contract
Value. The excluded liabilities in GCC clauses are as per the following:
(i)
ii)
(iii)
(iv)
(v)

Liabilities under Clause 3.2.0.0 (Materials and Equipment supplied by the OWNER);
Liabilities under Clause 3.4.0.0. (For power provided by the OWNER);
Liabilities under Clause 3.5.0.0 (For water provided by the OWNER);
Liabilities under Clause 3.6.0.0. (For land provided by the OWNER);
Liabilities under Clause 3.9.0.0. (For labour, machinery and equipment provided by
the OWNER);
(vi) Liabilities under Clause 3.10.1.0 (For government controlled materials for which the
OWNER is liable);
(vii) Liabilities for recoverable advances and interest thereon; and
(viii) Liabilities arising out of fraud, willful misconduct or reckless negligence

8.0.0

PERSONAL ACTS AND LIABILITIES


Any money paid to any director, attorney, agent, officer or employee of the Contractor
and any receipt, settlement, acknowledgement of liability or other arrangement,
agreement or document whatsoever signed by any such director, attorney, agent, officer,
or employee of the Contractor or erstwhile director, attorney, agent, officer or employee
of the Contractor (without notice of his cessation of interest) or by any person held out to
be a director, attorney, agent, officer or employee of the Contractor authorized to act on
behalf of and/or to bind the Contractor, be binding upon the Contractor and shall
constitute a full release and discharge to the Owner and/or settlement,
acknowledgement or obligation of, upon or with the Contractor, as the case may be, and
the Owner shall not be concerned with the actual application of any money so paid or of
the actual authority of such director, attorney, agent, officer or employee (actual,
erstwhile or purported as the case may be) vis--vis the company to make the
settlement, receipt, acknowledgement, agreement or other document concerned.

9.0.0

REGISTRATION OF THE CONTRACTOR WITH STATUTORY AUTHORITIES


(Applicable for Foreign Contractors)

9.1.0

Within 30 days of execution of the Contract Agreement, the Contractor shall register
themselves with the Reserve Bank of India, Income Tax, Sales Tax and such other
statutory authorities, as may be required under the rules and regulations governing in
India. A copy of all documents related to all such registration shall be submitted to the
Owner for record.

10.0.0

GOVERNMENT OF INDIA NOT LIABLE

10.1.0

It is expressly understood and agreed by and between the Contractor and the Owner
that the Owner is entering into this agreement solely on its own behalf and not on behalf
of any other person or entity. In particular, it is expressly understood and agreed that the
Government of India is not a party to this agreement and has no liabilities, obligations or

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 9 of 10

<bx + E{x ]b
({<{<x |M)
xBb
rights there under. It is expressly understood and agreed that the Owner is an
independent legal entity with power and authority to enter into contracts, solely in its own
behalf under the applicable laws of India and general principles of Contract law. The
Contractor expressly agrees, acknowledges and understands that the Owner is not an
agent, representative or delegate of the Government of India. It is further understood and
agreed that the Government of India is not and shall not be liable for any acts,
omissions, and commissions, breaches or other wrongs arising out of the Contract.
11.0.0

PATENT INDEMNIFICATION

11.1.0

Further to General Conditions of Contract clause no. 8.8.0.0, Contractor shall indemnify
the Owner against all losses, costs, damages and expenses arising from any claim
asserted against Owner that the work or part thereof, or any methods, designs or things
furnished or specified by Contractor or any sub-Contractor or supplier under this
Contract, or any use thereof in the reasonable contemplation of the parties at the time
furnished, or any methods, processes or acts employed by Contractor in connection with
the performance of its obligations hereunder constitutes an infringement of any patent,
trade secret, proprietary information, know-how copyright (statutory or non-statutory), unpatented invention or any unauthorised use of the work of others.

12.0.0

PROHIBITION OF ENGAGEMENT OF CHILD LABOUR

12.1.0

The contractor shall state that they are not engaging child labour as per various labour
laws applicable to them. Making a fake claim would have its contract terminated
forthwith, if detected later. It is mandatory for the Contractor to submit an undertaking as
per attached Performa (Annexure-E) for Non-engagement of child labour.

13.0.0

RESTRICTION OF VISITORS
The Contractor shall not allow any visitors on the work or premises of the sites without
approval of the Engineer-in-Charge and/or Site Engineer

14.0.0

LABOUR LICENCE
Before starting of work, the Contractor shall obtain a licence from concerned authorities
under the Contract Labour (Abolition and Regulation) Act, 1970, and furnish a copy of
the same to the Engineer-in-Charge

15.0.0

DEFINITIONS

15.1.0

Act shall mean the Petroleum and Minerals Pipeline (Acquisition of Right of User in
Land) Act, 1962; Amendment Act, 1977 or any amendment/ re-enactment/ replacement
thereof for the time being in force and any rules, orders, instructions and/or
specifications issued thereunder.

15.2.0

All headings of the clauses in these conditions of contract or otherwise in any contract
document are intended solely for the purpose of giving a broad indication of the contents
of the clause and not as a summary of the contents thereof.

15.3.0

Bid and Bidder shall have the same meaning as Tender and Tenderer
respectively, as defined in GCC.
--- // ---

Tender No. PLCC/PHDPL/CL/1348


Special Conditions of Contract [Section-B- Commercial]

Page 10 of 10

CHAPTER IV
TECHNICAL SPECIFICATIONS

ANNEXURES

TENDER DRAWINGS

<bx + E{x ]b
({<{<x |M)

xBb
TENDER NO. PLCC/PHDPL/CL/1348

TENDER DOCUMENT
FOR

LAYING OF MAINLINE FOR PARADIP-HALDIADURGAPUR LPG PIPELINE PROJECT (PHDPL)


VOLUME (I OF II)
SCHEDULE OF RATES

Issued by
Chief Project Manager (Contracts)
Indian Oil Corporation Limited
Indian Oil Bhawan
A-1, Udyog Marg, Sector-1
Noida (U.P.) - 201 301, INDIA

Letter Inviting Tender


Vendor No.:
M/S

Tel No.
Tel No.
Fax

Tender No.:

RFQ No.:
RFQ Dt.
Quotation Deadline:

TWO BID

PLCC1348A

[Y]

Subject:
LAYING OF MAINLINE FOR PARADIP-HALDIA-DURGAPUR LPG PIPELINE PROJECT
(PHDPL)
Tender No. (PLCC/PHDPL/CL/1348A)
PREAMBLE
1.
This preamble is an integral part of the Schedule of Rates and any
definition and explanation given herein shall have as much force as
though they are incorporated into the description of the items
themselves in the Schedule of Rates.
2.
Unless otherwise specifically stated in the contract, all work under
the contract shall be covered and paid for in accordance with the items
and relative rates mentioned in the Schedule of Rates.
3.
The expressions used in the Schedule of Rates are only selected
abbreviations desired to give a general indication of the work covered
by the item, and it is intended that each item shall encompass the
entire work and operations involved in the job to the performance of
work as envisaged in terms of the contract documents and shall include
all operations, auxiliary, ancillary or incidental to or in connection
therewith and all other matters, risks and cost whatsoever provided for
under the Schedule of Rates. It is, therefore, necessary that the
Contractor should read and construe the Schedule of Rates with reference
to the contract documents as a whole for proper description/ undertaking
page 1

Tendor No.:

PLCC1348A

of the work(s), responsibilities & duties, obligations and liabilities


covered by each item of the Schedule of Rates, on the understanding that
the items in the Schedule of Rates cover the entire work under the
Contract split under different heads for the purpose of convenience in
computing the payment due to the Contractor and enabling the Contractor
to quote.
4.
The description given under the items of work in the Schedule of
Rates shall be deemed to include, wherever applicable, mobilisation,
labour equipments, materials, cartage, hoisting, setting, fitting and
fixing in position of all materials and equipments, disposal of wastages
(including dewatering, desludging and allied operations at any stage of
the work) and all other labours and operations necessary whether
specifically stated/implied or not, for the full and entire execution
and completion of the relative works in all respects according to the
contract. Cost of materials under the scope of Contractor.s supply & all
other consumables/inputs required for carrying out the works & for
permanent incorporation in the works for which rates are quoted in the
"Schedule of Rates" shall be inclusive of all duties, taxes (excluding
service tax),octroi etc as applicable.
5.
The description given under the items of work in the
Rates shall be deemed to include the relative provisions
specifications, drawings and other contract documents for
of the works in accordance therewith and the instructions
Engineer-in-Charge and/ or Site Engineer.

Schedule of
in the
the execution
of the

6.
The Contractor shall quote rates for all items of work appearing in
the schedule of rates whether or not any quantity is indicated against
any particular item/ items of work. In case, no quantity is indicated
against any particular item/ items of work, only rates shall be quoted
and no amount shall be indicated against the particular item / items of
work.
7.
The amplifications detailed in the description of the items of works
in the Schedule of Rates and those in the specifications regarding the
all inclusive nature and coverage of rates are only indicative and are
by no means exhaustive. The rates quoted against each item of work in
the Schedule of Rates shall be for the complete works covering details
not only enumerated thereon, but all works of allied nature required for
completion of the job according to drawings, specifications and in
structions of the Engineer-in-Charge, whether or not they are
specifically stated or implied.
8.
Without prejudice to any other right(s) the Owner may have under the
Contract, the Owner reserves the right to operate any and all items of
works appearing in the Schedule of Rates whether quantities are
indicated or not against any particular item/ items of work.
NOTES:
page 2

Tendor No.:

PLCC1348A

a)
The price bid shall be submitted online only.
b)
The rates in schedule of Rates are to be filled up in designated
cells.
c)
The rates are to be quoted excluding Service Tax as applicable.
d)
Bidder shall sign & stamp all the pages of the Price Bid.
e)
Complete contents of the Price Bid/ SOR shall be made available in
the unpriced offer with the words "PRICE" at the places wherever prices
are there in the priced part of offer.
f)
Price Bid in the above format only, shall be considered. Any change
in the format may result in summary rejection of the offer without any
reference whatsoever to the bidder.
g) Bidders are requested to submit the price Bid in the above format
only. It is to be ensured that rates against each SOR item have been
quoted and no row/column has been left blank.
h) The price quoted by the bidder shall be firm & not be subject
to any escalation due to any change in duties & taxes (including
custom duty).

LEGENDS USED IN SCHEDULE OF RATES:


EA : Each
Nos/No. : Numbers
M/m : Meter
KM/km : Kilo Meter
mm : Mili Meter
Sq.M./M2 : Square meter
Sq.mm./mm2 : Square mili meter
Cu.M/M3 : Cubic meters
Kgs : Kilograms
LS : Lumpsum
TO : Tonne/metric tonne
DRM: Drum

(SEAL & SIGNATURE OF THE TENDERER)

page 3

Tendor No.:

PLCC1348A

Schedule of Rates

Service Required for Plant: 9201 ,ERPL - Eastern Region Pipeline


____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

RFQ ITEM NO.00010 MAINLINE- PHDLPG SUPPLY (GROUP A)


A MECHANICAL WORKS - SUPPLY
00010
Gaskets:
Supply and delivery of Spiral Wound
Metallic Gaskets at respective
stations as per Station wise Break up
of material supply and as per
technical specifications indicated in
tender docuemnts.
00020
12" SWMG ANSI 150#(Haldia Refinery = 5
Nos.)
00030
In West Bengal State

5.000

EA

......

.......

00050
In Odisha State

15.000

EA

......

.......

00060
In West Bengal State

25.000

EA

......

.......

2.000

EA

......

.......

4.000

EA

......

.......

00040
10" SWMG ANSI 600#(Paradip = 5 Nos.,
Balasore = 10 Nos., Haldia = 15
Nos., Haldia Refinery = 5 Nos., Inside
IPPL= 5 Nos.)

00070
10" SWMG ANSI 300#(Haldia Refinery = 2
Nos.)
00080
In West Bengal State
00090
10" SWMG ANSI 150#(Haldia Refinery = 4
Nos.)
00100
In West Bengal State

page 4

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00110
8" SWMG ANSI 600# (Paradip = 2 Nos.,
Balasore = 4 Nos., Haldia = 6 Nos.,
Haldia Refinery = 10 Nos.)
00120
In Odisha State
00130
In West Bengal State

Amount

6.000

EA

......

.......

16.000

EA

......

.......

2.000

EA

......

.......

4.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

00140
8" SWMG ANSI 300# (Haldia Refinery = 2
Nos.)
00150
In West Bengal State
00160
8" SWMG ANSI 150#(Haldia Refinery = 4
Nos.)
00170
In West Bengal State
00180
6" SWMG ANSI 600#(Haldia Refinery = 2
Nos.)
00190
In West Bengal State
00200
6" SWMG ANSI 300#(Haldia Refinery = 2
Nos.)
00210
In West Bengal State
00220
6" SWMG ANSI 150#(Haldia Refinery = 2
Nos.)
00230
In West Bengal State
00240
4" SWMG ANSI 600#(Paradip = 6 Nos.,
Balasore = 12 Nos., Haldia = 18
page 5

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Nos., Haldia Refinery = 10 Nos.,
Inside IPPL= 6 Nos., SV Stations = 360
Nos.)

Amount

00250
In Odisha State

268.000

EA

......

.......

00260
In West Bengal State

144.000

EA

......

.......

2.000

EA

......

.......

10.000

EA

......

.......

4.000

EA

......

.......

5.000

EA

......

.......

2.000

EA

......

.......

00270
4" SWMG ANSI 300#(Haldia Refinery = 2
Nos.)
00280
In West Bengal State
00290
4" SWMG ANSI 150#(Haldia Refinery = 10
Nos.)
00300
In West Bengal State
00310
3" SWMG ANSI 600#(Haldia Refinery = 4
Nos.)
00320
In West Bengal State
00330
3" SWMG ANSI 300#(Haldia Refinery = 5
Nos.)
00340
In West Bengal State
00350
3" SWMG ANSI 150#(Haldia Refinery = 2
Nos.)
00360
In West Bengal State
00370
2" SWMG ANSI 600#(Paradip = 5 Nos.,
Balasore = 10 Nos., Haldia = 15
Nos., Haldia Refinery = 15 Nos.,
page 6

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Inside IPPL= 5 Nos., SV Stations = 180
Nos.)
00380
In Odisha State
00390
In West Bengal State

Amount

140.000

EA

......

.......

90.000

EA

......

.......

5.000

EA

......

.......

5.000

EA

......

.......

2.000

EA

......

.......

5.000

EA

......

.......

2.000

EA

......

.......

00400
2" SWMG ANSI 300#(Haldia Refinery = 5
Nos.)
00410
In West Bengal State
00420
2" SWMG ANSI 150# (Haldia Refinery = 5
Nos.)
00430
In West Bengal State
00440
1 1/2" SWMG ANSI 600# (Haldia Refinery
= 2 Nos.)
00450
In West Bengal State
00460
1 1/2" SWMG ANSI 300# (Haldia Refinery
= 5 Nos.)
00470
In West Bengal State
00480
1 1/2" SWMG ANSI 150# (Haldia Refinery
= 2 Nos.)
00490
In West Bengal State
00500
1" SWMG ANSI 600# (Paradip = 5 Nos.,
Balasore = 10 Nos., Haldia = 15
Nos., Haldia Refinery = 5 Nos., Inside
IPPL= 5 Nos., SV Stations = 72
page 7

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Nos.)

Amount

00510
In Odisha State

65.000

EA

......

.......

00520
In West Bengal State

47.000

EA

......

.......

10.000

EA

......

.......

5.000

EA

......

.......

00580
In Odisha State

65.000

EA

......

.......

00590
In West Bengal State

47.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

00530
1" SWMG ANSI 300# (Haldia Refinery = 10
Nos.)
00540
In West Bengal State
00550
1" SWMG ANSI 150#(Haldia Refinery = 5
Nos.)
00560
In West Bengal State
00570
3/4" SWMG ANSI 600#(Paradip = 5 Nos.,
Balasore = 10 Nos., Haldia = 15
Nos., Haldia Refinery = 5 Nos., Inside
IPPL= 5 Nos., SV Stations = 72
Nos.)

00600
3/4" SWMG ANSI 300#(Haldia Refinery = 2
Nos.)
00610
In West Bengal State
00620
3/4" SWMG ANSI 150#(Haldia Refinery = 2
Nos.)
00630
In West Bengal State

page 8

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00640
Fasteners:
Supply and delivery of Steel Fasteners
at respective stations as per
Station wise Break up of material
supply and as per technical
specifications indicated in tender
documents.

Amount

00650
Fasteners for Flanges 12" x 150#
(0.875" Dia. X 5.50" Length) (Haldia
Refinery = 60 Nos.)
00660
In West Bengal State

60.000

EA

......

.......

00680
In Odisha State

240.000

EA

......

.......

00690
In West Bengal State

400.000

EA

......

.......

32.000

EA

......

.......

48.000

EA

......

.......

00670
Fasteners for Flanges 10" x
600#(1.250" Dia. X 9.50"
Length)(Paradip =
80 Nos., Balasore = 160 Nos., Haldia =
240 Nos., Haldia Refinery = 80
Nos., Inside IPPL= 80 Nos.)

00700
Fasteners for Flanges 10" x
300#(1.000" Dia. X 7.00" Length) (
Haldia
Refinery = 32 Nos.)
00710
In West Bengal State
00720
Fasteners for Flanges 10" x 150#
(0.875" Dia. X 5.25" Length)( Haldia
Refinery = 48 Nos.)
00730
In West Bengal State

page 9

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00740
Fasteners for Flanges 8" x 600#
(1.125" Dia. X 8.25" Length) (Paradip
= 24 Nos., Balasore = 48 Nos., Haldia =
72 Nos., Haldia Refinery = 120
Nos.)
00750
In Odisha State
00760
In West Bengal State

Amount

72.000

EA

......

.......

192.000

EA

......

.......

24.000

EA

......

.......

32.000

EA

......

.......

24.000

EA

......

.......

24.000

EA

......

.......

00770
Fasteners for Flanges 8" x 300#
(0.875" Dia. X 6.25" Length)(Haldia
Refinery = 24 Nos.)
00780
In West Bengal State
00790
Fasteners for Flanges 8" x 150#
(0.750" dia. X 4.75" Length)( Haldia
Refinery = 32 Nos.)
00800
In West Bengal State
00810
Fasteners for Flanges 6" x 600#
(1.000" dia. X 7.50" Length) ( Haldia
Refinery = 24 Nos.)
00820
In West Bengal State
00830
Fasteners for Flanges 6" x 300#
(0.750" dia. X 5.25" Length) ( Haldia
Refinery = 24 Nos.)
00840
In West Bengal State
00850
Fasteners for Flanges 6" x 150#
(0.750" dia. X 4.50" Length)( Haldia
Refinery = 16 Nos.)
page 10

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00860
In West Bengal State

Amount

16.000

EA

......

.......

00880
In Odisha State

2,144.000

EA

......

.......

00890
In West Bengal State

1,152.000

EA

......

.......

16.000

EA

......

.......

80.000

EA

......

.......

32.000

EA

......

.......

40.000

EA

......

.......

00870
Fasteners for Flanges 4" x 600#
(0.875" dia. X 6.50" Length) (Paradip =
48 Nos., Balasore = 96 Nos., Haldia =
144 Nos., Haldia Refinery = 80
Nos., Inside IPPL= 48 Nos., SV Stations
= 2880 Nos.)

00900
Fasteners for Flanges 4" x 300#
(0.750" dia. X 5.00" Length) ( Haldia
Refinery = 16 Nos.)
00910
In West Bengal State
00920
Fasteners for Flanges 4" x 150#
(0.625" dia. X 4.00" Length)(Haldia
Refinery = 80 Nos.)
00930
In West Bengal State
00940
Fasteners for Flanges 3" x 600#
(0.750" dia. X 5.50" Length) ( Haldia
Refinery = 32 Nos.)
00950
In West Bengal State
00960
Fasteners for Flanges 3" x 300#
(0.750" dia. X 4.75" Length) ( Haldia
Refinery = 40 Nos.)
00970
In West Bengal State

page 11

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00980
Fasteners for Flanges 3" x 150#
(0.625" dia. X 4.00" Length)( Haldia
Refinery = 8 Nos.)
00990
In West Bengal State

8.000

EA

......

.......

1,120.000

EA

......

.......

720.000

EA

......

.......

40.000

EA

......

.......

20.000

EA

......

.......

8.000

EA

......

.......

01000
Fasteners for Flanges 2" x 600#
(0.625" dia. X 4.75" Length) (Paradip =
40 Nos., Balasore = 80 Nos., Haldia =
120 Nos., Haldia Refinery = 120
Nos., Inside IPPL= 40 Nos., SV Stations
= 1440 Nos.)
01010
In Odisha State
01020
In West Bengal State
01030
Fasteners for Flanges 2" x 300#
(0.625" dia. X 4.00" Length)(Haldia
Refinery = 40 Nos.)
01040
In West Bengal State
01050
Fasteners for Flanges 2" x 150#
(0.625" dia. X 3.75" Length) ( Haldia
Refinery = 20 Nos.)
01060
In West Bengal State
01070
Fasteners for Flanges 1 1/2" x 600#
(0.750" dia. X 4.75" Length)(Haldia
Refinery = 8 Nos.)
01080
In West Bengal State
01090
Fasteners for

Flanges 1 1/2" x 300#


page 12

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
(0.750" dia. X 4.00" Length)(Haldia
Refinery = 20 Nos.)
01100
In West Bengal State

Amount

20.000

EA

......

.......

8.000

EA

......

.......

01140
In Odisha State

260.000

EA

......

.......

01150
In West Bengal State

188.000

EA

......

.......

40.000

EA

......

.......

20.000

EA

......

.......

01110
Fasteners for Flanges 1 1/2" x 150#
(0.500" dia. X 3.25" Length)(Haldia
Refinery = 8 Nos.)
01120
In West Bengal State
01130
Fasteners for Flanges 1" x 600#
(0.625" dia. X 4.00" Length)(Paradip =
20 Nos., Balasore = 40 Nos., Haldia =
60 Nos., Haldia Refinery = 20
Nos., Inside IPPL= 20 Nos. SV Stations
= 288 Nos.)

01160
Fasteners for Flanges 1" x 300#
(0.625" dia. X 3.50" Length)(Haldia
Refinery = 40 Nos.)
01170
In West Bengal State
01180
Fasteners for Flanges 1" x 150#
(0.500" dia. X 3.00" Length) (Refinery
= 20 Nos.)
01190
In West Bengal State
01200
Fasteners for Flanges 3/4" x 600#
(0.625" dia. X 4.00" Length) (Paradip
= 20 Nos., Balasore = 40 Nos., Haldia =
60 Nos., Haldia Refinery = 20
page 13

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Nos., Inside IPPL= 20 Nos. SV Stations
= 288 Nos.)

Amount

01210
In Odisha State

260.000

EA

......

.......

01220
In West Bengal State

188.000

EA

......

.......

8.000

EA

......

.......

8.000

EA

......

.......

01290
In Odisha State

3.000

EA

......

.......

01300
In West Bengal State

5.000

EA

......

.......

01230
Fasteners for Flanges 3/4" x 300#
(0.625" dia. X 3.50" Length)( Haldia
Refinery = 8 Nos.)
01240
In West Bengal State
01250
Fasteners for Flanges 3/4" x 150#
(0.500" dia. X 3.00" Length)( Haldia
Refinery = 8 Nos.)
01260
In West Bengal State
01270
SPECTACLE BLINDS:
Supply and delivery of following
mentioned Spectacle Blinds at
respective stations as per Station wise
Break up of material supply and
as per technical specifications
indicated in tender docuemnts.
01280
10" Spectacle Blind 600# F/F A/G
(Paradip = 1 No., Balasore = 2 Nos.,
Haldia = 3 Nos., Haldia Refinery = 1
No., Inside IPPL= 1 No.)

01310
8" Spectacle Blind 600# F/F A/G (Haldia
Refinery = 2 Nos.)
page 14

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01320
In West Bengal State

Amount

2.000

EA

......

.......

2.000

EA

......

.......

5.000

EA

......

.......

2.000

EA

......

.......

5.000

EA

......

.......

3.000

EA

......

.......

01330
4" Spectacle Blind 600# F/F A/G (Haldia
Refinery = 2 Nos.)
01340
In West Bengal State
01350
2" Spectacle Blind 600# F/F A/G (Haldia
Refinery = 5 Nos.)
01360
In West Bengal State
01370
2" Spectacle Blind 300# F/F A/G (Haldia
Refinery = 2 Nos.)
01380
In West Bengal State
01390
1" Spectacle Blind 600# F/F A/G (Haldia
Refinery = 5 Nos.)
01400
In West Bengal State
01410
VALVES:
Supply and delivery of following
mentioned Valves at respective stations
as per Station wise Break up of
material supply and as per technical
specifications indicated in tender
docuemnts.
01420
3/4" Ball Valve 800# W/W / F/F A/G
(Haldia Refinery = 2 Nos., SV
Stations = 5 Nos.)
01430
In Odisha State

page 15

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01440
4.000
EA
...... .......
In West Bengal State
01450
1" W/W ANSI 800# A/G, BALL VALVE- BS
5351(Haldia Refinery = 2 Nos., SV
Stations = 5 Nos.)
01460
In Odisha State

3.000

EA

......

.......

01470
In West Bengal State

4.000

EA

......

.......

01490
In Odisha State

3.000

EA

......

.......

01500
In West Bengal State

4.000

EA

......

.......

01520
In Odisha State

3.000

EA

......

.......

01530
In West Bengal State

4.000

EA

......

.......

01550
In Odisha State

3.000

EA

......

.......

01560
In West Bengal State

4.000

EA

......

.......

01480
2" W/W ANSI 600# A/G, BALL VALVE- BS
5351(Haldia Refinery = 2 Nos., SV
Stations = 5 Nos.)

01510
2" F/F ANSI 600# A/G, BALL VALVE- BS
5351(Haldia Refinery = 2 Nos., SV
Stations = 5 Nos.)

01540
1" F/F ANSI 600# A/G, BALL VALVE- BS
5351(Haldia Refinery = 2 Nos., SV
Stations = 5 Nos.)

01570
2" W/W ANSI 300# A/G, BALL VALVE- BS
page 16

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
5351(Haldia Refinery = 2 Nos., SV
Stations = 5 Nos.)

Amount

01580
In Odisha State

3.000

EA

......

.......

01590
In West Bengal State

4.000

EA

......

.......

01610
In Odisha State

3.000

EA

......

.......

01620
In West Bengal State

4.000

EA

......

.......

01640
In Odisha State

3.000

EA

......

.......

01650
In West Bengal State

4.000

EA

......

.......

01670
In Odisha State

1.000

EA

......

.......

01680
In West Bengal State

3.000

EA

......

.......

01600
2" F/F ANSI 300# A/G, BALL VALVE- BS
5351(Paradip = 2 Nos., Balasore = 2
Nos., Haldia = 5 Nos., Haldia Refinery
= 2 Nos., Inside IPPL= 2 Nos.,
SV Stations = 5 Nos.)

01630
1.5" W/W ANSI 300# A/G, BALL VALVE- BS
5351(Haldia Refinery = 2 Nos., SV
Stations = 5 Nos.)

01660
3"-F/F ANSI 150 # A/G, SWING CHECK
VALVE -BS 1868(Haldia Refinery = 2
Nos., SV Stations = 2 Nos.)

01690
2"-F/F ANSI 300 # A/G, SWING CHECK
VALVE -BS 1868(Haldia Refinery = 2
Nos., SV Stations = 2 Nos.)
page 17

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01700
1.000
EA
...... .......
In Odisha State
01710
In West Bengal State

3.000

EA

......

.......

01730
In Odisha State

1.000

EA

......

.......

01740
In West Bengal State

3.000

EA

......

.......

01760
In Odisha State

1.000

EA

......

.......

01770
In West Bengal State

3.000

EA

......

.......

01790
In Odisha State

1.000

EA

......

.......

01800
In West Bengal State

3.000

EA

......

.......

01820
In Odisha State

1.000

EA

......

.......

01830
In West Bengal State

3.000

EA

......

.......

01720
1.5" F/F ANSI 300 # A/G, SWING CHECK
VALVE -BS 1868(Haldia Refinery = 2
Nos., SV Stations = 2 Nos.)

01750
1"- F/F ANSI 300 # A/G, SWING CHECK
VALVE -BS 1868(Haldia Refinery = 2
Nos., SV Stations = 2 Nos.)

01780
3/4" Check Valve 800# W/W F/F
A/G(Haldia Refinery = 2 Nos., SV
Stations = 2 Nos.)

01810
1" API 602 Gate Valve 800# W/W A/G
(Haldia Refinery = 2 Nos., SV
Stations = 2 Nos.)

page 18

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

01840
3/4" API 602 Gate Valve 800# W/W A/G
(Haldia Refinery = 2 Nos., SV
Stations = 2 Nos.)
01850
In Odisha State

1.000

EA

......

.......

01860
In West Bengal State

3.000

EA

......

.......

01890
In Odisha State

25.000

EA

......

.......

01900
In West Bengal State

12.000

EA

......

.......

25.000

EA

......

.......

01870
Flame Arrestor:
Supply and delivery of following
mentioned Flame Arrestor at respective
stations as per Station wise Break up
of material supply and as per
technical specifications indicated in
tender docuemnts.
01880
4" Flame Arrester(Haldia Refinery = 1
No., SV Stations = 36 Nos.)

01910
FIRE FIGHTING EQUIPMENT:
Supply and delivery of Fire Fighting
Equipment at respective stations as
per Station wise Break up of material
supply and as per techhnical
specifications indicated in tender
documents.
01920
9 kg DCP Extinguisher- IS 15683
marked(Haldia Refinery = 4 Nos., SV
Stations = 36 Nos.)
01930
In Odisha State

page 19

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01940
15.000
EA
...... .......
In West Bengal State
01950
4.5 kg CO2 Extinguisher- IS 15683
Marked(SV Stations = 9 Nos.)
01960
In Odisha State

5.000

EA

......

.......

01970
In West Bengal State3

4.000

EA

......

.......

01990
In Odisha State

30.000

EA

......

.......

02000
In West Bengal State

17.000

EA

......

.......

02020
In Odisha State

20.000

EA

......

.......

02030
In West Bengal State

24.000

EA

......

.......

02050
In Odisha State

5.000

EA

......

.......

02060
In West Bengal State

4.000

EA

......

.......

5.000

EA

......

.......

01980
2 kg clean agent extinguishers IS 15683
Marked(SV Stations = 47 Nos.)

02010
Sand Bucket(Haldia Refinery = 4 Nos.,
SV Stations = 40 Nos.)

02040
Hand Operated siren(SV Stations = 9
Nos.)

02070
Wind socks(Stations = 9 Nos.)
02080
In Odisha State

page 20

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
02090
4.000
EA
...... .......
In West Bengal State
02100
Extinguisher box for 9 kg DCP
Extinguishers(Haldia Refinery = 4 Nos.,
SV
Stations = 9 Nos.)
02110
In Odisha State

5.000

EA

......

.......

02120
In West Bengal State

8.000

EA

......

.......

02140
In Odisha State

25.000

EA

......

.......

02150
In West Bengal State

11.000

EA

......

.......

00020
Within Odisha (SV/RCP =25)

25.000

SET

......

.......

00030
Within West Bengal(SV/RCP=11)

11.000

SET

......

.......

02130
CO2 cartridge - 200 gm capacity for 9
kg capacity DCP extinguisher(SV
Stations = 36 Nos.)

B ELECTRICAL WORKS - SUPPLY


00010
RUBBER HAND GLOVES : Rubber hand
gloves suitable for 11/6.6 KV
operation with ISI mark.

00040
INSULATING MATS:
Supply & installation of 2000 mm X 1000
mm and of thickness as mentioned
below, approved quality insulating
Elastomer mats conforming to IS
15652:2006 and as per specifications.
00050
a) Insulating Elastomer mats conforming
page 21

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
to IS 15652:2006 of thickness 2
mm (Class A)
00060
within Odisha
(Electrical:SV/RCP =100)
T&I: SV/RCP : 72

Amount

172.000

EA

......

.......

44.000

EA

......

.......

00090
Within Odisha(SV/RCP =25)

25.000

EA

......

.......

00100
Within West Bengal(SV/RCP =11)

11.000

EA

......

.......

00120
Within Odisha(SV/RCP =25)

25.000

EA

......

.......

00130
Within West Bengal(SV/RCP =11)

11.000

EA

......

.......

4.000

EA

......

.......

6.000

EA

......

.......

00070
Within West Bengal
Electrical(SV/RCP =44)
00080
2 kg CO2 Extinguisher

00110
Fire Bucket

C INSTRUMENTATION WORKS - SUPPLY


00010
Supply of Pressure Indicators(PI) of
the following ranges as per the
technical specifications attached in
the Tender.
00020
0 to 30 kg/cm2
00030
Haldia:4
00040
Range: 0 - 100 kg/cm2
00050
Paradip:2, Balasore:4

page 22

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00060
0 to 160 kg/cm2
00070
Haldia:4

4.000

EA

......

.......

70.000

M2

......

.......

00010
Supply of permanently-lubricated HDPE
pipe of 40 mm OD (as per TEC GR)
with minimum pressure rating of 6
Kg/cm2 and wall thickness of 3.5 mm,
along with duct accessories such as
couplers, end caps, end sealing
plugs etc. as per specifications.

375.000

KM

......

.......

00020
Supply of OFC Jointing kits as per
tender specifications

131.000

SET

......

.......

00030
Supply of full range (upto 8 feet) RF
iD Disk type Electronic Markers as
per tender specifications

131.000

SET

......

.......

3.000

SET

......

.......

00080
Supply and placing in position 5 mm
thick steel checkered plates over
cable ducts, valves, pits etc including
keeping provision of holes for
lifting arrangement as per drawing
complete in all respect inclusive of
cost of all labour, material, carriage
etc as per specification & the
direction of the engineer
in-charge/site engineer.
00090
Repeater -18 ; SV - 52
D OFC WORKS -

Sq m

SUPPLY

00040
Supply of Electronic Marker Locator cum
Cable/ Pipe Locator, Fault
Locator as per tender specifications
(Paradip = 1 Set , Balasore = 1 Set
, Haldia = 1 Set)

page 23

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00050
375.000
SET ...... .......
Supply of pre-fabricated printed KM
markers for OFC & HDPE as per tender
specifications
00060
Supply of Joint pit markers for OFC
joint locations as per tender
specifications

131.000

SET

......

.......

00070
131.000
Supply of pre-fabricated RCC (1:1.5:3)
Joint Box with lid as per tender
specifications

SET

......

.......

00080
40.000
Supply of Transition pits for building
entry points as per tender
specifications [Paradip, PHDPL
Balasore, PHBPL Balasore, Haldia = 1 Set
each, Repeaters (9) = 1 Set each & SV
locations (27) = 1 Set each]

SET

......

.......

00090
5,115.000
Supply of 89 mm OD, Schedule 80, API 5L
Grade-B/ ASTM A106 MS pipe for
cable conduit as per tender
specifications

......

.......

00100
Spares
00110
Supply of Spare OFC Jointing kits as
per tender specifications (Paradip
= 5 Nos., Balasore = 5 Nos. & Haldia =
5 Nos.)

15.000

SET

......

.......

00120
Supply of Spare full range (upto 8
feet) RF iD Disk type Electronic
Markers as per tender
specifications(Paradip = 5 Nos.
,Balasore = 5 Nos.
& Haldia = 5 Nos.)

15.000

SET

......

.......

RFQ ITEM NO.00020 MAINLINE- PHDLPG ML COMPOSITE (GROUP A)


A MAINLINE & HDD WORKS - COMPOSITE
page 24

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00010
Mainline Laying (Single
Line)
Laying of Owner-supplied pre-coated
mild steel line pipes, including
arranging all additional
land/construction corridor, beyond
Owner's
ROU/ROW, required for Contractor's
storage, fabrication, access for
construction site, movement of
construction equipment etc., receiving
and taking over Owner-supplied
materials, handling, transportation etc.
from Owner's issue point to work site,
stringing along Right of Way
(ROW)/ pipeline corridor, providing
labour, equipment and supply of
other inputs & materials/ consumables
necessary to perform and complete
the work in all respects in accordance
with the contract including, but
not limited to, the following works:
- Taking delivery of pre-coated/ bare
pipes from the designated
stockpile location (loading of pipes
onto pipe trailors placed inside
stockpile by mainline contractor shall
be done by Owner's authorized
agency), including placing of pipe
trailors for taking delivery of pipes
from designated stockpile, carrying out
holiday detection and
verification of pipes at the time of
taking delivery), transportation of
pipes to ROW/ work site/ Contractor's
storage location etc.,
- Clearing and grading of ROW/ pipeline
coridor, cutting of trees,
vegetation etc. including keeping
record of trees cut, including
de-watering etc.,
- Stringing of pipes along ROW
including providing straw bags/ soft
padding below pipe (in Rocky areas
requiring blasting for preparation of
trench, pipes shall be strung after the
blasting operation and clearing
page 25

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
of trench as per instructions of Site
Engineer/ Engineer-in-Charge),
- Trenching to all depths to maintain
clear earth cover as per
specification (a minimum clear earth
cover of 1.50m shall be provided)
and to fit minimum bend radius, by
excavation in all kinds of terrain
& soil, including stripping top soil to
a depth of 30cm to the
full anticipated width of the ditch and
storing this material separately
along the ROW to allow re-depositing of
the same on top of the
backfilled ditch in cultivable and
other areas as per instruction of
site Engineer,
- Carrying out repair of pipe & coating
defects for defects
occuring after "taking over" of pipes
from Owner, replacement in the
case of non-repairable defects and
repairing damages to pipe coating
including defects/ damages occurring
during transportation &
handling,
- Aligning, bending, lining up, cutting
and bevelling (as required) of
pipes for field adjustments, welding
(manual / semi-automatic /
automatic),
- Carrying out 100% radiographic
inspection (by X-Ray)of all field weld
joints, destructive testing of one weld
joint in each Spread as per
specification and direction of Site
Engineer, including providing
Crawler type Automatic X-Ray machine
and external X-Ray machine and all
other requisite equipment, labour,
supervision, materials, approved
films, approved consumables, all
facilities and personnel to process,
develop, examine and interpret
radiographs (by qualified and
experienced
Radiography Inspector), providing all
facilities to Owner's
representative(s) for examining

Amount

page 26

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
radiographs and other tests as required,
carrying out repair of weld-joints
found defective, carrying out
re-radiography and other tests as
required on repaired joints, etc.,
- Carrying out coating of all field
weld joints, by qualified coating
insulators, including supply of
approved joint coating materials,
providing all equipment, materials and
consumables necessary to carry
out the job as per manufacturer's
recommendation,
- Installation of hot-pulled bends at
required locations in mainline
(bends to be fabricated from
Owner-supplied bare pipes) including
cutting, bevelling, fitment, coating
the bare bend pipe with approved PU
coating,
- Carrying out holiday detection, at
specified voltage level
corresponding to coating type and as
per specifications, and repair of
coating, if any,
-Laying pipeline by open-cut method at
crossings viz., cart-track
,village road, metalled/ un-metalled
roads, minor water courses (MWC)
etc.,(except crossings identified as
"Cased", "Submerged" & "HDD"
crossings and "Marshy areas") and
restoration of the crossing site to
original condition including
performance of additional works for
strengthening of banks of water courses
etc.,
- Lowering the pipeline in trench,
tieing-in, backfilling with excavated
earth and/or other suitable soil (top
soil stored separately during
trenching shall be backfilled on top of
the ditch) as directed by
Site-Engineer,
- Carrying out air cleaning, gauge
pigging and hydrostatic testing (to
specified pressure) of the complete
pipeline (excluding those HDD
crossing sections not under the scope

Amount

page 27

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
of this tender) including
providing 'pre-testing' of designated
sections as approved by
Engineer-in-Charge, providing all
equipment, pumps, fittings,
instruments, dead weight tester etc.
and services, supervision, labour,
consumables, testing of water, supply &
injection of corrosion
inhibitor, locating leaks, if any, and
rectification of defects
attributable to Contractor, re-testing
after rectification etc. and
cleaning the pipeline section after
successful hydrotesting,
- All tie-ins, including tieing-in with
HDD sections under this tender
and also with HDD sections not covered
under this tender (tie-ins with
HDD sections not under this tender
shall be paid separately as per
relevant item of SOR),
- Obtaining work permits/ NOC from
various authorities having
jurisdiction before execution of work
and complying with all
stipulations/ conditions/
recommendation of the said authorities
- Final clean-up and restoration of
ROW/ construction corridor, field
bunds etc., obtaining NOC from
statutory authorities (as required) and
obtaining NOC from respective land
owners in respect of final
restoration of their land etc, disposal
of debris to an unobjectionable
area as directed by Site Engineer and
returning surplus material to
storage location, as directed by
Engineer-in-Charge, restoration of
land, facilities and boundary wall etc.
for facilities dismantled/
damaged by Contractor during
construction,
- Preparation of as-built drawings,
pipe book and other records as per
specifications etc.,
- Supply of all materials (other than
those specifically undertaken to

Amount

page 28

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
be supplied by the Owner under the
contract) necessary for performance
of work or for temporary or permanent
incorporation in the works, and
- All other acts, deeds, matters and
things necessary to make the
pipeline ready for commissioning and
completing the works in all
respects as per drawings,
specifications and instructions of Site
Engineer/ Engineer-in-Charge.
NOTE :
I)The rate quoted against this item
shall include cost of excavation and
backfilling of trench of standard width
(as per approved drawings) in
all kinds of soil for laying Mainline
pipe and HDPE pipe (for OFC). Rock
trenching by pneumatic tools or by
drilling, chiselling out or by
blasting shall be paid extra as per
relevant item and as per standard
trench dimensions.In general the
mainline pipe shall be of
0.250"/0.307"/0.365"/0.500" WT
depending on Population Density Index of
the pipeline route.
II)The Mainline work includes and
covers the work in all types of
crossings viz., roads, drains, minor
water courses (MWC), low lying
areas, ponds, plant area, underground
utilities, pedestrian crossings,
Fault locations etc. except those
crossings identified as "Cased",
"Submerged" & "HDD" crossings and
"Marshy areas" for which
relevant item of SOR shall be
applicable.
III) Concrete coating, if necessary,
for laying pipelines across ponds,
low lying areas etc. shall be paid
separately as per relevant item of
SOR.
IV)Cost of all materials required in
repair and/ or rectification of
defective work caused due to reasons
not attributable to any act or
omission of the Owner shall be

Amount

page 29

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
chargeable to Contractor account. The
Owner will supply the additional
materials from its designated store/
godown (insofar as constitutes
Owner-supplied materials) required for
the repair/ rectification work on
chargeable basis. The cost of such
material shall be as determined by the
Engineer-in-Charge plus an
additional charge of 15% of the cost of
material shall also be levied.
The decision of the Engineer-in-Charge,
as to the cost of the material,
shall be final and binding on the
Contractor.
VI)In the course of hydrostatic testing
of the mainline section, if any
defective portion/ pipe/ work is found
to be due to a defect in the pipe
attributable to the Owner, the Owner
shall supply the additional
necessary pipes at Owner issue point
required for the work free of cost
to the Contractor, but the Contractor
shall supply all other materials
and inputs at his own cost for
replacement of pipe section. The
Contractor shall be paid a lumpsum
amount for each such failure (refer
relevant clause of Special Conditions
of Contract of the tender
documents) for the work involved in
locating & identifying the
defects in the mainline and in their
repair/rectification as per the
specification. Failure in one or more
pipes in a section during a single
pressurisation cycle shall be
considered as a single failure for the
purpose of compensation for hydrostatic
test failure on account of
manufacturing defect.
VII)Installation of the hot-pulled
bends in Mainline, including cutting
bevelling of pipes, fitment etc., shall
be inclusive in the Mainline
rate. Payment for fabrication of
hot-pulled induction bends, as per
specifications, shall be done

Amount

page 30

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
separately as per relevant item of SOR.
The hot-pulled bends shall be coated at
site with PU coating. The cost
of the same shall be deemed to be
included in this item for Mainline
laying.

Amount

00020
213,000.000
10.75" OD x
0.250"/0.307"/0.365"/0.500" WT, API
5L, X-60 Grade
DFBE/3LPE coated pipe - in Odisha
State.

......

.......

00030
96,000.000
10.75" OD x 0.250"/0.307"/0.365"/0.500"
WT, API 5L, X-60 Grade
DFBE/3LPE coated pipe - in West Bengal
State.

......

.......

00040
Mainline Laying Works
Line in One Trench)

(Twin

Laying of Owner-supplied pre-coated


mild steel line pipes (Twin Line),
including arranging all additional
land/construction corridor, beyond
Owner's ROU/ROW, required for
Contractor's storage, fabrication,
access
for construction site, movement of
construction equipment etc.,
receiving and taking over
Owner-supplied materials, handling,
transportation etc. from Owner's issue
point to work site, stringing
along Right of Way (ROW)/ pipeline
corridor, providing labour,
equipment and supply of other inputs &
materials/ consumables necessary
to perform and complete the work in all
respects in accordance with the
contract including, but not limited to,
the following works:
- Taking delivery of pre-coated/ bare
pipes from the designated
stockpile location (loading of pipes
onto pipe trailors placed inside
page 31

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
stockpile by mainline contractor shall
be done by Owner's authorized
agency), including placing of pipe
trailors for taking delivery of pipes
from designated stockpile, carrying out
holiday detection and
verification of pipes at the time of
taking delivery), transportation of
pipes to ROW/ work site/ Contractor's
storage location etc.,
- Clearing and grading of ROW/ pipeline
coridor, cutting of trees,
vegetation etc. including keeping
record of trees cut, including
de-watering etc.,
- Stringing of pipes along ROW
including providing straw bags/ soft
padding below pipe (in Rocky areas
requiring blasting for preparation of
trench, pipes shall be strung after the
blasting operation and clearing
of trench as per instructions of Site
Engineer/ Engineer-in-Charge),
- Trenching to all depths to maintain
clear earth cover (a minimum clear
earth cover of 1.50m shall be provided)
and width of trench as specified
in the drawing to accomodate the twin
line together as as per
specification and to fit minimum bend
radius, by excavation in all kinds
of terrain & soil, including stripping
top soil to a depth of 30cm
to the full anticipated width of the
ditch and storing this material
separately along the ROW to allow
re-depositing of the same on top of
the backfilled ditch in cultivable and
other areas as per instruction of
site Engineer,
- Carrying out repair of pipe & coating
defects for defects
occuring after "taking over" of pipes
from Owner, replacement in the
case of non-repairable defects and
repairing damages to pipe coating
including defects/ damages occurring
during transportation &
handling,

Amount

page 32

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
- Aligning, bending, lining up, cutting
and bevelling (as required) of
pipes for field adjustments, welding
(manual / semi-automatic /
automatic),
- Carrying out 100% radiographic
inspection (by X-Ray)of all field weld
joints, including providing Crawler
type Automatic X-Ray machine and
external X-Ray machine and all other
requisite equipment, labour,
supervision, materials, approved films,
approved consumables, all
facilities and personnel to process,
develop, examine and interpret
radiographs (by qualified and
experienced Radiography Inspector),
providing all facilities to Owner's
representative(s) for examining
radiographs and other tests as
required, carrying out repair of
weld-joints found defective, carrying
out re-radiography and other tests
as required on repaired joints, etc.,
- Carrying out coating of all field
weld joints, by qualified coating
insulators, including supply of
approved joint coating materials,
providing all equipment, materials and
consumables necessary to carry
out the job as per manufacturer's
recommendation,
- Installation of hot-pulled bends at
required locations in mainline
(bends to be fabricated from
Owner-supplied bare pipes) including
cutting, bevelling, fitment, coating
the bare bend pipe with approved PU
coating,
- Carrying out holiday detection, at
specified voltage level
corresponding to coating type and as
per specifications, and repair of
coating, if any,
-Laying pipeline by open-cut method at
crossings viz., cart-track
,village road, metalled/ un-metalled
roads, minor water courses (MWC)
etc.,(except crossings identified as

Amount

page 33

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
"Cased", "Submerged" & "HDD"
crossings and "Marshy areas") and
restoration of the crossing site to
original condition including
performance of additional works for
strengthening of banks of water courses
etc.,
- Lowering of twin pipeline in one
trench maintaining clear distance of
500 mm between the two lines as per
drawing, specification &
direction of site engineer,ensuring no
damage to pipeline coating
otherwise carrying out repair of
coating including providing all
equipment, materials and consumables
necessary to carry out the job,
tieing-in, backfilling with excavated
earth and/or other suitable soil
(top soil stored separately during
trenching shall be backfilled on top
of the ditch) as directed by
Site-Engineer,
- Carrying out air cleaning, gauge
pigging and hydrostatic testing (to
specified pressure) of the complete
pipeline (excluding those HDD
crossing sections not under the scope
of this tender) including
providing 'pre-testing' of designated
sections as approved by
Engineer-in-Charge, providing all
equipment, pumps, fittings,
instruments, dead weight tester etc.
and services, supervision, labour,
consumables, testing of water, supply &
injection of corrosion
inhibitor, locating leaks, if any, and
rectification of defects
attributable to Contractor, re-testing
after rectification etc. and
cleaning the pipeline section after
successful hydrotesting,
- All tie-ins, including tieing-in with
HDD sections under this tender
and also with HDD sections not covered
under this tender (tie-ins with
HDD sections not under this tender
shall be paid separately as per

Amount

page 34

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
relevant item of SOR),
- Obtaining work permits/ NOC from
various authorities having
jurisdiction before execution of work
and complying with all
stipulations/ conditions/
recommendation of the said authorities
- Final clean-up and restoration of
ROW/ construction corridor, field
bunds etc., obtaining NOC from
statutory authorities (as required) and
obtaining NOC from respective land
owners in respect of final
restoration of their land etc, disposal
of debris to an unobjectionable
area as per direction of site engineer
and returning surplus material to
storage location, as directed by
Engineer-in-Charge, restoration of
land, facilities and boundary wall etc.
for facilities dismantled/
damaged by Contractor during
construction,
- Preparation of as-built drawings,
pipe book and other records as per
specifications etc.,
- Supply of all materials (other than
those specifically undertaken to
be supplied by the Owner under the
contract) necessary for performance
of work or for temporary or permanent
incorporation in the works, all
other acts, deeds, matters and things
necessary to make the pipeline
ready for commissioning and completing
the works in all respects as per
drawings, specifications and
instructions of Site Engineer/
Engineer-in-Charge.
NOTE :
I)The unit rate for per metre length
shall includes laying of two lines
in the same trench all complete i.e.
both the lines shall be assumed as
one line (One Unit) for Payment Purpose.
II)The rate quoted against this item
shall include cost of excavation
and backfilling of trench of width
approximately Two times of Pipe

Amount

page 35

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Diameter + 1280 mm (as per approved
drawings), required for laying of
Mainline pipe alongwith HDPE Pipe in
all kinds of soil for laying
Mainline pipe and HDPE pipe (for OFC).
Rock trenching by pneumatic tools
or by drilling, chiselling out or by
blasting shall be paid extra as per
relevant item and as per standard
trench .
III)The Mainline work includes and
covers the work in all types of
crossings viz., roads, drains, minor
water courses (MWC), low lying
areas, ponds, plant area, underground
utilities, pedestrian crossings,
Fault locations etc. except those
crossings identified as "Cased",
"Submerged" & "HDD" crossings and
"Marshy areas" for which
relevant item of SOR shall be
applicable.
IV)Cost of all materials required in
repair and/ or rectification of
defective work caused due to reasons
not attributable to any act or
omission of the Owner shall be
chargeable to Contractor account. The
Owner will supply the additional
materials from its designated store/
godown (insofar as constitutes
Owner-supplied materials) required for
the repair/ rectification work on
chargeable basis. The cost of such
material shall be as determined by the
Engineer-in-Charge plus an
additional charge of 15% of the cost of
material shall also be levied.
The decision of the Engineer-in-Charge,
as to the cost of the material,
shall be final and binding on the
Contractor.
VI)In the course of hydrostatic testing
of the mainline section, if any
defective portion/ pipe/ work is found
to be due to a defect in the pipe
attributable to the Owner, the Owner
shall supply the additional
necessary pipes at Ownerissue point

Amount

page 36

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
required for the work free of cost
to the Contractor, but the Contractor
shall supply all other materials
and inputs at his own cost for
replacement of pipe section. The
Contractor shall be paid a lumpsum
amount for each such failure (refer
relevant clause of Special Conditions
of Contract of the tender
documents) for the work involved in
locating & identifying the
defects in the mainline and in their
repair/rectification as per the
specification. Failure in one or more
pipes in a section during a single
pressurisation cycle shall be
considered as a single failure for the
purpose of compensation for hydrostatic
test failure on account of
manufacturing defect.
VII)Installation of the hot-pulled
bends in Mainline, including cutting
bevelling of pipes, fitment etc., shall
be inclusive in the Mainline
rate. Payment for fabrication of
hot-pulled induction bends, as per
specifications, shall be done
separately as per relevant item of SOR.
The hot-pulled bends shall be coated at
site with PU coating. The cost
of the same shall be deemed to be
included in this item for Mainline
laying.

Amount

00050
8,600.000
10.75" OD x 0.250" /
0.307"/0.365"/0.500" WT, API 5L, X-60
Grade
3LPE/DFBE coated pipe (in Odisha
State)

......

.......

00060
6,500.000
10.75" OD x 0.250" /
0.307"/0.365"/0.500" WT, API 5L, X-60
Grade
3LPE/DFBE coated pipe (in West Bengal
State).

......

.......

page 37

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00070
Cased crossings
Laying cased crossings, by auger boring
& jacking method / Horizontal
Directional Drilling (HDD) method using
casing pipes and 3LPE coated
carrier pipes of various sizes,
alongwith / without HDPE Duct
(for OFC cable) according to drawings/
specification(s) and providing
all works, labour, inputs and
materials/ consumables necessary to
perform and complete the works in all
respect in accordance with the
contract, taking delivery and
transportation of Owner-supplied 3LPE
coated pipes and bare casing pipes to
the work site from designated
stockpile location, inspection of the
coated pipes visually and/or with
holiday detector for defects, arranging
all necessary intermediate
storage area required thereof till the
pipes are installed in permanent
position, setting out the works,
aligning and welding the casing and
carrier pipes, 100% radiography of weld
joints of carrier pipes, field
joint coating, holiday detection &
repair of coating, applying atleast
two coats of bitumastic paint over
a
coat of suitable primer to
external surface of casing pipe,and
two component epoxy coating for
internal surface of casing pipe,
excavating/ trenching and / or
drilling/ boring in all kinds of soil
including rocky strata,
inserting the casing pipe into the
bore, pre-hydrostatic testing of the
carrier pipe and replacement /
rectification of defects / pipes,
installation of HDPE insulators on the
carrier pipe, suitably tying HDPE
duct with carrier pipe (after
installation of insulators on carrier
pipe), carefully inserting the carrier
pipe (with HDPE duct tied to it)
inside casing pipe by jacking/ pushing
page 38

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
method taking care not to damage
the insulator, HDPE duct and coated
carrier pipe, sealing the ends of
the casing pipe, as per procedure given
in specifications, with heat
shrinkable wraparound type end seal of
approved make, fixing of vent
pipes at the ends of the casing pipe,
priming and applying two coats
of coal tar based epoxy paint on
underground portion of vent pipes,
measuring final resistance between
carrier pipe and casing, and doing
preparation work necessary to produce
correct resistance, applying one
coat of primer and two coats of epoxy
paint to all exposed and
overground fittings & piping, proper
compaction of backfill below
carrier pipe at either ends,
independently supporting the carrier
pipe
outside each end of the casing pipe by
suitable RCC supports on firm
base with neoprene rubber sheet below
carrier pipe and strengthening
with sand bags and proper compaction of
earth below pipe, to prevent
settlement of carrier pipe and damage
to insulators, final clean-up and
restoration of the site and disposal
of wastes and surplus in
accordance with the contract and supply
of all materials (other than
those specifically undertaken to be
supplied by the Owner under
contract) necessary for or in the
performance of the work or for
temporary or permanent incorporation in
the works, and all other acts,
matters and things necessary to make
the pipeline ready for
commissioning in all respects.
NOTE :
I)The work will include the provision
of temporary supports for existing
installations in the road, railroads
and canals including provision of
diversions, restoration of the

Amount

page 39

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
canals/road/ railroad/ embankment to its
original state, maintenance for
subsidence and all other precaution(s),
work(s) and/or maintenance expressed or
implied in the contract.
II) The work will also include
providing necessary support to carrier
pipe on either side, after coming out
of casing, proper compaction of
backfill below carrier pipe at either
ends and strengthening with sand
bags and/ or other suitable means,so as
to prevent differential
settlement of the casing pipe and
damage to insulators including all
labour, materials etc. as per direction
of Site Engineer /
Engineer-in-Charge.
III)All materials (other than the
Owner-supplied materials) required for
performance of the work shall be
supplied by the Contractor at his own
cost.
IV) Installation of casing end seal
shall be done by skilled personnel
as per laid down procedure and as per
demonstration to be done by
manufacturer's representative (to be
arranged by Contractor).
V) Carrier pipe to be brought to
the desired level of crossing by
providing natural gradient to trench
botom from sufficient distance and
avoiding field bends so as to keep
provision for any future widening of
Railway/ Highway etc.
VI) Casing insulators (made of HDPE)
shall be inter-locking type, free
from matallic nuts & bolts.
00080
1,400.000
M
......
(a)
Using 10.75"OD x
0.250"/0.307"/0.365"/0.500" WT, X-60
Grade 3LPE
coated carrier pipe & 16"OD x
0.25"/0.281" WT bare Casing pipe
alongwith
40mm HDPE duct & OFC placed in annulus
between Casing & Carrier pipe and

Amount

.......

page 40

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
about 1" thick insulators so as to
suitably accommodate the HDPE & OFC,
tied to carrier pipe, inside the casing
pipe including supplying &
providing Epoxy coating (two component)
over compatible primer to
internal surface of casing pipe (in
Odisha State).
00090
300.000
(a.ii) Using 10.75"OD x
0.250"/0.307"/0.365"/0.500" WT, X-60
Grade 3LPE
coated carrier pipe & 16"OD x
0.25"/0.281" WT bare Casing pipe
alongwith
40mm HDPE duct & OFC placed in annulus
between Casing & Carrier pipe and
about 1" thick insulators so as to
suitably accommodate the HDPE & OFC,
tied to carrier pipe, inside the casing
pipe including supplying &
providing Epoxy coating (two component)
over compatible primer to
internal surface of casing pipe (in
West Bengal State).

Amount

......

.......

00100
170.000
M
......
(b.i)
Using 10.75"OD x
0.250"/0.307"/0.365"/0.500" WT, X-60
Grade
3LPE coated carrier pipe & 16"OD x
0.25"/0.281" WT casing pipe
without 40mm HDPE duct & OFC, and about
2" thick insulators including
supplying & providing Epoxy coating
(two component) over compatible
primer to internal surface of casing
pipe -in Odisha State.

.......

Note: This item is applicable for


Railway crossings
00110
(b.ii)
0.250"/0.307"/0.365"/0.500" WT, X-60
Grade 3LPE
coated carrier pipe & 16"OD x
0.25"/0.281" WT casing pipe without

190.000
M
......
Using 10.75"OD x

.......

page 41

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
40mm
HDPE duct & OFC, and about 2" thick
insulators including supplying &
providing Epoxy coating (two component)
over compatible primer to
internal surface of casing pipe -in
West Bengal State.
Note: This item is applicable for
Railway crossings.

Amount

00120
Submerged crossings
Laying submerged crossings using pipes
with or without concrete
sheathing across major water course
crossings and providing all works
,labour, inputs and
materials/consumable necessary to
perform and
complete the work in all respects in
accordance with the contract,
including taking delivery and
transportation of Owner-supplied coated
pipes to the work site from designated
stockpile location, inspection of
the coated pipes visually and with
holiday detector for defects,
arranging all necessary intermediate
storage area required thereof till
the pipes are installed in permanent
position, arranging the required
additional land for construction
purpose, preparation of site, aligning,
bending, lining up and welding the
pipe, 100% radiographic inspection of
weld joints, coating of field weld
joints, holiday detection and repair
of coating, hydrotesting (both pre- &
post-installation) and replacement
of pipes/ defects, excavation of the
trench to required depth, as per
specifications, in all kinds of soil
and conditions including rock
trenching and maintenance of trench in
all kinds of soil including rocky
strata, if any, making bunds for
stoppage of water flow, de-watering
including installation of well-point
system, and laying of the pipeline
page 42

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
in approved trench, including
de-watering, providing in-situ
concreting
at coated weld joints to effectively
secure the HDPE conduit with
mainline pipe, providing "Band IT" make
stainless steel (SS) strips /
clamps of 3/4" width for tying HDPE
conduit with mainline pipe (two
strips per pipe length), backfilling
and final clean-up, stabilisation
of the excavated banks by additional
means, disposal of waste and
surplus in accordance with the
contract, and supply of materials (other
than those specifically undertaken to
be supplied by the Owner under the
contract) necessary for or in the
performance of the work or for
temporary or permanent incorporation
in the works and all other acts,
matters and things necessary to
complete the pipeline/ crossings in all
respects according to the contract and
as per directions of Site
Engineer/ Engineer-in-Charge.
NOTE :
I)Depending upon the site condition &
location of each submerged
crossing, the Engineer-in-Charge, in
consultation with the Contractor,
shall decide upon the precise
operations necessary for the performance
of the work to lay the pipeline across
the canal/ drain/ rivers and the
cost of all such operations necessary
shall be deemed to have been
included in the rate for this item.
II)Profile of drain / canal bed, ground
& top of laid pipe shall
be established jointly in presence of
Owner both before and after laying
the crossing, by taking levels with
reference to nearby permanent
structure.
III)The banks of the crossing shall be
stabilised and suitable brick/
stone masonry bank protection works
shall be carried out for the entire

Amount

page 43

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
ROW width to prevent bank erosion
leading to exposure of the pipeline.
The procedure for such measures shall
be submitted for Owner's approval
prior to execution.
IV)Concrete sheathing work for
submerged crossings shall be paid for
separately under relevant item of
Schedule of Rates.

Amount

00130
a) 10.75"OD x 0.365"/0.500" WT, X-60
Grade DFBE / 3LPE coated pipein Odisha State.

1,150.000

......

.......

00140
b) 10.75"OD x 0.365"/0.500" WT, X-60
Grade DFBE / 3LPE coated pipe - in
West Bengal State.

650.000

......

.......

00150
Laying pipeline in Marshy
area
Laying pre-coated pipes in Marshy areas
with concrete sheathing
including providing all equipment,
works,labour, inputs and
materials/consumable necessary to
perform and complete the work in all
respects, taking delivery and
transportation of Owner-supplied coated
pipes to the work site from designated
stockpile location, inspection of
the coated pipes visually and with
holiday detector for defects,
arranging all necessary intermediate
storage area required thereof till
the pipes are installed in permanent
position;submission of construction
procedure for Owner's approval,
arranging the required additional land
for construction purpose, preparation
of site including dewatering,
aligning, bending, lining up and
welding the pipe, 100% radiographic
inspection of weld joints, coating of
field weld joints, holiday
detection and repair of coating,
hydrotesting testing and replacement of
page 44

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
pipes/ defects, excavation of the
trench to required depth in all kinds
of soil and conditions including rock
trenching and maintenance of
trench in all kinds of soil,including
rocky strata, if any, and laying
of the pipeline in approved trench,
backfilling and final clean-up,
stabilisation of the excavated banks,
disposal of waste and surplus in
accordance with the contract, and
supply of materials (other than those
specifically undertaken to be supplied
by the Owner under the contract)
necessary for or in the performance of
the work or for temporary or
permanent incorporation in the works
and all other acts, matters and
things necessary to complete the work
in all respects according to the
contract.
NOTE :
I)Depending upon the site condition,
the Engineer-in-Charge, in
consultation with the Contractor, shall
decide upon the precise
operations necessary for the
performance of the work to lay the
pipeline
across the Marshy areas and the cost of
all such operations necessary
shall be deemed to have been included
in the rate for this item.
II)Concrete sheathing work for marshy
areas shall be paid for separately
under relevant item of Schedule of
Rates.
III) Measurement for this item shall be
as per pipe book covering laying
in Marshy portion.
00160
(a) 10.75"OD x 0.365"/0.500" WT,
X-60 Grade DFBE / 3LPE coated
carrier pipe with 50mm concrete
coating -in Odisha State.

Amount

2,000.000

......

.......

00170
1,000.000
(a) 10.75"OD x 0.365"/0.500" WT, X-60

......

.......
page 45

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Grade DFBE / 3LPE coated carrier
pipe with 50mm concrete coating -in
West Benagal State.

Amount

00180
Concrete Coating
Providing and laying concrete sheathing
on the carrier pipe i.e.
continuous concrete coating (1:1.5:3)of
specified minimum thickness
using approved wire mesh reinforcement
as per approved drawing and
technical specifications, including
supply of approved cement, steel
wire mesh, aggregate, sand, shuttering
and all other materials,
consumables and inputs, and equipment
for concrete sheathing required to
complete the job and testing of coated
pipes as per specifications etc.
as per direction of Engineer-in-Charge.
NOTE :
I)Payment shall be made for the actual
length of pipe coated with
concrete. Ends of pipe left uncoated
shall not be considered in the
length for payment purpose
II)The rates shall include compensation
for additional hardship caused
in transportation, handling and/or
lowering the pipe on account of
concrete coating. The above Item shall
be executed at the discretion and
directions of Engineer-in-Charge.
00190
(a)50mm (minimum)thick continuous
concrete coating over 10.75" OD
pipe - in Odisha State.

2,400.000

......

.......

00200
1,300.000
(a)50mm (minimum)thick continuous
concrete coating over 10.75" OD pipe in West Bengal State.

......

.......

00210
HDD Installation (Carrier pipe &
OFC Duct)
Design, detailed engineering,
page 46

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
installation of carrier pipeline and OFC
conduit at specified minimum depth
across rivulets, water bodies
(canal/ drain/ nalla/pond/marshy area
etc.)/ Highways / other busy
roads/ congested areas etc. by
Horizontal Directional Drilling
(HDD) method; Complete work for the
crossing (between the limits, as
indicated in the approved drawing and
as per the approved procedure &
design) including mobilisation &
de-mobilisation at site(s), supply of
all materials as per the `Scope of
Supply' and all consumables,
equipment, manpower & other resources
and arranging the required land
for site preparations and execution of,
but not limited to the following
works and in accordance with the
specifications, drawings, as per the
provisions of the contract document and
instructions of the
Engineer-in-Charge.
- Interpretation of data of
hydrological/ geo-technical surveys
furnished by the Owner (if any),
carrying out topographic survey,
carrying out additional surveys as
required for collecting data relevant
to design and execution of the
crossing, performing all engineering &
design calculations including
preparation of all necessary
construction
drawings for approval of the Owner as
per the provisions of contract
document, preparation of detailed
construction method statement and
design analysis;
- Taking delivery and transportation
of Owner-supplied 3LPE
coated pipes to the work site
from designated stockpile location,
inspection of the coated pipes visually
and/or with holiday detector for
defects, arranging all necessary
intermediate storage area required
thereof till the pipes are installed in

Amount

page 47

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
permanent position;
- Repair of pipe and coating damages
occurred, if any, during
transportation;
- Complete site preparation including
arranging of additional required
land beyond ROW provided by Owner,
setting up of fabrication yard,
preparation of temporary arrangement
for pipeline stringing, launching
etc.;
- Pre-construction surveys and
collection of all necessary data related
to site, underground utilities etc.;
- String preparation including repair
of pipe and pipe coating defects,
welding, non-destructive testing of
welds including 100% radiography
(by X-ray), supply of films & all
equipment and providing all
facilities and personnel to process,
develop, examine and interpret
radiographs (by qualified and
experienced Radiography Inspector)and
providing all facilities to Owner's
representative(s) for examining
radiographs, repair of defects in the
welds and re-testing etc.,
- Coating of the field joints of the
pipe string to be installed by HDD
method with wraparound heat shrinkable
sleeves of "DIRAX" make
manufactured by M/s Berry Plastics
Corporation CPG USA/ India or " DDX
TM Directional Drilling Kit" of M/s
Canusa or of any other approved
make used for HDD crossings including
supply of coating materials
- Repair of all coating damages in the
pipe section to be laid by HDD
method by full encirclement sleeves
using suitable cut sections of
"DIRAX" make sleeves manufactured by
M/s Berry Plastics Corporation CPG
USA/ India or "DDX TM Directional
Drilling Kit " of M/s Canusa or of any
other approved make used for HDD
crossings including supply of repair
material,

Amount

page 48

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
- Fabrication of 89mm OD steel conduit
with an inner duct of 40mm OD
HDPE pipe for OFC, PU coating of the 89
mm OD steel conduit pipe,
- Supply & fixing of easy to install
heat shrinkable duct end caps
for HDPE duct for OFC,
- Carrying out air cleaning, gauge
pigging and pre-installation
hydrostatic testing of the complete
pipeline string, as per the
specifications, including repair of
defects and retesting etc.;
- Installation of the carrier
pipeline and OFC conduit below the
water body (canal/ drain/ nalla/ marshy
area etc.)/ Highway/ congested
area etc. as a bundle by single
horizontal directional drilling
operation to the correct profile as per
the approved procedure, design
& profiles using HDD Rig of adequate/
approved capacity, suitable
drill pipe, proper drilling fluid
including additives (suiting soil
& groundwater conditions etc.), drill
bit, reamer and approved
tracking system in different soil
strata at site including rock;
- Carrying out post-installation
hydrostatic testing;
- Carrying out post-installation
coating survey as per approved
procedure
- Restoration, clean-up and disposal
of drilling fluid, waste and all
other surplus materials etc.;
- Transportation of surplus
Owner-supplied pipes and OFC Cable to
the
designated stockpile location of the
Owner;
- Preparation of As-built drawings and
other records etc.
- All other works not specifically
listed herein, but required as per
specifications, drawings, provisions of
the contract document,
calculations and construction method

Amount

page 49

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
statement, leading to successful
completion of the works.
Note : 1) Payment shall be released in
stages as stipulated in the
Special Conditions of Contract.
2) Length of HDD for payment purpose
shall be considered as length
between hook-up points at both sides of
HDD.
3) Maximum lenght of single HDD
crossing shall be approximately 400 m.

Amount

00220
*
2,700.00
HDD across Highways/ Road crossings/
congested area/ Canal/ Drain/
Nala/ pond/marshy area/ rivulet
crossings as per Special Conditions of
Contract (SCC) or additionally required
as per site conditions - 10.75"
OD carrier pipe + OFC duct (bundle)-in
Odisha State.

......

.......

00230
2,500.00
HDD across Highways/ Road crossings/
congested area/ Canal/ Drain/ Nala/
pond/marshy area/ rivulet crossings as
per Special Conditions of
Contract (SCC) or additionally required
as per site conditions - 10.75"
OD carrier pipe + OFC duct (bundle)-in
West Bengal State.

......

.......

00240
Pipeline markers
Supply of all materials necessary for
fabrication and installation of
kilometre posts, direction markers and
warning signs at the locations as
per specifications, excavating &
grouting in cement concrete 1:2:4
, and all other works necessary for
fabrication & installation of the
markers including cleaning, priming &
applying two coats of coal tar
based epoxy paint on underground
portions, supply and application of one
coat of primer and two coats of epoxy
paint of approved colour and
quality on overground portion, stencil
page 50

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
letter cutting for number,
direction, chainage etc. and
restoration of site to original
condition
and all other acts, deeds, matters and
things and work, labour, inputs
and materials/ consumables necessary to
perform and complete the work in
all respects as per approved drawing &
specifications and as per
direction of Site Engineer /
Engineer-in-Charge.

Amount

00250
(a.i) Kilometre Post - (in Odisha
State)

230.00

EA

......

.......

00260
(a.ii) Kilometre Post - (in West Bengal
State)

120.00

EA

......

.......

00270
(b.i) Direction Marker-in Odisha
State

630.00

EA

......

.......

00280
(b.ii) Direction Marker-in West Bengal
State

800.00

EA

......

.......

00290
(c.i) Warning Sign -in Odisha
State

650.00

EA

......

.......

00300
(c.ii) Warning Sign - in West Bengal
State

220.00

EA

......

.......

00310
Boundary pillars
Providing and installing RCC
(1:1.5:3) boundary pillars as per
drawings on both edges of the ROW at
250 metres interval and at every
turning point and/or as directed,
including supply of all materials
necessary for the fabrication of the
pillars, casting and inscribing the
pillars, excavation of earth, fixing
the pillars & backfilling, applying
page 51

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
two coats of oil paint over one coat of
cement based primer on exposed
surface and work, labour, inputs &
materials/ consumables necessary to
perform and complete the work in all
respect under the contract and as
per directions of Site Engineer.

Amount

00320
i) Boundary Pillars -in Odisha State

1,200.00

EA

......

.......

00330
ii) Boundary Pillars -in West Bengal
State

1,100.00

EA

......

.......

00340
Calliper survey / Electronic
Geometry Pigging (EGP)
Mobilisation/ demobilisation of pigging
tools, tackles, equipment,
consumables, accessories and personnel
by contractor at work site
including magnetic pig, electronic
geometry pig, pig tracking device,
preparation and cleaning of the
complete mainline / Mainline sections
including HDD sections under this
tender (but excluding HDD crossings
not included under the scope of this
tender and to be executed by
separate agency) by running series of
pigs for cleaning the line from
debris, water & making it dry for
launching calliper pigs, running of
magnetic pig for cleaning of ferrous
residue, launching and receiving
the electronic & standard calliper
pigs, including pig tracking at 5 to
10 km interval, data retrieval,
interpretation of data and submission of
reports in the form acceptable to the
Owner, including rectification of
defects observed from calliper survey,
including supply of all labour,
materials, equipment & instruments,
calliper pigs, fabrication of
launching & receiving
barrels,compressors, fuel etc. all
complete for
page 52

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
ascertaining the geometry of the
pipeline.

Amount

00350
**
242.000
(a) 10.75" OD mainline including all
HDD sections covered under this
tender but excluding HDD sections to be
executed under separate
contract)-in Odisha State

KM

......

.......

00360
118.000
(b) 10.75" OD mainline including all
HDD sections covered under this
tender but excluding HDD sections to be
executed under separate
contract)-in West Bengal State

KM

......

.......

242.000

KM

......

.......

00390
118.000
(b) 10.75" OD mainline including all
HDD sections covered under this
tender but excluding HDD sections to be
executed under separate
contract)-in West Bengal State

KM

......

.......

00370
Preservation of Pipeline
(Optional)
Preservation of entire pipeline /
pipeline sections (including HDD
sections under this tender and HDD
sections not under this tender i.e.,
to be executed by separate agency) by
using inhibited water with uniform
inhibitor concentration adequate for 6
(six) months preservation period
as per manufacturer's recommendation
including arranging water, testing
of water, supply of inhibitor, all
equipment, manpower, consumables etc.
complete as per specifications and
direction of Site Engineer / Eng
ineer-in-Charge.
00380
(a) 10.75" OD mainline (including
all HDD sections covered under this
tender and HDD sections to be executed
under separate contract)(in
Odisha State)

page 53

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00400
Installation of Sectionalising
Valves on Mainline inside RCP /
MOV/CP Stations
Taking delivery of MOVs for mainline
from Owner's stockpile/ godown,
preparation of pup pieces of specified
length from owner supplied pipes
of higher wall thickness, welding of
pup pieces to both sides of valves,
providing instrument tappings in MOVs,
hydrostatically testing the
valves & installing at designated
locations on the mainline in
accordance with the specifications and
drawings, welding & 100%
radiography of weld joints, repair of
weld joints etc., complete in all
respect including all works and
material in foundation, RCC underground
valve supports etc., including PU
Coating of underground portions
and painting of overground portions
with aluminium paint over a coat of
primer, and including supply of all
materials (other than those
specifically undertaken to be supplied
by the Owner), consumables &
inputs complete as per specifications,
drawings & instructions of Site
Engineer / Engineer-in-Charge.
00410
(a)Installing 10.75" dia MOVs
inside RCP/ CP / MOV Station/
station locations in Mainline including
tappings for pressure
transmitter and plate for RTD mounting
as per specification & drawings,
supply of all materials other than
those specifically undertaken to be
supplied by the Owner, consumables,
inputs etc. as per specifications
and directions of Engineer-in-Charge.
(In Odisha State).

25.000

EA

......

.......

00420
(b)Installing 10.75" dia MOVs inside

11.000

EA

......

.......
page 54

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
RCP/ CP / MOV Station/ station
locations in Mainline including
tappings for pressure transmitter and
plate for RTD mounting as per
specification & drawings, supply of all
materials other than those specifically
undertaken to be supplied by the
Owner, consumables, inputs etc. as per
specifications and directions of
Engineer-in-Charge. (In West Bengal
State).

Amount

00430
Tieing-in and Hook-up with HDD
Sections (executed by separate
agency) (Optional)
Carrying out tieng-in and hook-up with
the HDD sections of pipeline
across river crossings executed by
separate agency (under different
contract), including excavation/
trenching in all kinds of soil
including rock, cutting of pipe, making
field bends out of pre-tested
pipes to match the site requirement,
welding, carrying out 100%
radiography (by X-Ray), field joint
coating, backfilling and making
through the pipeline, etc. complete in
all respects.
Note: This item shall be operated under
specific instructions of
Engineer-in-Charge
00440
(a) Tieing-in & Hook-up with 10.75"
HDD sections not under this
tender and executed by separate agency
(in Odisha State).
00450
(b) Tieing-in & Hook-up with 10.75" HDD
sections not under this tender
and executed by separate agency (in
West Bengal State)

16.000

EA

......

.......

4.000

EA

......

.......

00460
HOT PULLED BENDS
Taking delivery and transportation of
page 55

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
bare pipes from owner's
stockpile, transportation, unloading
the pipes at manufacturer's works
and fabrication of Hot pulled induction
bends (radius of curvature 6D /
as per approved drawing) as per
specification and delivery of hot pulled
bends to site including visual
examination, manual U.T. on the entire
weld seam, bevelling of ends as per API
5L, supply of all materials,
consumables, labour etc. as per
specifications and direction of Site
Engineer / Engineer-in-Charge.

Amount

00470
(a) HOT-PULLED BEND (90DEG - 60DEG)
from 10.75" OD x 0.500" WT, API
5L X-60 Grade pipe - bending radius as
per site requirement but not less
than 6D.(In Odisha State).

5.000

EA

......

.......

00480
(b) HOT-PULLED BEND (90DEG - 60DEG)
from 10.75" OD x 0.500" WT, API 5L
X-60 Grade pipe - bending radius as per
site requirement but not less
than 6D.(In West Bengal State).

5.000

EA

......

.......

00490
Rock Trenching
Extra for rock trenching in Mainline
laying(covered under relevant items
of SOR) as classified by the
Engineer-in-Charge and performed by
pneumatic tools or by drilling and
blasting or by chiselling out
(excluding sand padding around mainline
pipe which shall be paid
separately) as per specifications,
approved procedure and instructions
of Engineer-in-Charge.
NOTE:
I. Payment shall be made for rock
actually excavated by pneumatic tools
/drilling and blasting /by chiselling
out or
calculated based on the trench
dimensions stipulated in the
page 56

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
specifications/drawings.
II. Item shall be operated under
specific instructions from
Engineer-in-Charge
III. Blasting operation shall be
carried out only by authorized and
trained / skilled manpower, as per
approved procedure, and taking due
care & precaution to adjoining
Pipelines, property, people, livestock
etc.
IV. Controlled blasting may be allowed
for laying the pipelines at a
mininmum centre to centre distance of
5.0 m from existing operating
pipeline.
V. Sand padding around mainline pipe
shall be paid separately as per
relevant item in SOR.
VI. Additional 150mm depth of
excavation to be carried out in rocky
area
to accomodate sand padding.

Amount

00500
(a) Rock Trenching for 10.75" OD
Mainline (in Odisha State)

75.000

M3

......

.......

00510
(b) Rock Trenching for 10.75" OD
Mainline (in West Bengal State)

25.000

M3

......

.......

00520
Sand Padding (in Rocky
areas)
Supplying, providing and filling fine
sand in trenches in hard rocky
stretches from 150mm below the bottom
of pipe upto 150mm above pipe top
(for the complete specified trench
width)
Note:
I. Item to be operated under specific
instructions from
Engineer-in-Charge
II. Cost of additional depth of 150mm
trenching for this item shall be
paid in item for "Extra for Rock
trenching"
page 57

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00530
(a) For 10.75" OD Mainline (in
Odisha State)

75.000

......

.......

00540
(b) For 10.75" OD Mainline (in West
Bengal State)

25.000

......

.......

00560
(a) For 10.75" OD mainline
pipe (in Odisha State)

300.000

......

.......

00570
(b) For 10.75" OD mainline pipe (in
West Bengal State)

200.000

......

.......

00550
SAND PADDING (AT SEISMIC FAULT
LOCATIONS)
Supplying, providing and filling fine
sand in trenches at Seismic Fault
location crossing or running parallel
to pipeline (including additional
500 mm deep & 200/300 mm wide
trenching) around mainline pipe for
providing a minimum padding thickness
of 500 mm on top as well as at
bottom of the mainline pipe(for the
complete trench width).
Note:
(i) Item to be operated under specific
instructions from
Engineer-in-Charge.
(ii) Cost of additional depth of 500mm
& width of 200/300 mm trenching
for this item shall be included in this
item itself.

00580
Sand Padding (in other
areas)
Supplying, providing and filling fine
sand in trenches in stretches
other than normal soil & hard rock from
150mm below the bottom of pipe
upto 150mm above pipe top (for the
complete specified trench width)
Note:
page 58

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
I. Item to be operated under specific
instructions from
Engineer-in-Charge.
II.Cost of additional depth of 150mm
trenching for this item shall be
included in this Item itself.

Amount

00590
(a) For 10.75" OD Mainline (in
Odisha State)

75.000

......

.......

00600
(b) For 10.75" OD Mainline (in West
Bengal State)

25.000

......

.......

00620
(a) For 10.75" OD Mainline (in
Odisha State)

300.000

......

.......

00630
(a) For 10.75" OD Mainline (in Odisha
State)

200.000

......

.......

00610
Rock Shield
Supplying and providing approved type
of extruded High density
polyethylene mesh (rock shield) on
mainline pipe to protect the coating
against rocky soil including supply of
all inputs such as labour,
materials, equipment, consumables etc.
necessary to perform and complete
the work in all respect in accordance
with the specifications and
instructions of Site Engineer /
Engineer-in-Charge.
Note: Proper lateral as well as
transverse overlap shall be provided to
the rockshield wrapped around the pipe
as per specifications /
manufacturer's recommendation.

00640
Commissioning
Supply of all
providing all
resources for
commissioning

assistance
materials, consumables,
equipment &
the complete activity of
of Liquid Petroleum
page 59

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
Gas Pipeline (LPG) including Mainline
and Stations with proper
pressurization of mainline and station
piping with Nitrogen, batch
pigging followed by vaporized LPG and
effective line fill by
pressurization of line fill LPG as per
approved procedure and
Specification requirement including
providing expert services for
vetting of commissioning procedure and
presence of expert to guide &
monitor the complete commissioning
activities, providing all
supervisory/expert services, other
manpower and all resources for the
execution of the complete service
meeting with international practices
and standards, observing all statutory
and other governing rules &
standards in all respect and as per the
approved scheme and
guidance/direction of Engineer - in Charge.
i)
The Lump Sum offer shall be
inclusive of supply of nitrogen, pig
train, all consumables, taxes, duties
and service taxes as applicable.
ii)
IOCL's responsibility shall be
limited to arrangement of
a)
Fire tender
b)
Ambulance
c)
Water supply
d)
Providing LPG in tanker truck and
subsequently lining up of the
pipeline system for LPG line fill.
00650
i)Paradip-Haldia Section (343 KM
approx.)

1.000

SU

......

.......

00660
ii) Haldia Refinery to Haldia Pump
Station (5.40 KM approx.)
(West Bengal State)

1.000

SU

......

.......

00670
iii) IPPL Haldia to Haldia Pump Station
(2.0 KM approx.)

1.000

SU

......

.......

page 60

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
(West Bengal State)

Amount

RFQ ITEM NO.00030 MAINLINE- PHDLPG COMPOSITE (GROUP A)


B CIVIL WORKS - COMPOSITE
00010
EARTH WORK
00020
Site cleaning work of the ground in all
kinds of soil including clearing
the area by removing rank vegetation
and in-equalities, cutting of
shrubs, grass, brush wood, trees and
saplings of girth upto 30 cm
measured at a height of 1 m above
ground level, stacking and disposing
of rubbish out of plot area to an
unobjectionable area as directed by
Site Engineer. The roots of the trees
shall be removed to a minimum
depth of 60 cm below ground level or 30
cm below formation level or a
minimum of 15 cm below sub grade level
whichever is lower and the
hollows filled up with earth levelled
and rammed complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.
00030
(i) Odisha

50,000.000

SQM

......

.......

00040
(ii) West Bengal

17,500.000

SQM

......

.......

00050
Earth work in excavation in all kinds
of soil except hard rock requiring
blasting for foundation trenches, upto
any depth including trimming of
sides of the trenches, dressing,
ramming and levelling the bottom of
the trenches correct to level, grade
etc. including bailing out of
water, if any, filling in sides of
page 61

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
foundation trenches, plinth etc.
with the excavated earth available
and/or depositing the excess earth
within station area limits, in layers
not exceeding 20 cms. thick,
consolidating each deposited layer by
ramming, watering, dressing to
level and grade , complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.

Amount

00060
a) Depth upto 1.5 m (measured from
original ground level)
00070
(i) Odisha

9,700.000

CUM

......

.......

00080
(ii) West Bengal

3,600.000

CUM

......

.......

00100
(i) Odisha

3,060.000

CUM

......

.......

00110
(ii) West Bengal

1,075.000

CUM

......

.......

00090
b) Depth between 1.5 m to 5 m

00120
Supplying all labour, materials, tools,
spray pumps etc. for making
pre-constructional anti-termite
treatment & creating a continuous
chemical barrier under & all round the
column pits, wall trenches, top
surface of plinth filling, junction of
wall & floor, along the exterior
perimeter of the building, , complete
in all respects inclusive of cost
of all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer.
Note: Total plinth area of the building
shall be measured for payment.
page 62

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00130
(i) Odisha

700.000

SQM

......

.......

00140
(ii) West Bengal

275.000

SQM

......

.......

25,600.000

CUM

......

.......

9,000.000

CUM

......

.......

320.000

CUM

......

.......

00150
Supplying and filling selected earth/
moorum (excluding black cotton
soil) from Contractor's own borrow
areas including royalty, with all
leads and lifts in low laying areas and
filling to required grade and
level including watering, compacting at
optimum moisture content to 90%
of Proctor's density, consolidation and
rolling with 8 to 10 tonne
power roller in layers not exceeding
20 cm thickness, complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.
00160
(i) Odisha
00170
(ii) West Bengal
00180
Supplying and filling selected earth/
moorum (excluding black cotton
soil) from Contractor's own borrow
areas including royalty, with all
leads and lifts in plinth including
watering, compacting in layers not
exceeding 20cm thickness, complete in
all respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer.
00190
(i) Odisha

page 63

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00200
135.000
CUM ...... .......
(ii) West Bengal
00210
Supplying and filling coarse sand under
floors, in foundations and
plinth including cost-of sand, royalty,
transportation, loading ,
unloading, spreading in layers not
exceeding 20 cm., watering, ramming,
compacting, dressing and levelling etc.
complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00220
(i) Odisha

1,100.000

CUM

......

.......

400.000

CUM

......

.......

00230
(ii) West Bengal
00240
PILLING WORKS
00250
Boring, providing & installing
cast-in-situ single under reamed
concrete piles in foundation trenches
for all types of soil, using auger
boring or any other suitable device
alongwith necessary temporary casing
pipes for prventing collapse of bore
holes and ingress of ground water,
with reinforced cement concrete of
nominal mix 1:1.5:3 (1 cement: 1.5
coarse sand : 3 graded stone aggregate
20 mm nominal size) reinforced
with steel bars as per details
indicated in the drawing including cost
of all materials (except steel
reinforcement), manpower and
mobilisation
of all necessary boring and concreting
equipments at site including
erection of rigs, clearing,
de-mobilisation of all equipments and
restoration of site, removal of bored

page 64

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
earth/debris from the trench to
low lying areas within station area
limit, protection of bore holes
till the time of concreting, dewatering
of bore hole wherever required,
applying bentonite slurry, providing of
shoring/ underpinning of exposed
sides of foundation trench wherever
required and providing of
necessary safety barricades, chipping
of top portion of pile for pile
cap connection, curing etc. complete
in all respects inclusive of cost
of all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer.
Note: In foundation work, OPC cement
with C3A content from 5 to 8%/ PPC/
PSC shall be used .

Amount

00260
a) 300 mm diameter pile upto 6 m depth
00270
(i) Odisha

3,915.000

......

.......

00280
(ii) West Bengal

2,000.000

......

.......

130.000

......

.......

75.000

......

.......

00290
b) 300 mm diameter pile beyond 6 m
depth
00300
(i) Odisha
00310
(ii) West Bengal
00320
Note:- Length of pile for payment shall
be measured from the bottom of
pile cap only. Cost of reinforcement
shall be paid separately under
relevant item of SOR.
00330
LOAD TEST ON PILES
page 65

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00340
Conducting pile load tests on under
reamed piles in accordance with IS
2911 (latest edition) including
installation of loading platform,
preparation of pile head or test cap,
submission of test report complete
in all respects inclusive of cost of
labour,material,equipment,tools
,tackles etc as directed by engineer in
charge.Note;This item shall be
operated under specific instruction of
engineer in charge)
00350
A) Test Column
00360
a) Initial vertical static load test on
single pile
00370
(i) Odisha

5.000

EA

......

.......

00380
(ii) West Bengal

3.000

EA

......

.......

00410
(i) Odisha

5.000

EA

......

.......

00420
(ii) West Bengal

3.000

EA

......

.......

00390
B) Job Column
00400
a) Initial vertical static load test on
single pile

00430
Note: This item shall be operated under
specific instruction of
engineer-in-charge
00440
PLAIN CONCRETE WORK
page 66

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00450
Providing and laying cement concrete
of mix 1:4:8 (1 cement:4 coarse
sand :8 graded stone aggregate 40 mm
nominal size) for foundation
works at all depths including ramming,
dewatering & shuttering etc.
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per drawings,
specifications and direction of
Site Engineer.
00460
(i) Odisha

Amount

1,050.000

CUM

......

.......

380.000

CUM

......

.......

240.000

CUM

......

.......

85.000

CUM

......

.......

00470
(ii) West Bengal
00480
Providing and laying cement concrete,
grade of mix 1:3:6 (1 cement :3
coarse sand : 6 graded stone aggregate
40 mm nominal size) in
foundation, floors, bed of drains etc.,
including ramming, de-watering,
shuttering, shoring, strutting, curing
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00490
(i) Odisha
00500
(ii) West Bengal
00510
Providing and laying cement concrete,
grade of mix 1:3:6 (1 cement :3
coarse sand : 6 graded stone aggregate
20 mm nominal size) in
foundation, floors, bed of drains etc.,
including ramming, de-watering,
shuttering, shoring, strutting, curing
etc. complete in all respects
inclusive of cost of all labour,

page 67

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00520
(i) Odisha

Amount

140.000

CUM

......

.......

60.000

CUM

......

.......

00550
(i) Odisha

25.000

CUM

......

.......

00560
(ii) West Bengal

10.000

CUM

......

.......

55.000

CUM

......

.......

00530
(ii) West Bengal
00540
Providing and laying cement concrete,
grade of mix 1:2:4 (1 cement :2
coarse sand : 4 graded stone aggregate
20 mm nominal size), in
foundation, floors, bed of drains,
including ramming, de-watering,
shuttering, shoring, strutting, curing
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.

00570
Providing and laying cement concrete
1:2:4 (1 cement:2 coarse sand :4
graded stone aggregate 10 mm down size)
mixed with approved brand of
water proofing compound @ 1kg/bag of
cement, in roof grading, coping, in
bed concrete etc at all heights &
depths, including providing centering
and shuttering, scaffolding, watering,
curing, vibrating, etc. complete
in all respects inclusive of cost of
all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer.
00580
(i) Odisha

page 68

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00590
(ii) West Bengal

Amount

30.000

CUM

......

.......

1,100.000

SQM

......

.......

400.000

SQM

......

.......

00640
(i) Odisha

620.000

SQM

......

.......

00650
(ii) West Bengal

270.000

SQM

......

.......

00600
Providing and laying 40 mm thick CC
1:2:4 damp proof course with cement
concrete 1:2:4 ( 1 cement : 2 coarse
sand : 4 graded stone chips 6 mm
down size) laid to proper level & line
including providing shuttering,
applying two coats of bitumen applied @
1.50 kg/m2 and spreading an even
layer of coarse sand over hot bitumen,
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00610
(i) Odisha
00620
(ii) West Bengal
00630
Providing plinth protection 50mm thick
of cement concrete 1:3:6 (1
cement: 3 coarse sand: 6 graded stone
aggregate 20 mm nominal size) over
75 mm bed of dry brick ballast 40 mm
nominal size well rammed &
consolidated & grouted with fine sand
including finishing the top smooth
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.

00660
REINFORCED CEMENT CONCRETE
page 69

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00670
Providing and laying structural
reinforced cement concrete work
(1:1.5:3) conforming to IS:456 (1
cement : 1.5 coarse sand : 3 graded
stone aggregate 20 mm nominal size) at
all heights and depth for
construction of beams, columns,
staircases chajja, roof slabs, facia,
canopies, fins, porch, water tank etc.
including providing centering,
shuttering, staging, scaffolding, form
work etc compacting with
mechanical vibrator, curing etc.
complete in all respects inclusive of
cost of all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer. (Payment for
Reinforcement shall be made as per
relevant item of SOR).
00680
a) In foundation, plinth,ramps etc.
Note: In foundation work, OPC cement
with C3A content from 5 to 8%/ PPC/
PSC shall be used .
00690
(i) Odisha
00700
(ii) West Bengal

2,350.000

CUM

......

.......

875.000

CUM

......

.......

1,450.000

CUM

......

.......

530.000

CUM

......

.......

00710
b) In superstructure at all floors for
maximum staging height of 10 M
00720
(i) Odisha
00730
(ii) West Bengal
00740
Supplying and providing reinforcement
(for reinforced cement concrete
works) Thermo-mechanically treated
page 70

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
HCR/CRS Fe 500 bars conforming to
IS:1786 including initial straightening
of coiled/uncoiled bars, removal
of loose rust, cutting, bending to
correct size & shape, binding with 18
gauge G.I. wire at each intersection
and placing at any position, at any
height and depth complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.

Amount

00750
(i) Odisha

460.000

TON

......

.......

00760
(ii) West Bengal

175.000

TON

......

.......

00770
Supplying and using water proofing
compound like cico, puddle or any
other approved brand with cement
plaster / CC / RCC complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per specifications and direction of
Site Engineer.
00780
(i) Odisha

3,650.000

KG

......

.......

00790
(ii) West Bengal

1,275.000

KG

......

.......

00800
Supplying and providing non-shrinkable
cement grout (Shrinkkomp 20 or
any other equivalent approved brand)
for grouting holding down bolts in
pocket holes for equipment foundation,
including necessary surface
preparation mixing of grout, curing as
per manufacturer's
recommendation/ specification and
direction of the Site Engineer.
Note- This item shall be operated under
specific instruction of
Engineer-in-charge and paid on the
page 71

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
basis of dry weight of grout powder
used.
00810
(i) Odisha

Amount

90.000

KG

......

.......

120.000

KG

......

.......

1,200.000

SQM

......

.......

450.000

SQM

......

.......

00820
(ii) West Bengal
00830
BRICK WORK
00840
Supplying and laying flat brick soling
in foundation trench, in floors,
garages, sumps, etc., with bricks of
class designation 50 laid to
proper slope, level and grade etc.
filling of the joints with sand
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00850
(i) Odisha
00860
(ii) West Bengal
00870
Brick work with bricks of class
designation 50 in cement mortar 1:6 (1
cement : 6 coarse sand) at all heights
and depths laid to proper
position line, level as per the
drawings and specifications including
providing necessary scaffolding,
staging, raking out of joints, curing
etc. complete in all respects inclusive
of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00880
a) In foundation, plinth etc.

page 72

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00890
1,720.000
CUM ...... .......
(i) Odisha
00900
(ii) West Bengal

640.000

CUM

......

.......

00920
(i) Odisha

3,700.000

CUM

......

.......

00930
(ii) West Bengal

1,350.000

CUM

......

.......

00910
b) In superstructure all floors, mumty
parapet etc at all heights with
maximum staging height of 10 m.

00940
Providing half brick masonry work with
bricks of class designation
50/Concrete block masonry with block of
class designation D(5.0) in
partition wall for all depths and
height in cement mortar 1:3 (1
cement : 3 coarse sand) including
providing and fixing 2 nos. 6 mm dia
M.S. bars at every fourth course,
(inclusive of cost of
reinforcement), providing labour,
scaffolding, staging, raking out of
joints etc complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00950
(i) Odisha

25.000

SQM

......

.......

00960
(ii) West Bengal

20.000

SQM

......

.......

00970
GENERAL STRUCTURAL STEEL WORK
00980
Supplying, fabricating and fixing M.S.
structural steel work made of
joists, tubes, pipes, channels, angles,
page 73

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
plates, flats, bars etc. for
struts, chain link fencing posts as per
drawing including gate,
ladders, safety grills, walkways,
collapsible gate, signboards, supports
for cable trench, making slots for
barbed line, wire hoisting, placing
in position, embedding in concrete,
applying two coats of epoxy paint
"EPILUX 155 High Build Enamel over a
coat of EPILUX 610 Primer of M/s
Berger or any other approved equivalent
make as per manufacturer#s
recommendation, complete in all respect
including cutting to required
size welding of joints, fixing anchor
plates,bolts, theading, nuts,
washers, sleeves etc. and necessary
lettering of approved pattern on
main gate, signboards etc.complete in
all respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer. (excluding the cost of
concrete work).

Amount

00990
(i) Odisha

53.000

TON

......

.......

01000
(ii) West Bengal

20.000

TON

......

.......

01010
Supplying, fitting and fixing steel
rolling shutters with 1.25 mm thick
80 mm M.S. sheet laths of approved
type, machine rolled and straightened
with an effective bridge depth of 16
mm, lath interlocked together
throughout the entire length fitted
with heavy type 27.5 cm long steel
wire springs, grade No.2, fixed inside,
C.I. housing fitted with two
self aligning ball bearing on each
housing on heavy type solid drawn
seamless steel tube complete with
locking arrangements (both inside and
outside), specially built-up side guide
page 74

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
channels including providing a
head cover for the steel rolling
shutter in the room, applying two
coats of synthetic enamel paint over a
coat of red oxide zinc phosphate
primer as per manufacturer#s
recommendations, complete in all
respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
01020
(i) Odisha

Amount

130.000

SQM

......

.......

60.000

SQM

......

.......

01050
(i) Odisha

13.000

SQM

......

.......

01060
(ii) West Bengal

10.000

SQM

......

.......

01030
(ii) West Bengal
01040
Extra for providing grilled rolling
shutters manufactured out of 8mm
dia. M.S. bar instead of laths as per
design approved by Engineer-in
Charge including necessary painting
etc.(Note: Only area of grill to be
measured for this item)

01070
Supplying, fitting and fixing hot dip
galvinised barbed line wire
through holes in fencing posts (already
made in the body of the post),
tightening and fixing the wire in tight
condition with straining bolts
(straining bolts at end post) including
the cost of cutting and lapping
joints, making holes, straining bolts,
galvanised staples, binding wires
etc. complete in all respects inclusive
of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
page 75

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
direction of Site Engineer.
01080
(i) Odisha

Amount

16,000.000

......

.......

5,550.000

......

.......

01090
(ii) West Bengal

01100
Supplying and fixing circular /
hexagonal MS sheet ceiling fan box
with clamp,
140mm internal dia, 73mm
height, 3mm thick rim bottom,
and top lid of 1.5mm thick M.S. sheet
lids shall be screwed into the
M.S, box by means of 3 mm dia round
headed screws, clamps shall be
made of 12mm dia M.S. bar bent to shape
as per standard drawings with
over all length as 80 cm complete in
all respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer.
01110
(i) Odisha

52.000

EA

......

.......

01120
(ii) West Bengal

26.000

EA

......

.......

01140
(i) Odisha

335.000

SQM

......

.......

01150
(ii) West Bengal

120.000

SQM

......

.......

01130
Supplying and placing in position 5 mm
thick steel chequred plates over
cable ducts, valve pits etc. including
provision for lifting
arrangements complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.

page 76

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01160
Supplying, fitting and fixing Punched
tape concertina spiral coil of 50
turns per coil having core wire of
2.6mm dia made of high carbon spring
steel of high tensile strength as per
IS 4454 part - I grade II having
minimum galvanising coating thickness
equivalent to 230 grams per square
metre and low carbon steel strip of 0.5
mm thickness having a series of
barbes punched all along the length on
both sides of the strip at
regular interval as per IS 513, DD
quality having minimum galvanising
coating thickness of 12 microns.
Hardness of tape should be between
137-180 VPN (Victor Penetration
Number). The coil should be clipped
sufficiently at regular intervals. The
coil should not be stretched for
more than 6.0 Metre length and the
minimum diameter of the coil in the
closed condition should not be less
than 600 mm complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.

Amount

01170
(i) Odisha

4,000.000

......

.......

01180
(ii) West Bengal

1,400.000

......

.......

01190
ANODISED ALUMINIUM WORK
01200
Providing and fixing fully glazed
single/double leaf doors (one side or
both side opening) made of powder
coated (70 microns) Ivory / White /
Coloured (approved shade) with 5.5 mm
thick plain glass (best Indian
make ) fitted and fixed with box type
101.6 x 44.45 x3.18 mm Aluminium
frame (JINDAL/ HINDALCO/AJIT INDIA)
page 77

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
with snap beading and glazing
clips, anodised transparent or dyed to
required shade according to
IS-1868, neoprene cushion, top pivot,
locking arrangement hand rail,
all accessories etc. complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.
NOTE : Aluminium doors provided for
toilet shall consist of single layer
of 5.5 mm thick frosted glass in place
of transparant or coloured glass,
for which no extra payment shall be
made.

Amount

01210
(i) Odisha

80.000

SQM

......

.......

01220
(ii) West Bengal

35.000

SQM

......

.......

90.000

SQM

......

.......

01230
Providing and fixing louver type glazed
ventilator made of powder
coated (70micrones) Ivory / White /
Coloured (approved shade) standard
Aluminium section of JINDAL/INDALCO/
AJIT INDIA/ HINDALCO or equivalent
approved make fixed with necessary
galvanised iron lugs embedded in
cement concrete block of size
15x10x10cms in 1:2:4 mix or with rawl
plug and screws or nuts and bolts as
required including providing and
fixing 5 mm thick glass in the louver
panes and wire mesh shutter at
inside of the main wall frame with
rubber gasket, frame, aluminium
handles, peg stays etc. complete in all
respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer.
01240
(i) Odisha

page 78

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01250
(ii) West Bengal

Amount

37.000

SQM

......

.......

01270
(i) Odisha

60.000

EA

......

.......

01280
(ii) West Bengal

22.000

EA

......

.......

01260
Providing and fixing double action
hydraulic floor springs (Floor type
door closers) of EVERITE or equivalent
approved make complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.

01290
FLOORING
01300
Providing and laying precast terrazzo
tiles 20mm thick (net after
cutting and polishing) of approved make
with marble chips of desired
colours & sizes, over a 20mm bedding of
cement-sand mortar of proportion
1:4, including filling joints with
grout of matching colour, preparation
of substrata, cutting the edges of
tiles, cutting, grinding, sloping,
curing, acid cleaning, wax-polishing,
finishing, etc., all complete in
flooring, steps, skirting, paving and
in other locations (with required
sizes and pattern), at all levels as
per specifications, drawings and
directions of the Engineer. The topping
of tiles shall be as under.
01310
a)
with tiles of NITCO/ DECO/MOGHAL
or approved equivalent make,
manufactured using 50% white and 50%
ordinary cement and approved colour
pigment (medium shade).
page 79

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

01320
(i) Odisha

30.000

SQM

......

.......

01330
(ii) West Bengal

30.000

SQM

......

.......

01350
(i) Odisha

75.000

SQM

......

.......

01360
(ii) West Bengal

35.000

SQM

......

.......

01380
(i) Odisha

340.000

SQM

......

.......

01390
(ii) West Bengal

130.000

SQM

......

.......

01340
Supplying and providing 600 x 600 mm
Kota stone slab (machinecut edges)
25 mm avg thick, suitable for use in
steps, treads, etc over a base
layer of 20 mm (average) thick cement
mortar 1:4 (1 cement : 4 coarse
sand) laid and jointed with grey cement
slurry complete in all respect
including rounding of edges, rubbing,
polishing, all complete as per the
direction of Engineer-in-Charge.

01370
Supplying and providing 600 x 600 mm
Kota stone slab (machinecut edges)
25 mm avg thick, suitable for flooring,
use in steps, treads, etc over
a base layer of 20 mm (average) thick
cement mortar 1:4 (1 cement : 4
coarse sand) laid and jointed with grey
cement slurry complete in all
respect including rounding of edges,
rubbing, polishing, all complete as
per the direction of Engineer-in-Charge.

01400
Providing and fixing 2 mm. thick P.V.C.
(BHOR or equivalent make)
sheet/ tile flooring on a smooth and
page 80

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
damp proof base using rubber
based adhesives including rolling with
light wooden roller weighing
about 5 kg. all complete including
cost of preparation of subgrade,
damp proof course consisting of 30mm
thick cement concrete 1:2:4 [1
cement: 2 coarse sand :4 graded stone
aggregate 12.5 mm nominal size] as
directed by the Site Engineer.

Amount

01410
(i) Odisha

75.000

SQM

......

.......

01420
(ii) West Bengal

65.000

SQM

......

.......

01440
(i) Odisha

800.000

SQM

......

.......

01450
(ii) West Bengal

280.000

SQM

......

.......

01430
Providing and laying of acid resistant
tiles in flooring and dado/
skirting uniformly laid over a layer of
bituminastic compound with
joints 6 mm wide filled with hot
plasticised sulphur/ cement complete in
all respects inclusive of cost of all
labour, materials, carriages etc.
as per specifications.

01460
Providing and laying 52mm thick cement
concrete flooring with metallic
hardner, under layer of 37mm thick
cement concrete 1:2:4 (1 cement :2
coarse sand :4 graded stone aggregate
20 mm nominal size) and top layer
of 15 mm thick metallic concrete
hardner consisting of mix 1:2 (1 cement
:2 stone aggregate 6 mm nominal size)
by volume with which metallic
hardening compound such as IRONITE NO.1
of Ironite cCo. of India Ltd. or
aproved equivalent mixed in the ratio
4:1 (4 parts of cement :1 part of
page 81

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
metallic floor hardening compound of
approval quality) by weight,
inclusive of cost of finishing, labour,
material, equipments etc. as per
direction of Site Engineer.

Amount

01470
(i) Odisha

25.000

SQM

......

.......

01480
(ii) West Bengal

20.000

SQM

......

.......

1,400.000

SQM

......

.......

550.000

SQM

......

.......

01490
ROOFING
01500
Providing and laying APP (Atactic
Polypropylene Polymer) modified
prefabricated five layer 3 mm thick
water proofing membrane reinforced
with non-woven polyester matt of
approved make including preparing the
roof surface, applying coat of
requisite primer of same manufacturer,
laying membrane over the primer coat by
using butane torch, sealing all
the joints, providing top cover of non
woven geotextile mat 1 to 1.25 mm
thickness, bonded to the membrane by
heating with butane torch etc.
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per
manufacturer's recommendations,
specifications and direction of Site
Engineer. The work shall be
carried out by authorised applicator of
the manufacturer of the
membrane.
01510
(i) Odisha
01520
(ii) West Bengal
01530
Supplying and fixing (at all heights)
in position UPVC down take rain
page 82

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
water pipes conforming to IS: 13952
Type-A including jointing with seal
ring conforming to IS - 5382 leaving
10mm gap for thermal expansion,
fixing with suitable clamps, fixing of
necessary specials like bends,
shoes etc., cutting of brick work and
fixing in cement mortar 1:4 (1
cement : 4 coarse sand) including
making good the wall all complete as
per specifications and direction of
Site Engineer.

Amount

01540
a) 110 mm dia pipe
01550
(i) Odisha

320.000

......

.......

01560
(ii) West Bengal

145.000

......

.......

01580
(i) Odisha

550.000

......

.......

01590
(ii) West Bengal

250.000

......

.......

01570
Providing gola 75x75 mm in cement
concrete 1:2:4 (1 cement : 2 coarse
sand : 4 stone aggregate 10mm and down
gauge) including finishing with
cement mortar 1:3 (1 cement : 3 fine
sand) as per standard design
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per drawings,
specifications and direction of
Site Engineer.

01600
Making khurras 450 x 450 mm with
average minimum thickness of 5 cm
cement concrete 1:2:4 (1cement:2 coarse
sand: 4 graded stone aggregate
of 20 mm nominal size) over P.V.C
sheet 1000 mm x 1000 mm x 400 micron,
finished with 12 mm cement plaster 1:3
page 83

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
(1 cement : 3 coarse sand ) & a
coat of neat cement rounding the edges
and making and finishing the
outlet complete.
01610
(i) Odisha

Amount

140.000

EA

......

.......

55.000

EA

......

.......

25,700.000

SQM

......

.......

9,300.000

SQM

......

.......

13,100.000

SQM

......

.......

4,800.000

SQM

......

.......

01620
(ii) West Bengal
01630
FINISHING
01640
Providing 15 mm thick plaster to
internal & external walls
at all
heights/depths with cement mortar 1:6
(1 cement :6 fine sand) finished
smooth/rough including raking out
joints, rounding off and chamfering
corners, making drip course moulding,
roughening of brick surface,
curing for etc. complete as per
specifications.
01650
(i) Odisha
01660
(ii) West Bengal

01670
Providing 6 mm thick cement plaster 1:4
(1 cement : 4 fine sand) with
cement mortar to soffits of slab, sides
of beams, columns faces and all
exposed concrete surfaces at all
heights roughening of concrete surface
including rounding off and chamfering
corners, curing etc. complete as
per specifications.
01680
(i) Odisha
01690
(ii) West Bengal

page 84

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01700
Providing 15 mm thick cement plaster
1:4 (1 cement : 4 coarse sand) with
sand and cement mortar in drains
including raking out joints, with
finished coat of neat cement punning
including curing etc. inclusive of
cost of all labour, materials etc.,
complete as per specifications.
01710
(i) Odisha

Amount

1,775.000

SQM

......

.......

630.000

SQM

......

.......

01740
(i) Odisha

750.000

......

.......

01750
(ii) West Bengal

330.000

......

.......

01770
(i) Odisha

750.000

SQM

......

.......

01780
(ii) West Bengal

330.000

SQM

......

.......

01720
(ii) West Bengal
01730
Extra for providing grooves of uniform
size 12 x 12 mm and upto 15x15
mm in plaster of size as per approved
pattern using wooden battens,
nail to the under layer including
removal of wooden battens repair to
the edges of panels and finishing the
groove complete as per direction
of Engineer-in-Charge.

01760
Providing & fixing galvanized chicken
wire net 20 gauge, 20mm mesh in
plastering work at the junction of RCC
columns/beams & brick work as
directed by Site Engineer.

01790
Supplying and applying three coats of
white washing/colour washing over
page 85

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
plastered surfaces to give an even
shade including preparation of
surface with putty, scaffolding etc.
complete in all respects inclusive
of cost of all labour, materials,
tools, tackles etc. as per
manufacturer#s recommendations,
specification and direction of Site
Engineer.

Amount

01800
(i) Odisha

720.000

SQM

......

.......

01810
(ii) West Bengal

320.000

SQM

......

.......

2,100.000

SQM

......

.......

850.000

SQM

......

.......

01820
Supplying and applying two coats of
acrylic washable distemper of
approved brand, of required shade
over a coat of distemper primer over
plastered wall surface, including
preparation of surface with putty,
sand papering, scaffolding etc.
complete in all respects inclusive of
cost of all labour, materials, tools,
tackles etc. as per manufacturer#s
recommendations, specification and
direction of Site Engineer.
01830
(i) Odisha
01840
(ii) West Bengal
01850
Supplying and applying three coats of
water proof cement based paints
like Snowcem-Plus or other equivalent
approved brand, of required shade
including scrapping of surface
thoroughly, curing, scaffolding etc.
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per
manufacturer#s recommendations,
specification and direction of Site
Engineer.
page 86

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01860
(i) Odisha

Amount

27,700.000

SQM

......

.......

9,950.000

SQM

......

.......

100.000

......

.......

35.000

......

.......

100.000

......

.......

35.000

......

.......

100.000

......

.......

01870
(ii) West Bengal
01880
ROAD, DRAINAGE, SANITARY & MISC WORK
01890
Supplying and laying reinforced cement
concrete light duty hume pipe,
non pressure type (NP3), centrifugally
cast conforming to I.S.458 with
1:3:6 concrete casing at joints as
required with necessary slope
including excavation, backfilling,
supply of collars, jointing of pipes
with stiff mixture of cement mortar in
the proportion of 1:2 ( 1 cement:
2 fine sand), testing of joints,
complete in all respects as per
specifications, drawing and the
direction of the EIC/Site Engineer.
01900
a) 600 mm dia
01910
(i) Odisha
01920
(ii) West Bengal
01930
b) 450 mm dia
01940
(i) Odisha
01950
(ii) West Bengal
01960
c) 300

mm dia

01970
(i) Odisha

page 87

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01980
(ii) West Bengal
01990
d) 250

35.000

......

.......

100.000

......

.......

35.000

......

.......

100.000

......

.......

35.000

......

.......

mm dia

02000
(i) Odisha
02010
(ii) West Bengal
02020
e) 150

Amount

mm dia

02030
(i) Odisha
02040
(ii) West Bengal
02050
Preparation of subgrade by box cutting
upto 400 mm depth, dressing to
camber & consolidating the subgrade
with road roller, ensuring correct
level & grade, making good the
undulations, disposal of surplus earth
as
per direction of the Site Engineer, in
layers not exceeding 200 mm.
thick, consolidating each deposited
layer by ramming, watering, dressing
to level and grade complete in all
respect as per specification.
02060
(i) Odisha

3,300.000

SQM

......

.......

02070
(ii) West Bengal

1,200.000

SQM

......

.......

02080
Supplying and laying sub-base coarse
(100 mm finished thickness) of
water bound macadam in layers not
exceeding 100 mm finished thickness
each with graded stone aggregate of 90
page 88

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
to 45 mm size including graded
stone screening of 13.2 mm size as
packing material, binding material,
consolidating each layer with 8 - 10
ton road roller etc. complete in
all respects as per specifications and
direction of Site Engineer

Amount

02090
(i) Odisha

340.000

CUM

......

.......

02100
(ii) West Bengal

120.000

CUM

......

.......

240.000

CUM

......

.......

85.000

CUM

......

.......

02110
Supplying and laying base course (75 mm
finished thickness) of water
bound macadam in layers not exceeding
75 mm finished thickness each with
graded stone aggregate of 53 mm to
22.4 mm size including graded stone
screening of 11.2 mm size, binding
material, spreading to template,
consolidating each layer with 8 to 10
tonnes road rollers etc. complete
in all respects as per specifications
and direction of Site Engineer.
02120
(i) Odisha
02130
(ii) West Bengal
02140
Providing, mixing, placing , vibrating,
curing, vacuum dewatered,
Reinforced cement concrete having
minimum flexural strength of 40Kg/ cm2
(with minimum cement content of 350 Kg
per Cum of finished concrete) in
pavement & roads using graded stone
aggregate 20mm maximum size
including the cost of MS Channel
formwork, vibrating using screed
vibrator, power floating the top
surface, de-shuttering of form work,
curing, etc. (but excluding the cost of
reinforcement), complete at all
page 89

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
heights/levels including scaffolding.
(Contractor to establish concrete
mix design as per Indian Standard
Specification).

Amount

02150
(i) Odisha

300.000

CUM

......

.......

02160
(ii) West Bengal

110.000

CUM

......

.......

2,000.000

......

.......

700.000

......

.......

02170
Supplying & fixing in position pre-cast
cement concrete 1:2:4 (1 cement
: 2 coarse sand : 4 stone aggregate)
kerb stone of size 450 mm high, 150
mm average thick & 600 mm long, each
stone joined with 12 mm thick
cement mortar 1:3 (1 cement : 3 coarse
sand) over a base of cement
mortar, including excavation, bed
concrete 300 wide & 100 thick in
cement concrete 1:3:6 concrete,
painting of exposd surfaces etc.
complete in all respects inclusive of
cost of all materials, labour,
tools, tackles etc. as per
specifications and direction of Site
Engineer.
02180
(i) Odisha
02190
(ii) West Bengal
02200
Preparation of subgrade exavation of
earth to an average depth of 20cm
for pathway, dressing to camber,
compacting including making good the
undulations, watering, disposal of
surplus earth etc. complete in all
respects inclusive of cost of all
materials, labour, tools, tackles etc.
as per specifications and direction of
Site Engineer.

page 90

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
02210
600.000
SQM ...... .......
(i) Odisha
02220
(ii) West Bengal

210.000

SQM

......

.......

02240
(i) Odisha

300.000

SQM

......

.......

02250
(ii) West Bengal

210.000

SQM

......

.......

20.000

EA

......

.......

02230
Providing & laying 50 mm thick
pre-cast cement concrete blocks made of
cement concrete 1:2:4 (1 cement :2
coarse sand :4 graded stone aggregate
10mm nominal size) of size 450x450mm in
pavement jointed with cement
mortar 1:3 (1 cement : 3 Coarse sand)
including levelling, sub base
preparation etc all complete as
directed.

02260
Providing and fixing glazed vitreous
China Oval wash basin of 560x410 mm
size of Hindware make (Cat No. - 10017)
or equivalent approved make with
MS or CI brackets painted white, C.P.
brass chain with rubber plug, 32
mm CP brass waste coupling of standard
pattern, 32 mm CP brass bottle
trap and union, 32 mm dia C.P. pipes to
wall flange etc.
including
cutting and making good the walls &
floors where required complete in
all respects inclusive of cost of all
required fittings, fixtures,
materials, labour, tools, tackles etc.
as per specifications and
direction of EIC.
a.) White
colour
02270
(i) Odisha

page 91

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
02280
7.000
EA
...... .......
(ii) West Bengal
02290
Construction of second class brick
masonary open surface drain (size 200
mm wide & 200 mm average depth.) in
cement mortar 1:4 laid over a bed of
150 mm thick cement concrete 1:3:6 (1
cement : 3 coarse sand : 6 graded
stone aggregate 20 mm nominal size)
including making haunches and
providing 15 mm thick cement plaster
1:4 (1 cement : 4 coarse sand) with
a floating coat of neat cement inside
and its top and exposed surfaces,
including excavatioin, disposal of the
surplus earth upto any lead and
lift as per standard design and
drawing, complete in all respects
inclusive of cost of all labour,
materials, carriages, excavation and
refilling, curing etc., as per
specifications of the Site Engineer.
02300
(i) Odisha

620.000

......

.......

02310
(ii) West Bengal

260.000

......

.......

02330
(i) Odisha

25.000

EA

......

.......

02340
(ii) West Bengal

11.000

EA

......

.......

02320
Providing and fixing Floor Drain (F.D.)
made out of 50mm G.I. Pipe &
Elbow with 65mm C.P. grating at top
including connection through G.I.
Inlet fitting to Floor Trap in
Bathrooms and Kitchens complete in all
respects inclusive of cost of all
materials, labour, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.

page 92

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
02350
Providing and fixing G.I. Pipes
conforming to IS: 1239 (Heavy class) for
MOV building wash basin drain including
all fittings, fabrications and
clamps, testing, cutting holes or
chases in the walls and making good
wherever required complete in all
respects inclusive of cost of all
materials, labour, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.

Amount

02360
a) 50 mm dia
02370
(i) Odisha

300.000

......

.......

02380
(ii) West Bengal

130.000

......

.......

1,600.000

......

.......

560.000

......

.......

02390
Providing and fixing 75 mm dia PVC pipe
(4 Kg./cm2 ) for weep holes in
wall including providing 230 x 230 x
230 mm size (approx.) filter using
pebles 40 mm & below size in every weep
hole on retaining side etc.
complete in all respects inclusive of
cost of all materials, labour,
tools, tackles etc. as per
specifications and direction of Site
Engineer.
02400
(i) Odisha
02410
(ii) West Bengal
02420
Providing and making construction/
Contraction joint by mechanically
cutting 12mm x 25mm deep groove and
filled with bituminous, sealing
compound including cleaning etc.
complete as per drawing, specification
and direction of Site Engineer.
page 93

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

02430
(i) Odisha

620.000

......

.......

02440
(ii) West Bengal

220.000

......

.......

02460
(i) Odisha

60.000

......

.......

02470
(ii) West Bengal

25.000

......

.......

02450
Providing 25mm wide expansion joint
treatment in pavements, floors,
roofs, Beams,columns, walls etc. with
bitumen impregnated fibre board of
approved make including provision of
bituminous paint on the sides,
sealing the open joint with bituminous
sealing compound, all complete as
per specification, drawings and
direction of Site Engineer.

02480
DEMOLISHING & DISMANTLING WORK
02490
Demolishing R.C.C. work in existing
building structures at all heights
and depths using pnuematic tools or
chemicals or core cutter as approved
by Engineer-in- charge including
following all safety requirements,
ensuring adequate precaution to the
neighbourhood structures &
equipment, putting necessary cover ,
stacking of reinforcement bars and
disposal of unserviceable material
within station area limit all
complete as directed by Site Engineer.
Note:1. Dismantling shall be allowed during
day shift only & prior permission
for the same shall be obtained.
2. Providing of necessary
covers/barricades around the
work
area is
page 94

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
to be done prior to dismantling
operations.
3. Cutting of all reinforcement shall
be done using hack saw or chisiel
or any other method as approved by
Engineer-in-charge.

Amount

02500
(i) Odisha

10.000

CUM

......

.......

02510
(ii) West Bengal

10.000

CUM

......

.......

02530
(i) Odisha

10.000

CUM

......

.......

02540
(ii) West Bengal

10.000

CUM

......

.......

02520
Demolishing P.C.C. work in existing
building structures at all heights
and depths using pnuematic tools or as
approved by Engineer-in- charge
including following all safety
requirements, ensuring adequate
precaution to the neighbourhood
structures & equipment, putting
necessary cover , and disposal of
unserviceable material within
station area limit all complete as
directed by Site Engineer.
Note: 1. Dismantling shall be allowed
during day shift only & prior
permission for the same shall be
obtained.
2. Providing of necessary
covers/barricades around the
work
area is
to be done prior to dismantling
operations.

02550
Demolishing plastered/unplastered brick
work in cement mortar at all
heights and depths including following
all safety requirements, ensuring
adequate precaution to the
neighbourhood structures & equipment,
page 95

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
putting
necessary cover , stacking of
serviceable materials and disposal of
unserviceable material within station
area limit all completed as
directed by Site Engineer.
Note:1. Dismantling shall be allowed during
day shift only & prior permission
for the same shall be obtained.
2. Providing of necessary
covers/barricades around the work area
is to
be done prior to dismantling operations.

Amount

02560
(i) Odisha

10.000

CUM

......

.......

02570
(ii) West Bengal

10.000

CUM

......

.......

02590
(i) Odisha

10.000

SQM

......

.......

02600
(ii) West Bengal

10.000

SQM

......

.......

02580
Dismantling/cutting of existing
bituminous road at all depths including
its WBM, sub-base etc stacking of
serviceable materials and disposal of
unserviceable material within station
area limit all complete as
directed by Site Engineer.
Note:1. Dismantling shall be allowed during
day shift only & prior permission
for the same shall be obtained.
2. Providing of necessary
covers/barricades around the work area
is to
be done prior to dismantling operations.
3. Adequate safety precautions shall
also be taken care before
commencement of any activity

C MECHANICAL WORKS - COMPOSITE


page 96

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00010
Supply and Erection of Structural
Steel:
Supplying at site, steel structural
items such as steel plates, bars, MS
gratings, chequered plates, angles,
beams channels, commercial quality
heavy pipes, C.I. Rollers, bolts &
nuts, washers, grouting bolts,
padding plates etc., fabrication and
erection of saddle supports and
other type of supports for pipes
manifolds and valves, fabrication and
erection of platforms walkways,
stairways etc., sand blast/ power brush
cleaning, priming and painting the
finished structures including supply
of all other inputs such as labour,
materials, consumable etc. necessary
to perform and complete the work in all
respect, in accordance with
drawings, specifications and
instructions of the Site Engineer / EIC.
(Paradip = 0.25 MT., Balasore = 0.50
MT., Haldia = 0.75 MT., Haldia
Refinery = 5 MT., Inside IPPL= 0.25
MT., SV Stations = 36 MT.)

Amount

00020
In Odisha State

25.750

TO

......

.......

00030
In West Bengal State

17.000

TO

......

.......

00040
PU/ liquid epoxy Coating of under
ground piping:
Cleaning exposed steel surfaces of
piping, equipment and valves etc. by
sand blasting or with power wire brush
(wherever sand blast cleaning is
not possible) free of dust, grease,
mill scales etc. and applying
single layer polyurethane coating(PU)
using 100% solvent free
elastomeric plyurethane/ liquid epoxy,
with approved materials, labour,
equipment etc. and completing the job
in all respects as per
page 97

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
specification and instructions of the
Site Engineer / EIC.

Amount

00050
single layer polyurethane
coating(PU)/Liquid Epoxy Coating
(Paradip = 25 Sq. M.,Balasore = 50 Sq.
M., Haldia = 75 Sq. M., Haldia
Refinery = 150 Sq. M., Inside IPPL, 25
Sq. M., SV Stations = 25x36= 900
Sq. M.)
00060
In Odisha State

700.000

M2

......

.......

00070
In West Bengal State

525.000

M2

......

.......

700.000

M2

......

.......

00080
Painting:
Cleaning exposed steel surfaces of
piping, equipment and valves etc. by
sand blasting or with power wire brush
(wherever sand blast cleaning is
not possible) free of dust, grease,
mill scales etc. priming with one
coat of Zinc Ethyl Slicate
primer,painting the surfaces with one
coat of
High Build EPOXY MIO and two coats of
Isocynate Aliphatic Poly
Urethene(PU)as per specification, with
approved materials, paints,
brushes, labour, equipment etc. and
completing the job in all respects
as per specification and instructions
of the Site Engineer / EIC.
00090
Zinc Ethyl
(Paradip =
M., Haldia
Refinery =
Sq. M., SV
Sq. M.)

Slicate Primer:
25 Sq. M.,Balasore = 50 Sq.
= 75 Sq. M., Haldia
550 Sq. M., Inside IPPL, 25
Stations = =25*36= 900

00100
In Odisha State

page 98

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00110
925.000
M2
...... .......
In West Bengal State
00120
High Build
(Paradip =
M., Haldia
Refinery =
Sq. M., SV
Sq. M.)

EPOXY MIO:
25 Sq. M.,Balasore = 50 Sq.
= 75 Sq. M., Haldia
550 Sq. M., Inside IPPL, 25
Stations = =25*36= 900

00130
In Odisha State

700.000

M2

......

.......

00140
In West Bengal State

925.000

M2

......

.......

00160
In Odisha State

700.000

M2

......

.......

00170
In West Bengal State

925.000

M2

......

.......

00150
Isocynate Aliphatic Poly
Urethene(PU):
(Paradip = 25 Sq. M.,Balasore = 50 Sq.
M., Haldia = 75 Sq. M., Haldia
Refinery = 550 Sq. M., Inside IPPL, 25
Sq. M., SV Stations = =25*36= 900
Sq. M.)

00180
Medium Velocity Water Sprinkler
System:
Design, Detailed Engineering, supply,
fabrication, erection/
Installation and commissioning of
complete medium velocity water
sprinkler systems for Pump Shed, barrel
area, filteration, metering and
piping area at each location as per the
details mentioned below:
Medium Velocity Water Sprinkler System:
Automatic Medium velocity water
Sprinkler System for Pump Shed, barrel
area, filteration, metering and
and Piping Area:
Design, detail engineering, drawing and
page 99

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
development of scheme for
automatic medium velocity water
sprinkler system for the equipment and
piping area including supply of all
material like Deluge valve(Wet Type
/ Dry Type), Spray nozzles, pressure
switch, pressuer gauge, piping,
valves, flanges, coupling, pipe
fittings, brackets, clamps, fasteners,
solenoid switches, S.S piping,
strainers, alongwith all accessories as
per the approved scheme at site,
erection and installation of piping,
cabling, equipments and instruments
control panel etc, provision of
compressed air/pneumatic piping from
owner's compressed air header
located near compressor room for Dry
Type Deluge Valve including
dismantling, breaking of road etc.as
required for setting out of the
system and making good the same,hooking
up the system with the hydrant
network,sand blast cleaning, priming
and painting (Zinc Ethyl Slicate
Primer,High Build EPOXY MIO, Isocynate
Aliphatic Poly Urethene(PU) in
signal red colour);
internal coating
with liquid epoxy, Carrying out
all electrical and instrumentation
works to enable auto actuation of
the deluge valve and medium velocity
water sprinkler system based on
alarm signal from QB sensors/ gas
detectors/ flame detectors. Carrying
out the electronic integration of the
system with the control panel and
providing alarm and automatic
actuation of the deluge valves with
manual over-ride provision, testing &
commissioning of the system
including cost of all labour,
services, materials tools & tackles
consumables, first operation &
funrnishing of operation and maintenance
manuals on lumpsum basis as per
specifications, International standard
procedures, approved scheme, drawings
and the direction of Site

Amount

page 100

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Engineer/EIC.
Note:
1. The control panel and control cosole
with PC will be installed under
the work of Gas detection system and
the MV system is to be integrated
with the exisitng system.
2. For System Designing/Area
Calculation & inter distances between
block facilities refer the General
layout plan and Assembly Piping Area
of respective Station.

Amount

3.
Medium Velocity Water Sprinkler System
for T-points at Mahishrekha and
Belmuri (Group-B) shall be designed
considering wet type Deluge Valve as
no compressed air is available at these
locations.
00190
Medium Velocity Water Sprinkler System
for Facilites inside Haldia
Refinery consisting of
Barrel area,
piping area etc.
00200
In West Bengal State

1.000

LS

......

.......

00020
ELECTRICAL (SV/RCP 750)

750.000

M3

......

.......

00030
ELECTRICAL (SV/RCP 330)

330.000

M3

......

.......

D ELECTRICAL WORKS - COMPOSITE


00010
Supplying and spreading of approved
quality fine dry river sand in cable
trenches including the cost of all
material, transport, load and lift
charges, labour, tools and tackles,
consumables etc , as per drawings,
specification and directions of Site
Engineer / Engineer-in-Charge

page 101

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00040
Supply and laying of approved quality
75 mm thick second class brick
flat soling with sand filling in the
interstices, in cable trenches for
protectionincluding the cost of all
brick and sand, labour, load and
lift charges , tools and tackles etc ,
as per drawings, specification
and directions of Site Engineer /
Engineer-in-Charge

Amount

00050
ELECTRICAL (SV/RCP 2500)
T&I(Par: 50; Bls: 50; SV/RCP 250)

2,850.000

M2

......

.......

00060
ELECTRICAL (SV/RCP 1100)
T&I (HOR: 20; SV/RCP: 100)

1,220.000

M2

......

.......

185.000

EA

......

.......

85.000

EA

......

.......

00070
Supply, erection & installation of MS
cable markers, including
excavation, installation of the
markers, cement concrete grouting,
backfilling, materials, labour, tools
and tackles, consumables etc , as
per drawings, specification and
directions of Site Engineer /
Engineer-in-Charge
00080
ELECTRICAL (SV/RCP = 125)
T&I(Par: 5; Bls:5; SV/RCP :50)
00090
ELECTRICAL (SV/RCP = 55)
T&I (HOR:10; SV/RCP:20)
00100
LT Cable joint (1.1 KV):

Making
straight through joints on Al/Cu
conductor XLPE/PVC insulated armoured
cable including the supply of required
materials such as cable jointing
kit (of heat shrinkable sleeve type of
Raychem/Mseal/3M) , materials,
labour, tools and tackles, consumables
page 102

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
etc , as per drawings,
specification and directions of Site
Engineer / Engineer-in-Charge

Amount

00110
Power cables LT : OD above 20 mm and
upto 40 mm
(2/3/3.5/4cx6 to 25 sq. mm cable)
00120
SV/RCP 5

5.000

EA

......

.......

00130
SV/RCP 3

3.000

EA

......

.......

00150
SV/RCP 4

4.000

EA

......

.......

00160
SV/RCP 2

2.000

EA

......

.......

150.000

EA

......

.......

00190
SV/RCP 66

66.000

EA

......

.......

00200
Supply, installation, testing of
earthing system consisting of 3 earth
pits of perforated GI pipes earthing

36.000

EA

......

.......

00140
Power cables LT : OD above 40 mm and
upto 60 mm
(2/3/3.5/4cx 35 to 95 sq. mm cable)

00170
EARTH ELECTRODES
Supplying, installation, testing of GI
earthing electrode, including the
supply and installation of the CI
cover, charcoal /special backfill
etc. and construction of chamber;
complete as per drawings
,specifications and directions of the
Site Engineer, Including the cost
of all labour, tools, materials etc.
complete in all respects.
00180
SV/RCP 150

page 103

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
electrodes and copper plate
terminal block including construction
of chamber using cement concrete
with earthing pit cover and frame,
supply of charcoal / /special
backfill , salt etc including supply of
interconnecting cables / strips
including necessary welding etc
complete as drawings, specifications and
directions of the site
engineer/Engineer-in-charge, including
cost of
tools, materials etc complete in all
respects as per drawing No.
:9200-99900-405-030-00. The job shall
also include testing of each earth
pit and the entire earthing system on
whole.
Note: Earthing for field instruments
shall be provided from Station
earth grid covered in Electrical SOR.
T&I (SV 27, RCP 9)

Amount

00210
EARTHING PLATE :
Supply & Installation of G.I. earthing
plate as per drawing no.
9200-99900-404-009-00 outside the
buildings. The item also includes
grouting of the plate as shown in the
drawing. The item should be
complete in all respect including all
materials, tools, tackels etc. and
as per direction of EIC / Site engineer.
00220
SV/RCP 25

25.000

EA

......

.......

00230
SV/RCP 11

11.000

EA

......

.......

00240
EARTH STRIP / WIRE / ROPE / CABLE
Supply, installing and testing of
earthing strip/wire/rope/cable for
completely making the earthing grid
system by supplying, laying the GI
/ Cu strip and making all the
necessary welding joints, connecting
page 104

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
to
the earthing electrodes and existing
earthing grid etc., complete as
per drawings, specifications and
directions of the Site
engineer/Engineer-in-charge, including
the cost of all labour, tools,
materials, etc. complete in all respect.

Amount

00250
50 mm X 6 mm G.I. earthing strip
00260
SV/RCP 625

625.000

......

.......

00270
SV/RCP 275

275.000

......

.......

00290
Within Odisha

2,500.000

......

.......

00300
Within West Bengal

1,100.000

......

.......

1,390.000

......

.......

625.000

......

.......

720.000

......

.......

00280
40 mm X 5 mm G.I. earthing strip

00310
25mm x 4 mm copper flat
00320
GI wire

(8 SWG)

00330
ELECTRICAL (SV/RCP 1250)
T&I (Par: 20; Bls: 20; SV/RCP: 100
00340
ELECTRICAL (SV/RCP 550)
T&I (HOR: 25; SV/RCP: 50)
00350
Copper cable as per specifications 100sqmm
00360
Par: 10; Bls: 10; SV 500, RCP 200

page 105

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00370
70.000
M
...... .......
HOR: 20; SV/RCP: 50
00380
FLAME PROOF FITTINGS :
Note: All equipment under this category
shall be suitable for location
in zone-I gas group IIA & IIB (Temp.
class T3) area with a separate
terminal box for incoming cable and a
separate terminal box for out
going cable (where applicable), apart
from separate enclosure for each
equipment including control gear etc.
in IP 65 cast aluminium LM-6
certified enclosure.
00390
FLP & WP JUNCTION BOX
Supply, erection, installation, testing
and commissioning of flameproof
& weather proof junction box for
providing cable termination of motor,
including connection and termination of
earthing wire and conduits etc.,
including supply & installation of
double compression cable glands &
flame proof plugs for sealing all spare
entries complete as per
drawings, specifications and direction
of the Site Engineer, including
the cost of all labour, tools,
consumable materials etc., complete in
all respect.
00400
6 way junction box with 6 cable entries
(6 x 3/4") at bottom & 20 nos.
terminals.
00410
ELEC (SV/RCP 25)

25.000

EA

......

.......

00420
ELEC (SV/RCP 11)

11.000

EA

......

.......

00430
FLP/WP SWITCH CUM SOCKET :
Supply, erection, installation, testing
page 106

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
and commissioning of flameproof
/weatherproof switch cum socket
/welding receptacle of approved makes to
be installed on walls, coloumns,
structures, including supply &
installation of double compression
cable glands & flame proof plugs for
sealing all spare entries etc.,
including connection and termination of
earthing wire and conduits., etc.
complete as per drawings,
specifications and direction of the
Site Engineer, including the cost of
all labour, tools, consumable materials
etc. complete in all respect.

Amount

00440
415V, 63A, Switch & Socket with Plug
(No. of Pins 3P +N+ E), Model EPSS
1563-61 of Baliga or Equivalent
approved make
(ELECTRICAL)
00450
Within Odisha

5.000

EA

......

.......

00460
Within West Bengal

4.000

EA

......

.......

00480
Within Odisha

25.000

EA

......

.......

00490
Within West Bengal

11.000

EA

......

.......

00470
SHOCK TREATMENT CHART :
Supply and installation of shock
treatment chart framed in good quality
glass in English / Hindi / Local
Language).
(ELECTRICAL)

00500
CAUTION BOARD :
Supply and installation of vitreous
enamel caution boards suitable for
440 V/11KV/6.6 KV as per IS 255
including fixing on the wall with all
page 107

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
the required hardware etc. complete in
English / Hindi/ Local Language.
(ELECTRICAL)

Amount

00510
Within Odisha

25.000

EA

......

.......

00520
Within West Bengal

11.000

EA

......

.......

00540
Within Odisha

50.000

EA

......

.......

00550
Within West Bengal

22.000

EA

......

.......

00530
STAINLESS STEEL INSCRIPTION PLATE :
Supply and installation of approved
quality stainless steel name
inscription plates including anodising,
engraving the inscriptions,
providing screws, etc. for equipments
viz. motors, motor control
centres, switchgears, push button
stations etc. as required, providing
necessary holes tapping etc. and fixing
the
same complete in all respect as per the
direction of Site
Engineer/Engineer-in-charge including
the cost of all labour, tools etc.
(ELECTRICAL)

00560
PLASTIC INSCRIPTION PLATE :
Supply and installation of approved
quality plastic name inscription
plates including engraving the
inscriptions, providing screws, etc. for
equipments viz. motors, motor control
centres, switchgears, push button
stations etc. as required, providing
necessary holes tapping etc. and
fixing the
same complete in all respect as per the
direction of Site
Engineer/Engineer-in-charge including
the cost of all labour, tools etc.
page 108

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
(ELECTRICAL)

Amount

00570
Within Odisha

50.000

EA

......

.......

00580
Within West Bengal

22.000

EA

......

.......

00610
Within Odisha

75.000

EA

......

.......

00620
Within West Bengal

33.000

EA

......

.......

00640
Within Odisha

50.000

EA

......

.......

00650
Within West Bengal

22.000

EA

......

.......

00590
Point wiring
Supplying, installation and testing
with 1.5 Sq.mm stranded PVC
insulated copper conductor wires for
phase & neutral of 650V grade
including earthing by providing 1.5
Sq.mm earth insulated continutity
wire of copper in PVC conduit (Supply &
installation of PVC conduit
covered elsewhere in SOR) recessed on
wall/ceiling/ false celing
including supply & installation of
switch boxes,junction boxes, pull
boxes, bushes, screws, check nuts,
bends, modular switches and sockets .
The circuit wiring with 4 Sq.mm PVC
copper wire from D.B. to
switchboard as required is also in the
scope of the contractor.
00600
1 light point controlled by 1 switch

00630
2 light points controlled by 1 switch

00660
3 light points controlled by 1 switch
page 109

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00670
Within Odisha

25.000

EA

......

.......

00680
Within West Bengal

11.000

EA

......

.......

00700
Within Odisha

5.000

EA

......

.......

00710
Within West Bengal

4.000

EA

......

.......

00730
Within Odisha

50.000

EA

......

.......

00740
Within West Bengal

22.000

EA

......

.......

00690
4 light points controlled by 1 switch

00720
Fan Point: Wiring with PVC insulated
2.5 sqmm copper conductor wire for
fan points (1 fan point controlled by 1
modular switch) including
providing space for electronic
regulator in switch box , providing and
fixing fan hook in the ceiling as per
specifications and drawings.

00750
Exhaust Fan: Wiring with PVC insulated
2.5 sqmm copper conductor wire
for phase & neutral , 650 V grade
including earthing , the third pin
with 1.5 sqmm copper conductor earthing
insulated continuity wire for
exhaust/ wall bracket fan including
providing and fixing of 5 pin 6 A
modular socket and 10 A modular switch
near the door or as as per
specifications and drawings. The
circuit wiring shall be with 4 sq. mm
PVC copper wire from switchboard to 1st
exhaust fan for multiple exhaust
fans in one circuit.
page 110

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00760
50.000
EA
...... .......
Within Odisha
00770
Within West Bengal

22.000

EA

......

.......

00790
Within Odisha

50.000

EA

......

.......

00800
Within West Bengal

22.000

EA

......

.......

00820
Within Odisha

50.000

EA

......

.......

00830
Within West Bengal

22.000

EA

......

.......

00780
Power Plug Point(16/6Amp) : Wiring for
250 V single phase and neutral
16 amps modular power plug point with
PVC insulated 4 sq. mm. copper
conductor wires for phase & neutral,
650 V grade including earthing, the
third pin with 2.5 sq. mm copper
conductor earthing insulated continuity
wire, complete with providing and
fixing of 6 pin 16/6A modular socket
and 20/10 A modular switch (1 plug
point per circuit) as per
specifications and drawings

00810
Power Plug Point(6Amps) : Wiring for
250 V single phase and neutral 6
amps modular plug point with PVC
insulated 2.5 sq. mm. copper conductor
wires for phase & neutral, 650 V grade
including earthing, the third pin
with 1.5 sq. mm copper conductor
earthing insulated continuity wire,
complete with providing and fixing of 5
pin 6A modular socket and 10 A
modular switch (1 plug point per
circuit) as per specifications and
drawings.

page 111

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00840
Lighting Distribution Board / AC
Distribution Board
Supply , installation, testing and
commissioning of TPN lighting / AC
Distribution board of approved make as
per appendix -1, with rating and
feeders as per specification. The DB
shall be of IP-42 protection class
and shall conform to IS 8623. The board
shall be fitted with an acrylic
door as per specifications and drawings

Amount

00850
Type III Distribution Board : Double
Door EURODB of Havells or
equivalent approved make having bus bar
200 A TPN, 1 Incomer 125 A FP
MCB Isolator with 125 A FP RCCB
(Senstivity 100 mA) alongwith 3 numbers
63 A TPN MCB as per specification
00860
Within Odisha (RCP)

5.000

EA

......

.......

00870
Within West Bengal (RCP)

4.000

EA

......

.......

00890
Within Odisha

25.000

EA

......

.......

00900
Within West Bengal

11.000

EA

......

.......

00880
Type IV DIstribution Board : Double
Door Translucent Euro DB of Havells
or approved make as per appendix -1,
having 100 A TPN Copper Bus bar,
1x63 A TPN MCB , 1x63 A RCCB (100 mA
Sensitivity), 9x6A SP MCB & 6x20 A
SP MCB as per specification

00910
Type V Distribution Board : Double
Door, EURO DB of Havells or
equivalent approved make having 200 A
TPN Bus Bar, 1 x 100 A FP MCB,
1x100 A FP RCCB (100 mA Sensitivity),
page 112

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
9x32 A SPN Motor duty MCB as per
specification

Amount

00920
Within Odisha (RCP)

5.000

EA

......

.......

00930
Within West Bengal (RCP)

4.000

EA

......

.......

00950
Within Odisha

25.000

EA

......

.......

00960
Within West Bengal

11.000

EA

......

.......

00980
Within Odisha

25.000

EA

......

.......

00990
Within West Bengal

11.000

EA

......

.......

00940
DIstribution Board for independent MOV
locations: Double Door
Translucent Euro DB of Havells or
equivalent approved make having 100 A
TPN Copper Bus bar, 1x32 A DP MCB
Isolator, 1x32 A DP RCCB (100 mA
Sensitivity), 2x20A DP MCB & 6x20 A SPN
MCB as per specifications

00970
Flush mounting Plug & Socket DB
complete with 20 A SP MCB, with neutral
link for incoming supply from portable
DG set at independent MOV
locations.
(SV/RCP = 29 )

01000
Decorative Light fittings
Supply, installation, connection,
earthing and testing of the following
fittings,including supply and
installation of drop pipes, hooks,
fittings, fixtures, nuts,bolts,
supports, on walls, outlet box for
regulators and all other required
materials etc. as per specifications,
page 113

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
drawings and directions of the Site
Engineer including cost of all
labour, tools, materials etc. complete
in all respects.Make of the
fittings can be the make mentioned in
the respective SOR items or
equivalent model from the approved make
list given in the
specifications.

Amount

01010
Tube light fitting type TMS 122/228 HF
(with GMS 122/228 R) of PHILLIPS
or approved make as per appendix -1,
complete with 2 x 28 w TL5 tubes,
all accessories such as TL5 lamps,
electronic ballast, capacitor,
spring loaded rotor type lamp holders,
starter, connector blocks,
reflector etc.
01020
Within Odisha

50.000

EA

......

.......

01030
Within West Bengal

22.000

EA

......

.......

01050
Within Odisha

25.000

EA

......

.......

01060
Within West Bengal

11.000

EA

......

.......

01040
Corrosion resistant tube light fitting
type TM X 95 of PHILLIPS or
approved make as per appendix -1,
complete with 2 X 'Lifemax-TL'D 36 W
tubes of make Philips; and all
accessories such as electronic ballast,
capacitor, Lamp holders, starter,
connector blocks etc.

01070
CFL lamp holder suitable for 48 V DC
operation complete with 1 X
9/11 W CFL Lamp of reputed make; and
all accessories such as connector
blocks etc., at independent MOV
page 114

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
locations
(SV/RCP = 144 )
01080
Within Odisha

Amount

100.000

EA

......

.......

44.000

EA

......

.......

01110
Within Odisha

50.000

EA

......

.......

01120
Within West Bengal

22.000

EA

......

.......

50.000

EA

......

.......

01090
Within West Bengal
01100
Ceiling fan with electronic regulator &
other accessories and fittings
etc. of or approved make as per
appendix -1 with the following sweep
size:56" Sweep

01130
Exhaust fan
Supply, installation, testing of single
phase 230 V, industrial type
heavy duty exhaust fan of
GEC/Usha/Crompton Greaves or of
approved make
as per appendix -1 fitted/ provided
with louvres, supports etc.
including making the required opening
on walls, fixing and connecting
the wires etc. including earthing the
body of the fan, making good the
opening on the wall etc. complete as
per specifications, drawings and
direction of Site Engineer including
the cost of all labour, tools,
materials etc. complete.
01140
18" Sweep
01150
Within Odisha

page 115

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01160
22.000
EA
...... .......
Within West Bengal
01170
PVC Conduit pipes
Supply, installation, fixing in
position, PVC conduit pipes, of ISI
marked , in concrete, brick work etc.
during or after construction by
making grooves in the wall, ceiling
etc. cutting threads and jointing
the pipes with PVC couplers, providing
necessary tees, bends, junction
boxes etc. with 12 SWG GI wire inside
conduit without joint for
concealed wiring, including making good
the concrete, brick work,
surfaces etc. complete as per drawings
and direction of Site Engineer /
Engineer-in-charge including cost of
all labour, materials etc.
01180
19 mm
Electrical(SV/RCP =1800)
01190
Within Odisha
01200
Within West Bengal

1,250.000

......

.......

550.000

......

.......

1,250.000

......

.......

550.000

......

.......

1,750.000

......

.......

01210
25 mm
(SV/RCP =1800)
01220
Within Odisha
01230
Within West Bengal
01240
32mm
(SV/RCP =1800)
01250
Elect: 1250
T&I: 500

page 116

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01260
Electrical: 550
T&I: 250

Amount

800.000

......

.......

01280
Within Odisha

25.000

EA

......

.......

01290
Within West Bengal

11.000

EA

......

.......

01310
Within Odisha

25.000

......

.......

01320
Within West Bengal

11.000

......

.......

01270
Supply, installation and testing of
Lightning arrestor on top of the MOV
buiding or MOV CP buiding for diverting
lightning surges to the ground.
The work shall include supply of 1.2
Meter long copper lightning
arrestor with 5 spronged phenyl rod
base plate etc. complete with
necessary insulators including supply
and fixing of 50 x 6 mm GI
earthing strip of required length and
connection to the main earthing
grid .
(SV/RCP =36 )

01300
300 mm dia
(SV/RCP =36)

01330
Supply, erection & installation of
cable conduits made up of GI pipes of
medium class 'B' subject to owner's
approval in trenches (already made),
on walls, concrete structure etc.,
including supply and installation of
all the necessary pipe fittings such as
bends, sockets, elbows, tees
etc., bending, threading, binding,
clamping, providings, spacers, plugs,
packings, bushings etc., as required
page 117

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Job complete in all respects
including the cost of all labour,
tools, material etc. and as per
specifications and directions of site
engineer / Engineer-in-Charge.

Amount

01340
25 mm
01350
Within Odisha
Electrical(SV/RCP =250)
T&I(SV/RCP =70)

320.000

......

.......

01360
Within West Bengal
Electrical (SV/RCP: 110)
T&I(HOR: 20; SV/RCP =20)

150.000

......

.......

01380
Within Odisha
Electrical (SV/RCP =250)

250.000

......

.......

01390
Within West Bengal(SV/RCP =110)

110.000

......

.......

01410
Within Odisha
Electrial(SV/RCP =125)
T&I(Paradip : 10; Balasore: 10; SV/RCP
=50)

195.000

......

.......

01420
Within West Bengal
Electrical(SV/RCP=45)
T&I(HOR: 20; SV/RCP =50)

115.000

......

.......

01370
37 mm

01400
50 mm

01430
Supply, fabrication, erection,
installation of steel structural works
of
any type and shape such as cable raks,
cable trays, push button control
page 118

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
posts etc., as required job complete
in all respects including the cost
of all labour, tools, material etc.,
complete.and as per specifications
and directions of site engineer/
Engineer-in-Charge.

Amount

01440
Within Odisha
Electrical(SV/RCP =2500)
T&I(SV/RCP =650)

3,150.000

KG

......

.......

01450
Within West Bengal
(Electrical(SV/RCP =1100)
T&I(SV/RCP =300)

1,400.000

KG

......

.......

E TCP WORKS - COMPOSITE


00010
TEST LEAD POSTS : Supply,
Installation, testing and commissioning
of
Test Lead posts (at locations, as
directed); and including supply of
weather proof test lead box with
bakelite strip and brass bolt
terminals, 4 inch MS pipe welded at one
end with a separate MS plate to
fit with the test lead box with a base
plate welded at bottom ,
providing of PVC hard pipe for
providing cable entry through
foundation, erection of the Test Lead
point over concrete foundation,
supply and connection of cable to
pipe & to the brass terminal
bolt/bolts inside the test lead box,
jointing the cables to pipe (using
cad welding/ pin brazing technique),
as specified, repairing the damage
to coat & wrap (with coating repair
etc, back filling the trenches,
cleaning the site, applying 2 coats of
aluminium paint over a coat of
zinc chromate primer on the test lead
box and MS pipe, etc.
The item also includes supply,
installation / laying & termination of
page 119

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
all XLPE, Cu cables of required length
(as per site conditions) and size
as mentioned in the standard drawings,
cable glands and lugs etc.
complete in all respect.
The work shall include supply and
fixing of a non-corrosive name plate
containing the details like KM
location, identification, TLP No.,
direction of flow, connection scheme,
type etc., on the side of the TLP
box, etc. complete in the all respect
(including the cost of all labour,
materials, tools and tackles etc.), as
per the specification, drawing
and instructions of the EIC/site
Engineer. The name plate shall include
the corrosion coupon where ever
installed , all as per the direction
and specification detailed in the
document complete with tools, tackles
& other necessary requirement. The work
complete in all respect
shall include supply of all labour,
tools etc complete as per the
directions of the EIC/ Site Engineer
and as per drawing
9200-99900-404-601-01 &
9200-99900-404-607-01.

Amount

00020
TLP Type A(With Ingress Protection
IP:55)
00030
Within Odisha
00040
Within West Bengal

100.000

EA

......

.......

40.000

EA

......

.......

100.000

EA

......

.......

40.000

EA

......

.......

00050
TLP Type B(With Ingress Protection
IP:55)
00060
Within Odisha
00070
Within West Bengal

page 120

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00080
Flameproof TLP Type C (With Ingress
Protection IP:55)
00090
Within Odisha

30.000

EA

......

.......

00100
Within West Bengal

15.000

EA

......

.......

00120
Within Odisha

25.000

EA

......

.......

00130
Within West Bengal

10.000

EA

......

.......

00150
Within Odisha

58.000

EA

......

.......

00160
Within West Bengal

26.000

EA

......

.......

00180
Within Odisha

60.000

EA

......

.......

00190
Within West Bengal

25.000

EA

......

.......

30.000

EA

......

.......

00110
TLP Type D(With Ingress Protection
IP:55)

00140
Flameproof Type E(With Ingress
Protection IP:55)

00170
TLP Type DAC(With Ingress Protection
IP:55)

00200
Flameproof Type DMV(With Ingress
Protection IP:55)
00210
Within Odisha

page 121

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00220
16.000
EA
...... .......
Within West Bengal
00230
MAGNESIUM ANODES : Supply,
Installation , testing and commisioning
of 7.6 kgs each Magnesium anodes
including its tail cable of size of 1c
x 6 sq.mm. PE/ PVC insulated stranded
copper cable of total length 10
meter including PVC cap, special
back-fill material ( filled in cotton
sack) with sealing compound complete in
all respect including its
excavations, back filling etc. as per
specifications and drawings. The
work complete in all respect shall
include supply of all labour , tools
etc., and shall be carried out as per
the directions of the EIC/Site
Engineer. (Drawing number
9200-99900-404-609-00)
00240
Within Odisha

235.000

EA

......

.......

00250
Within West Bengal

115.000

EA

......

.......

00260
CORROSION COUPONS : Preparation &
installation of corrosion coupon from
owner supplied coated pipe. which
involves preparation of sample of size
2"x4", dipping the coupon in pipeline
coating material, soldering 6 sq.
mm. cable with coupon, sealing the
soldered joint with epoxy,
positioning the coupon at the pipe line
depth and with in a distance of
0.5 M from the pipeline inclusive of
cable & terminating the cable in
the TLP terminal.
The corrosion coupons are to be
installed with specified Test lead
points for which prior approval to be
obtained from Owner.
The item also includes supply,
installation / laying & termination of
page 122

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
all XLPE, Cu cables of required length
(as per site conditions) and size
as mentioned in the standard drawings,
toggle switch, cable glands and
lugs etc., complete in all respect.
All as per the direction and
specification detailed in the document
complete with tools, tackles & other
necessary requirement for
preparation of the coupon. The work
complete in all respect shall
include supply of all labour, tools etc
complete as per the directions
of the EIC/Site Engineer and as per
drawing 9200-99900-404-601-01 &
9200-99900-404-607-01.

Amount

00270
Within Odisha

6.000

EA

......

.......

00280
Within West Bengal

4.000

EA

......

.......

00290
Zinc Anode protection
Supply of Zinc Anodes of minimum 10 Kg
each along with lead wire ( 1 c x
25 sq.mm.) XLPE insulated flexible
stranded copper conductor tail cable
of total length 10 mtr. including PVC
cap, special back fill material
filled in cotton bag with sealing
compound complete in all respect
including transportation to site &
storing. The item also includes
installation of the same at DAC/DMV TLP
locations in the mainline ,
including cathode connection to TLP,
back fill mixture, sealing,
remaining all other materials (
other than test lead points) required
for the purpose, excavating and
installing the anodes with the back fill
mixture, laying and connecting the
header cable to the anodes and to the
test lead box, making the connections
to the test lead box as specified
, measuring and furnishing all the data
pertaining to zinc anode etc.
page 123

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
complete as per specification and
instructions, including cost of all
materials and consumables,
transportation, tools and services
rendered
etc. complete in all respects.

Amount

00300
Within Odisha

80.000

EA

......

.......

00310
Within West Bengal

40.000

EA

......

.......

F INSTRUMENTATION WORKS - COMPOSITE


00010
Taking delivery, shifting within a road
distance of 500 meters and
installation & testing of the following
instruments (Pressure Gauge,
Pressure Switch, Pressure Transmitter,
Temperature Transmitters, Flow
meters etc. of various types & ratings
by fabrication and installing all
the required pipe fittings with
pressure pipes, valves, plugs, tees,
nipples, junction box, cables, supply
and erection of all other required
materials such as the supporting
structure clamps
,cannopy, screws, nuts, bolts,
aluminium sheets, GI wire,steel plats,
cement concrete etc. complete in all
respects including supply of
suitable size non flame proof cable
gland at control panel end and
terminating the already laid cables at
field, junction box and control
panel end, mounting the junction boxes
as per the Drawings,
specifications and directions of the
engineer in-charge/site engineer
including cost of all labour,
materials, consumables, tools, tackles
and
services rendered etc. All the
instruments shall have to be properly
connected to the earth pit through GI
wires. The works shall include
page 124

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
labelling, tagging using SS plates,
glanding and ferruling at both field
and panel side. The scope shall include
providing assistance in testing
and commissioning of the instruments
along with loop checking and
providing assistance to control system
vendor.

Amount

00020
Installation, assistance in testing and
commissioning of Pressure gauges
and Pressure switches (PI+PS) /
Pressure Gauge and Pressure Transmitter
(PI+PT) of various ratings as per the
directions of Engineer-in-charge/
Site engineer and drawings
00030
Paradip:1, Balasore:2, Haldia:3

6.000

EA

......

.......

6.000

EA

......

.......

70.000

EA

......

.......

00040
Installation, assistance in testing and
commissioning of Pressure
Transmitter (PT) / Pressure Switch (PS)
of various ratings as per the
directions of Engineer in-charge/ Site
engineer and drawings.
00050
Paradip:1, Balasore:2, Haldia:3
00060
Installation and assistance in testing
& commissioning of Remote seal PT
as per direction of Engineer In Charge/
Site Engineer & drawings.
Installation to be done as per OEMs
recommendations, vendor drawings
and other approved drawings and
providing assistance to control system
vendor
00070
RCPs:18, MOV/ SV locations:52
00080
Installation and assistance in testing
& commissioning of temperature
page 125

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
elements/temperature transmitter(TT) by
welding the weld pad on the
surface of the pipe, silicon paste etc
as per the directions of engineer
in-charge/site engineer and drawings.
00090
79.000
Paradip:1,Balasore:2,Haldia:6,RCP:18,SV:
52

Amount

EA

......

.......

6.000

EA

......

.......

47.000

EA

......

.......

00100
Installation & assistance in testing
and commissioning of Scraper
Detector (SD) by making necessary holes
on the pipe, welding weldolet as
per the directions Engineer in-charge/
Site engineer and drawings.
00110
Paradip:1, Balasore:2, Haldia : 3
00120
Carrying out the instrumentation and
control system jobs on the already
erected actuator assembly of motor
operated valves (MOV) & Remote
Operated Valves (ROVs) by making the
instrument air connection (in ROVs)
& necessary cable connection at field
and control panel end (excluding
the supply of cables) calibrating the
control components, adjusting the
limit switches, testing the whole
assembly as per drawings
specifications and direction of the
engineer in-charge/site engineer
complete in all respect, including
supply of suitable size
non-flame-proof cable glands, ferrules,
drilling/cutting of plate for
fixing glands at Control Panel end and
the cost of all labour, tools,
glanding, ferruling, consumables etc.
00130
Paradip:2,Balasore:4, Haldia:6,RCP:9,SV
location:26

page 126

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00140
Taking delivery, shifting the panels to
installaion site and erection,
installation, testing of Control
panels, mounted with all the
instruments, power supply units, UPS &
battery banks logic control
systems , barriers, providing
assistance to control system vendor for
commissioning of control system
including panels, control desk etc.
installation on already made
foundations or fixing on walls, or steel
structure or fixtures aligning,
levelling, grouting, inter-wiring
outgoing, incoming cable terminations
as required, earthing, testing,
complete in all respects as per
drawings, specifications and directions
of the engineer in-charge/site
engineer, including supply of suitable
size non-flame proof cable glands for
all incoming/outgoing cables and
the cost of the materials, tools,
labour, glanding, ferruling etc.
complete in all respects.The indicated
quantity is cumulative weight of
panels.
00150
1,750.000
Repeater - 450 kg. SV location - 1300 Kg

KG

......

Amount

.......

00160
Supply, fabrication, erection and
installation of steel/GI structural
works of any type and shape such as
cable racks, trays, push button,
control posts, ladders, lugs, chain
link, fencing, angles, joints,
channels, plates, flats, bars etc as
required as per specifications,
drawings, directions of site
engineer/engineer in-charge, inlcuding
cost
of all labour, materials, tools,
consumables etc complete in all
respects. Job is inclusuve of taking
delivery from owner's go down and s
hifting to site wherever required.
page 127

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00170
1,050.000
Paradip:100kg,Balasor:100kg,Haldia:150kg
; Repeater - 180 Kg; SC location
520 Kg

Amount

KG

......

.......

EA

......

.......

00010
320.000
Supply, erection and installation of GI
Pipe of 100 mm nominal bore
medium Class B as per IS1239 subject to
owner's approval including the
supply & installation of all necessary
pipe fittings such as bends,
sockets, elbows, tees etc. bending,
threading, clamping, plugs,
packings, bushing etc. as required for
sub ducting HDPE duct as per
directions of Engineer-in-charge/ Site
Engineer including cost of all
labour, tools, materials complete in
all respects.[Quantity: Paradip =
50 M, PHDPL Balasore = 20 M, PHBPL
Balasore = 20 M, Haldia = 50 M,
Repeater (9)& SV Locations (27) = 5 M
each].

......

.......

00020
360.000
Supply and Installation of GI Pipe of
80 mm nominal bore heavy class as
per IS1239, sub ducted by 40 mm OD HDPE
pipe (excluding supply of HDPE
pipe), by boring or jacking method
across railway crossing, including
all necessary pipe fittings, cost of
arranging boring machine, other
associated machinery, tools, tackles,
skilled manpower, labour etc. job
complete in every respects as per the

......

.......

00180
Supply & installation of Magnetic
Proximity switch for extending contact
to control system for unauthorised
entry of building / MOV fencing.
00190
At RCPs:18, SV locations:26
G OFC WORKS -

44.000

COMPOSITE

page 128

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
directions of Engineer-in-charge/
Site Engineer. Measurement shall be
done by the length of the GI pipe
used in the crossings

Amount

RFQ ITEM NO.00040 MAINLINE- PHDLPG SERVICES (GROUP A)


A MECHANICAL WORKS - SERVICE
00010
Above Ground Equipments
Installation:
Taking delivery of equipments,
shifting/transporting within station
premises, placing on pre-constructed
foundations, assembling together
all sub-assemblies, levelling,
alignment, grouting, cleaning and
flushing by water, draining, checking,
testing, dressing and making good
of the foundation and completing the
work in all respects in accordance
with the relevant drawings,
manufacturer's installation instruction,
specifications and instructions of Site
Engineer / EIC.
00020
10" x 14",600# , Scrapper Launching
Barrel(Approx Weight = 0.8
MT)(Paradip= 1 No., Balasore= 1 No.,
Haldia= 1 No., Haldia Refinery= 1
No.)
00030
In Odisha State

2.000

EA

......

.......

00040
In West Bengal State

2.000

EA

......

.......

1.000

EA

......

.......

00050
10" x 14",600# , Scrapper Receiving
Barrel(Approx Weight = 0.8
MT)(Balasore= 1 No., Haldia= 2 Nos.)
00060
In Odisha State

page 129

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00070
2.000
EA
...... .......
In West Bengal State
00080
Insulating Coupling Erection:
Taking delivery, shifting/transporting
within station premises and
installation of Insulating Couplings of
the following sizes and pressure
class, Above ground/underground at
elevations specified in the drawing
on preconstructed footings, levelling,
aligning and checking, making
welded connections to the piping,
coating & wrapping and completing the
work in all respects in accordance with
the relevant drawings,
manufacturer's installation
instructions, specifications and
instructions of Site Engineer / EIC.
00090
Insulating Coupling 10" x 600# W/W A/G
connecting pipe 10.75" OD x
0.365"/0.438"/0.500" WT API 5L
X60(Balasore= 2 Nos.)
00100
In Odisha State

2.000

EA

......

.......

00120
In Odisha State

1.000

EA

......

.......

00130
In West Bengal State

7.000

EA

......

.......

00110
Insulating Coupling 10" x 600# W/W A/G
connecting pipe 10.75" OD x
0.365"/0.438"/0.500" WT API 5L X60
(Paradip = 1 No., Haldia = 5 Nos.,
Haldia Refinery = 1 No., Inside IPPL =
1 No.)

00140
Insulating Coupling 10" x 600# W/W U/G
cconnecting pipe 10.75" OD x
0.344# WT, API 5L X-60 10.75" OD x
0.250"/0.307"/0.365"/0.438"/0.500" WT
page 130

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
API 5L X60( SV Locations = 36x2=72
Nos.)

Amount

00150
In Odisha State

50.000

EA

......

.......

00160
In West Bengal State

22.000

EA

......

.......

2.000

EA

......

.......

00170
Insulating Coupling 10" x 600# W/W U/G
connecting pipe 10.75" OD x
0.438"/0.500" WT API 5L X60 ( SV
Locations = 1x2=2 Nos.)
00180
In West Bengal State
00190
Above ground piping for process
piping:
Taking delivery of pipes, pipe
fittings, steel flanges, spiral wound
metallic gaskets & fasteners from
designated location within station
premises, transporting the same to
site, fabrication and erection of
above ground piping including cutting,
edge preparation, bending,
threading, lining up, welding and
installing pipes and pipe fittings,
flanges, elbows, equal and reducing
outlet tees, concentric/eccentric
reducers, y-type strainers, drain
funnels, vent pipes and tapping for
instruments such as pressure gauges,
thermal relief valves, thermowells
etc., installing
above ground at
all elevations connecting with
equipment nozzles, valves, vessels, in
line instruments etc., welded and
threaded pipe line of different
pressure ratings, flushing pipes by
water after cleaning by compressed air,
hydrostatic testing of each
section to the specified pressure,
draining the water, tie-in, final
cleaning-up and disposal of wastes and
surpluses including providing all
page 131

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
inputs such as labour, material,
equipments and consumables necessary to
perform the work (other than those
specifically under taken by the owner
in this contract) and completing the
work in all respects in accordance
with the drawings, specifications and
instructions of Site Engineer /
EIC.

Amount

00200
10.75" OD x 0.365"/0.438"/0.500" WT
API 5L X60(Paradip = 25 M,
Balasore = 50 M, Haldia = 75 M, Haldia
Refinery = 15 M, Inside IPPL= 15
M.)
00210
In Odisha State

75.000

......

.......

105.000

......

.......

25.000

......

.......

25.000

......

.......

00280
In Odisha State

20.000

......

.......

00290
In West Bengal State

40.000

......

.......

00220
In West Bengal State
00230
8.625" OD x 0.322" WT API 5L
X52 (Haldia Refinery = 25 M)

X46 /

00240
In West Bengal State
00250
6.625" OD x 0.280" WT ASTM A 106 / A53
Gr. B PIPE (Haldia Refinery = 25
M)
00260
In West Bengal State
00270
4.50" OD x
Gr. B PIPE
Balasore =
Refinery =

0.237" WT ASTM A 106 / A53


(Paradip = 10 M,
10 M, Haldia = 20 M, Haldia
20 M)

page 132

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00300
3.5" OD x 0.216" WT ASTM A 106 / A53
Gr. B PIPE (Haldia Refinery = 10 M)
00310
In West Bengal State

10.000

......

.......

00330
In Odisha State

20.000

......

.......

00340
In West Bengal State

70.000

......

.......

50.000

......

.......

00380
In Odisha State

520.000

......

.......

00390
In West Bengal State

280.000

......

.......

10.000

......

.......

00320
2.375" OD x 0.218" WT ASTM A 106 / A53
Gr. B PIPE (Paradip = 10 M,
Balasore = 10 M, Haldia = 20 M, Haldia
Refinery = 50 M)

00350
1.315" OD x 0.179" WT ASTM A 106 / A53
Gr. B PIPE (Haldia Refinery = 50
M.)
00360
In West Bengal State
00370
4.50" OD x 0.237" WT ASTM A 333 Gr. 6
PIPE (Paradip = 10 M, Balasore =
10 M, Haldia = 10 M, Haldia Refinery =
40 M, Inside IPPL= 10 M, SV
Stations = 720 M.)

00400
3.5" OD x 0.216" WT ASTM A 333 Gr. 6
PIPE (Haldia Refinery = 10)
00410
In West Bengal State

page 133

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00420
2.375" OD x 0.218" WT ASTM A 333 Gr. 6
PIPE (Paradip = 10 M, Balasore =
10 M, Haldia = 20 M, Haldia Refinery =
75 M, Inside IPPL= 10 M, SV
Stations = 360 M.)

Amount

00430
In Odisha State

270.000

......

.......

00440
In West Bengal State

215.000

......

.......

00460
In Odisha State

55.000

......

.......

00470
In West Bengal State

35.000

......

.......

65.000

......

.......

110.000

......

.......

00450
1.900" OD x 0.200" WT ASTM A 333 Gr. 6
/ ASTM A 106 Gr. B PIPE (Haldia
Refinery = 10 M, SV Stations = 80 M.)

00480
1.315" OD x 0.179" WT ASTM A 333 Gr. 6
PIPE( Paradip = 5 M, Balasore = 5
M, Haldia = 5 M, Haldia Refinery = 75
M, Inside IPPL= 5 M, SV Stations =
80 M.)
00490
In Odisha State
00500
In West Bengal State
00510
Above ground piping for Fire Water
Services:
Taking delivery of pipes, pipe
fittings, carbon steel flanges (SORF/
WNRF), spiral wound metallic gaskets &
fasteners from designated
location within station premises,
transporting the same to site,
fabrication and erection of above
ground piping including cutting, edge
preparation, bending, threading, lining
page 134

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
up, welding of SORF flanges on
both sides of the pipe section of
length not more than 12 m & fittings,
and erecting pipe sections with SORF
end connections and pipe fittings,
flanges, elbows, equal and reducing
outlet tees, concentric/eccentric
reducers, drain funnels, vent pipes and
tapping for instruments such as
pressure gauges, thermal relief valves,
thermowells etc., installing
above ground at all elevations
connecting with equipment nozzles,
valves, vessels, in line instruments
etc., welded / SORF / WNRF flange
connected and threaded pipe line of
different pressure ratings, flushing
pipes by water after cleaning by
compressed air, hydrostatic testing of
each section to the specified pressure,
draining the water, tie-in,
final cleaning-up and dispoal of wastes
and surpluses including
providing all inputs such as labour,
material, equipments and
consumables necessary to perform the
work (other than those
specifically under taken by the owner
in this contract).
The scope shall also include blast
cleaning of internal surface of
pipes, Pipe fittings, and Valves..etc
conforming to ISO- Sa 2 1/2,
followed by application of Two
component solvent free amine cured epoxy
coating with thickness of 400-450
Microns and completing the work in all
respects in accordance with the
drawings, specifications and
instructions of the Site Engineer /
EIC.ications and instructions of
Site Engineer / EIC.
Note:1) Charges for blast cleaning of
internal surface of pipes, Pipe
fittings, and Valves..etc conforming to
ISO- Sa 2 1/2, followed by
application of Two component solvent
free amine cured epoxy coating to

Amount

page 135

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
be included in this item rate only. No
Separate payment is envisaged.

Amount

00520
12.75"OD x 0.250" WT, IS: 3589 Pipe
(Haldia Refinery = 150 M.)
00530
In West Bengal State

150.000

......

.......

10.000

......

.......

5.000

......

.......

5.000

......

.......

5.000

......

.......

00540
4.5 " OD x 0.237" WT ASTM A53 / A106
Gr. B pipe (Haldia Refinery = 10
M.)
00550
In West Bengal State
00560
3.5" OD x 0.216" WT ASTM A53 / A106
Gr. B PIPE (Haldia Refinery = 5 M.)
00570
In West Bengal State
00580
2.375" OD x 0.218" WT ASTM A53 / A106
Gr. B PIPE (Haldia Refinery = 5
M.)
00590
In West Bengal State
00600
1.315" OD x 0.179" WT ASTM A53 / A106
Gr. B PIPE (Haldia Refinery = 5
M.)
00610
In West Bengal State
00620
Under ground piping for Process
piping:
Taking delivery of bare Pipes, pipe
fittings, steel flanges, spiral
wound metallic gaskets & fasteners from
designated location within
station premises transporting the same
page 136

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
to site, fabrication and erection
of underground piping including
cutting, edge preparation, bending,
threading, lining up and welding,
excavating, trenching in all kind of
soil to specific depths as indicated in
drawings and installing pipes
and all types of pipe fittings like
flanges, elbows, equal and reducing
outlet tees, concentric/eccentric
reducers, drain funnels, vent pipe and
tapping for instrument such as pessure
gauges, thermal relief valves,
thermowells etc., underground at
elevations indicated in the drawing
connecting with equipment nozzles,
valves, vessels, in-line instruments
etc.,Cleaning exposed steel surfaces of
Bare Pipes, Pipe Joints,
Fittings, Flanges,equipment and valves
etc. by sand blasting or with
power wire brush (wherever sand blast
cleaning is not possible) free of
dust, grease, mill scales etc. and
applying single layer polyurethane
coating(PU) using 100% solvent free
elastomeric plyurethane/ liquid
epoxy, with approved
materials,Equipment etc, holiday
detection of the
coating, cleaning of coated pipes by
water flushing after cleaning by
compresed air,hydrostatic testing of
each section to the specified
pressure, draining the water, tie-in,
back filling, restoration of site
final cleaning up and disposal of water
and surpluses, providing all
inputs such as labour, materials
equipment and consumable necessary to
perform the work (other than those
specifically undertaken to be
supplied by the owner under the
contract) and completing the work in all
respects in accordance with the
drawings, specifications and
instructions of the Site Engineer / EIC.
Note:Charges for applying single layer

Amount

page 137

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
polyurethane coating(PU) using 100%
solvent free elastomeric plyurethane/
liquid epoxy for exposed steel
surfaces of Bare Pipes, Pipe Joints,
Fittings, Flanges,equipment and
valves etc shall be paid under separate
SOR Item.

Amount

00630
10.75" OD x 0.365"/0.438"/0.500" WT
API 5L X60 (Paradip = 25 M,
Balasore = 50 M, Haldia = 75 M, Haldia
Refinery = 15 M, Inside IPPL= 15
M, SV Stations = 540 M.)
00640
In Odisha State

450.000

......

.......

00650
In West Bengal State

270.000

......

.......

10.000

......

.......

10.000

......

.......

00710
In Odisha State

20.000

......

.......

00720
In West Bengal State

40.000

......

.......

00660
8.625" OD x 0.322" WT API 5L X46 /
X52 (PHaldia Refinery = 10 M.)
00670
In West Bengal State
00680
6.625" OD x 0.280" WT ASTM A 106 / A53
Gr. B PIPE (Haldia Refinery = 10
M.)
00690
In West Bengal State
00700
4.50" OD x
Gr. B PIPE
Balasore =
Refinery =

0.237" WT ASTM A 106 / A53


(Paradip = 10 M,
10 M, Haldia = 20 M, Haldia
20 M.)

page 138

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00730
3.5" OD x 0.216" WT ASTM A 106 / A53
Gr. B PIPE (Haldia Refinery = 10
M.)
00740
In West Bengal State

Amount

10.000

......

.......

00760
In Odisha State

20.000

......

.......

00770
In West Bengal State

45.000

......

.......

25.000

......

.......

145.000

......

.......

85.000

......

.......

10.000

......

.......

00750
2.375" OD x 0.218" WT ASTM A 106 / A53
Gr. B PIPE (Paradip = 10 M,
Balasore = 10 M, Haldia = 20 M, Haldia
Refinery = 25 M)

00780
1.315" OD x 0.179" WT ASTM A 106 / A53
Gr. B PIPE (Haldia Refinery = 25
M.)
00790
In West Bengal State
00800
4.50" OD x 0.237" WT ASTM A 333 Gr. 6
PIPE (Paradip = 10 M, Balasore =
10 M, Haldia = 20 M, Haldia Refinery =
10 M., SV Stations = 180 M.)
00810
In Odisha State
00820
In West Bengal State
00830
3.5" OD x 0.216" WT ASTM A 333 Gr. 6
PIPE (Haldia Refinery = 10 M.)
00840
In West Bengal State
00850
2.375" OD x 0.218" WT ASTM A 333 Gr. 6
page 139

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
PIPE (Paradip = 5 M, Balasore =
10 M, Haldia = 20 M, Haldia Refinery =
20 M, Inside IPPL= 5 M, SV
Stations = 180 M.)

Amount

00860
In Odisha State

140.000

......

.......

00870
In West Bengal State

100.000

......

.......

00890
In Odisha State

50.000

......

.......

00900
In West Bengal State

40.000

......

.......

00920
In Odisha State

10.000

......

.......

00930
In West Bengal State

30.000

......

.......

00880
1.900" OD x 0.200" WT ASTM A 333 Gr. 6
/ ASTM A 106 Gr. B PIPE (Haldia
Refinery = 10 M, SV Stations = 80 M.)

00910
1.315" OD x 0.179" WT ASTM A 333 Gr. 6
PIPE(Paradip = 5 M, Balasore = 5
M, Haldia = 5 M, Haldia Refinery = 20
M, Inside IPPL= 5 M.)

00940
Under ground piping for Fire Water
Services:
Taking delivery of pipes, pipe
fittings, steel flanges( WNRF/SORF),
spiral wound metallic gaskets &
fasteners from designated location
within station premises transporting
the same to site, fabrication and
erection of underground piping
including cutting, edge preparation,
bending, threading, lining up and
welding of SORF flanges on both sides
of the pipe section of length not more
than 12 m & fittings,
page 140

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
excavating, trenching in all kind of
soil to specific depths as
indicated in drawings and and erecting
pipe sections with SORF end
connections and pipe fittings such as
elbows, equal and reducing outlet
tees, concentric/eccentric reducers,
drain funnels, vent pipe and
tapping for instrument such as pessure
gauges, thermal relief valves,
thermowells etc., underground at
elevations indicated in the drawing
connecting with equipment nozzles,
valves, vessels, in-line instruments
etc.,Cleaning exposed steel surfaces of
Bare Pipes, Pipe Joints,
Fittings, Flanges,equipment and valves
etc. by sand blasting or with
power wire brush (wherever sand blast
cleaning is not possible) free of
dust, grease, mill scales etc. and
applying single layer polyurethane
coating(PU) using 100% solvent free
elastomeric plyurethane/ liquid
epoxy, with approved
materials,Equipment etc, holiday
detection of the
coating, cleaning of coated pipes by
water flushing after cleaning by
compresed air,hydrostatic testing of
each section to the specified
pressure, draining the water, tie-in,
back filling, restoration of site
final cleaning up and disposal of water
and surpluses, providing all
inputs such as labour, materials
equipment and consumable necessary to
perform the work (other than those
specifically undertaken to be
supplied by the owner under the
contract). The scope shall also include
blast cleaning of internal surface of
pipes, Pipe fittings, and
Valves..etc conforming to ISO- Sa 2
1/2, followed by application of Two
component solvent free amine cured
epoxy coating with thickness of
400-450 Microns and completing the work
in all respects in accordance

Amount

page 141

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
with the drawings, specifications and
instructions of the Site Engineer
/ EIC.
Note:1) Charges for applying single layer
polyurethane coating(PU) using 100%
solvent free elastomeric plyurethane /
liquid epoxy for exposed steel
surfaces of Bare Pipes, Pipe Joints,
Fittings, Flanges,equipment and
valves etc shall be paid under separate
SOR Item.
2) Charges for blast cleaning of
internal surface of pipes, Pipe
fittings, and Valves..etc conforming to
ISO- Sa 2 1/2, followed by
application of Two component solvent
free amine cured epoxy coating to
be included in this item rate only. No
Separate payment is envisaged.

Amount

00950
12.75"OD x 0.250" WT, IS: 3589 Pipe
(Haldia Refinery = 50 M.)
00960
In West Bengal State

50.000

......

.......

10.000

......

.......

5.000

......

.......

00970
4.5 " OD x 0.237" WT ASTM A106 / A53
Gr. B pipe (Haldia Refinery = 10
M.)
00980
In West Bengal State
00990
3.5" OD x 0.216" WT ASTM A53 / A106
Gr. B PIPE (Haldia Refinery = 5 M.)
01000
In West Bengal State
01010
2.375" OD x 0.218" WT ASTM A53 / A106
Gr. B PIPE (Haldia Refinery = 5
M)

page 142

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01020
5.000
M
...... .......
In West Bengal State
01030
1.315" OD x 0.179" WT ASTM A53 / A106
Gr. B PIPE (Haldia Refinery = 5
M)
01040
In West Bengal State

5.000

......

.......

3.000

EA

......

.......

01050
Valves:
Taking delivery of valves of all types
and pressure rating from the
designated location within station
premises, transporting the same to
site, erecting above ground on
preconstructed foundations or
underground
including earth work in excavation and
filling for under ground valves
at elevations specified in the
drawings, priming and painting of above
ground valves, flood coating and
wrapping of under ground portions (if
applicable) including all inputs,
labour, material and consumable (other
than those specifically undertaken to
be supplied by the owner) and
completing the work in all respects in
accordance with the drawings,
manufacturer's installation
instructions and specifications and
instructions of the Site Engineer / EIC.
01060
For Process piping
01070
10"-ANSI 600# API 6D Ball valve W/W
U/G MOV (Paradip = 1 No.,
Balasore = 2 Nos., Haldia = 3 Nos.,
Haldia Refinery = 1 No.)
01080
In Odisha State

page 143

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01090
4.000
EA
...... .......
In West Bengal State
01100
10"-ANSI 600# API 6D Ball valve W/W
U/G MOV (SV Stations = 9 Nos.)
01110
In Odisha State

5.000

EA

......

.......

01120
In West Bengal State

4.000

EA

......

.......

20.000

EA

......

.......

7.000

EA

......

.......

01170
In Odisha State

3.000

EA

......

.......

01180
In West Bengal State

4.000

EA

......

.......

01200
In Odisha State

3.000

EA

......

.......

01210
In West Bengal State

4.000

EA

......

.......

01130
10"-ANSI 600# API 6D Ball valve W/W
U/G MOV (WITH DC ACTUATOR) (SV
Stations = 27 Nos.)
01140
In Odisha State
01150
In West Bengal State
01160
10"-ANSI 600# API 6D Ball valve F/F
A/G MOV (Paradip = 1 No.,
Balasore = 2 Nos., Haldia = 3 Nos.,
Haldia Refinery = 1 No.)

01190
10"-ANSI 600# API 6D Ball valve F/F
A/G HOV (Paradip = 1 No., Balasore
= 2 Nos., Haldia = 3 Nos., Haldia
Refinery = 1 No.)

page 144

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01220
8"-ANSI 600# API 6D Ball valve F/F
A/G MOV (Haldia Refinery = 1 No.)
01230
In West Bengal State

Amount

1.000

EA

......

.......

01250
In Odisha State

81.000

EA

......

.......

01260
In West Bengal State

43.000

EA

......

.......

01280
In Odisha State

56.000

EA

......

.......

01290
In West Bengal State

24.000

EA

......

.......

01310
In Odisha State

56.000

EA

......

.......

01320
In West Bengal State

24.000

EA

......

.......

1.000

EA

......

.......

01240
4"-ANSI 600# API 6D Ball valve F/F
A/G HOV (Paradip = 2 Nos., Balasore
= 4 Nos., Haldia = 6 Nos., Haldia
Refinery = 2 Nos., Inside IPPL= 2
Nos., SV Stations = 108 Nos.)

01270
4"-ANSI 600# API 6D Ball valve W/W
A/G HOV (SV Stations = 80 Nos.)

01300
4"-ANSI 300# API 6D Ball valve F/F
A/G HOV (SV Stations = 80 Nos.)

01330
8"-ANSI 600# API 6D Ball Valve ROV F/F
A/G (Haldia Refinery = 1 No.)
01340
In West Bengal State
01350
2"-ANSI 600#

BALL VALVE- BS 5351,


page 145

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
W/W, A/G (SV Stations = 80 Nos.)

Amount

01360
In Odisha State

56.000

EA

......

.......

01370
In West Bengal State

24.000

EA

......

.......

2.000

EA

......

.......

154.000

EA

......

.......

79.000

EA

......

.......

2.000

EA

......

.......

01460
In Odisha State

12.000

EA

......

.......

01470
In West Bengal State

37.000

EA

......

.......

01380
2"-ANSI 300# BALL VALVE- BS 5351,
W/W, A/G (Haldia Refinery = 2 Nos.)
01390
In West Bengal State
01400
2" - ANSI 600# BALL VALVE- BS 5351,
F/F, A/G (Paradip = 2 Nos.,
Balasore = 2 Nos., Haldia = 4 Nos.,
Haldia Refinery = 9 Nos., SV
Stations = 216 Nos.)
01410
In Odisha State
01420
In West Bengal State
01430
1.5" -ANSI 300# BALL VALVE- BS 5351,
W/W, A/G (Haldia Refinery = 2
Nos.)
01440
In West Bengal State
01450
1" - ANSI 800# BALL VALVE- BS 5351,
W/W, A/G (Paradip = 4 Nos.,
Balasore = 8 Nos., Haldia = 8 Nos.,
Haldia Refinery = 25 Nos., Inside
IPPL= 4 Nos.)

page 146

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01480
1" ANSI 600# BALL VALVE- BS 5351, F/F,
A/G (Haldia Refinery = 2 Nos.)
01490
In West Bengal State

Amount

2.000

EA

......

.......

1.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

1.000

EA

......

.......

01590
In Odisha State

53.000

EA

......

.......

01600
In West Bengal State

27.000

EA

......

.......

01500
8"-ANSI 600#, API 6D Swing Check Valve
F/F A/G (Haldia Refinery = 1 No.)
01510
In West Bengal State
01520
1.5"-ANSI 300# BS 1868 Swing Check
Valve F/F, A/G (Haldia Refinery = 2
Nos.)
01530
In West Bengal State
01540
1" - ANSI 300# BS 1868 Swing Check
Valve F/F, A/G (Haldia Refinery = 2
Nos.)
01550
In West Bengal State
01560
8"-ANSI 600# BS-1873 Globe valve,F/F,
A/G (Haldia Refinery = 1 No.)
01570
In West Bengal State
01580
4"- ANSI 600# BS-1873 Globe valve,F/F,
A/G (Paradip = 1 Nos., Balasore =
2 Nos., Haldia = 3 Nos., Haldia
Refinery = 1 Nos., Inside IPPL = 1 No.
SV Stations = 72 Nos.)

page 147

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

01610
2" -ANSI 600# BS-1873 Globe valve,F/F,
A/G (Paradip = 2 Nos., Balasore =
2 Nos., Haldia = 4 Nos., Haldia
Refinery = 3 Nos.)
01620
In Odisha State

4.000

EA

......

.......

01630
In West Bengal State

7.000

EA

......

.......

4.000

EA

......

.......

7.000

EA

......

.......

11.000

EA

......

.......

2.000

EA

......

.......

1.000

EA

......

.......

01640
1"-ANSI 800# BS-1873 Globe valve,W/W,
A/G (Haldia Refinery = 4 Nos.)
01650
In West Bengal State
01660
1" X 1" Thermal Relief Valve F/F ANSI
600#x300# (Paradip = 2 Nos.,
Balasore = 5 Nos., Haldia = 6 Nos.,
Haldia Refinery = 3 Nos., Inside
IPPL= 2 Nos.)
01670
In Odisha State
01680
In West Bengal State
01690
For Fire Water Line
01700
12"x ANSI 150 Sr. HOV F/F API 600 Gate
Valve (Haldia Refinery = 2 Nos.)
01710
In West Bengal State
01720
8"x ANSI 150 Sr. HOV F/F API 600 Gate
Valve (Haldia Refinery = 1 No.)
01730
In West Bengal State

page 148

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

01740
4"x ANSI 150 Sr. HOV F/F API 600 Gate
Valve (Haldia Refinery = 4 Nos.)
01750
In West Bengal State

4.000

EA

......

.......

2.000

EA

......

.......

4.000

EA

......

.......

01760
High Volume Long Range Foam Monitor 750
GPM capacity stand post type
with inlet flange of 4" X 150 Sr
(Haldia Refinery = 2 No.)
01770
In West Bengal State
01780
Stand Post Type double way fire hydrent
fitted with 2 Nos of single
landing valve complete as per IS: 5290
alongwith 4" x150 Sr. WNRF Flange
(Haldia Refinery = 4 Nos.)
01790
In West Bengal State
01800
Radiographic Inspection:
Inspection of welding by radiographic
method on all types of piping
including processing of films and
interpreting the results of weld
quality and reporting the same to the
Site Engineer together with
recommendations as to the acceptability
or otherwise of the welds,
submitting the finished radiographic
films as may be approved or
directed by Engineer-in-Charge
inclusive of supply of all pesonnel,
labour, materials, equipment,
consumable, inputs, etc. and providing
all
services complete in all respects as
envisaged in the contract
documents.
Note:
i) Payment will be on the basis of
page 149

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
number of welds of the respective
size radiographed and shall be all
inclusive for the complete job of
radiographic inspection as envisaged in
the contract document.
ii) Radiography not involving full
girth weld will be paid at 50% of
the rate for full girth weld for the
respective size.
iii) For set-on type branch welding,
the rate for radiography will be
as applicable to the branch pipe size.
iv) Repeat radiography of individual
welds due to defective films or
repair of welds shall be done at
contractor's cost.
01810
14" NB Pipe Joints
2 Nos.)

Amount

(Haldia Refinery =

01820
In West Bengal State

2.000

EA

......

.......

20.000

EA

......

.......

01860
In Odisha State

211.000

EA

......

.......

01870
In West Bengal State

140.000

EA

......

.......

01830
12" NB Pipe Joints (Haldia Refinery =
20 Nos.)
01840
In West Bengal State
01850
10" NB Pipe Joints (Paradip = 12 Nos.,
Balasore = 24 Nos., Haldia = 36
Nos., Haldia Refinery = 15 Nos.,
Inside IPPL= 12 Nos., SV Stations =
252 Nos.)

01880
8" NB Pipe Joints (Paradip = 2 Nos.,
Balasore = 4 Nos., Haldia = 6
Nos., Haldia Refinery = 15 Nos., Inside
IPPL= 2 Nos.)
page 150

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01890
In Odisha State

Amount

6.000

EA

......

.......

23.000

EA

......

.......

2.000

EA

......

.......

01940
In Odisha State

661.000

EA

......

.......

01950
In West Bengal State

338.000

EA

......

.......

5.000

EA

......

.......

01990
In Odisha State

536.000

EA

......

.......

02000
In West Bengal State

308.000

EA

......

.......

01900
In West Bengal State
01910
6" NB
Nos.)

Pipe Joints (Haldia Refinery = 2

01920
In West Bengal State
01930
4" NB Pipe Joints (Paradip = 12 Nos.,
Balasore = 24 Nos., Haldia = 36
Nos., Haldia Refinery = 15 Nos., Inside
IPPL= 12 Nos., SV Stations = 900
Nos.)

01960
3" NB
Nos.)

Pipe Joints (Haldia Refinery = 5

01970
In West Bengal State
01980
2" NB Pipe Joints (Paradip = 12 Nos.,
Balasore = 24 Nos., Haldia = 36
Nos., Haldia Refinery = 40 Nos.,
Inside IPPL= 12 Nos., SV Stations =
720 Nos.)

02010
1.5" NB

Pipe Joints (Haldia Refinery =


page 151

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
5 Nos.)
02020
In West Bengal State

Amount

5.000

EA

......

.......

80.000

EA

......

.......

142.000

EA

......

.......

6.000

EA

......

.......

18.000

EA

......

.......

02030
1" NB Pipe Joints (Paradip = 10 Nos.,
Balasore = 20 Nos., Haldia = 30
Nos., Haldia Refinery = 80 Nos.,
Inside IPPL= 10 Nos., SV Stations = 72
Nos.)
02040
In Odisha State
02050
In West Bengal State
02060
3/4" NB Pipe Joints (Paradip = 2 Nos.,
Balasore = 4 Nos., Haldia = 6
Nos., Haldia Refinery = 10 Nos.,
Inside IPPL= 2 Nos.)
02070
In Odisha State
02080
In West Bengal State
02090
Hook-up of New Piping with existing
Piping by Single Cut/Flange
Joint:
Cutting of portion of existing piping/
Opening of WNRF/SORF/Blind
Flange, trimming, grinding, beveling
the edges, aligning with/ without
addition of spool piece, welding the
joint including supply of all
inputs such as labour, materials,
equipment, consumables etc. necessary
to perform and complete the work in all
respect as per specification and
instruction of the Site Engineer / EIC.
NOTE: The job also include evacuation
of product from the piping section
after isolating the section and
flushing with water and its disposal.
page 152

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

02100
10.75" OD x 0.365" WT (Haldia Refinery
= 2 Nos.)
02110
In West Bengal State

2.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

02120
8.625" OD x 0.322" WT (Haldia Refinery
= 2 Nos.)
02130
In West Bengal State
02140
4.5" OD x 0.237" WT (Haldia Refinery =
2 Nos.)
02150
In West Bengal State
02160
2.375" OD x 0.218" WT (Haldia Refinery
= 2 Nos.)
02170
In West Bengal State
02180
Hook-up of New Piping with existing
Piping by Double Cut/Flange
Joint:
Cutting of portion of existing piping
of required length/ Opening of
WNRF/SORF/Blind Flange trimming,
grinding, beveling the edges, adding
spool piece of required length/ Tee of
the corresponding pipe size,
thickness, adjoining and welding both
the ends including supply of all
inputs such as labour, materials,
equipment, consumables etc. necessary
to perform and complete the work in all
respect as per specification and
instruction of the Site Engineer / EIC.
NOTE: The job also include evacuation
of product from the piping section
after isolating the section and
page 153

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
flushing with water and its disposal.

Amount

02190
10.75" OD x 0.365" WT (Haldia Refinery
= 2 Nos.)
02200
In West Bengal State
02210
8.625" OD x 0.322" WT
= 2 Nos.)

2.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

2.000

EA

......

.......

(Haldia Refinery

02220
In West Bengal State
02230
4.5" OD x 0.237" WT(Haldia Refinery = 2
Nos.)
02240
In West Bengal State
02250
2.375" OD x 0.218" WT(Haldia Refinery =
2 Nos.)
02260
In West Bengal State
02270
Fabrication of Mitre Bends - Long
Radius:
Taking delivery of pipes from
designated locations, transporting the
same to site and fabrication of carbon
steel piping specials by cutting,
edge preparation, welding, all types of
testing including radiography &
including supply of all inputs such as
labour, materials (other than
those specifically undertaken to be
supplied by the Owner under the
contract), equipments, consumables etc.
necessary to perform and
completing the work in all respects in
accordance with drawings,
specifications and instructions of the
Site Engineer / EIC.

page 154

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

02280
12.75" OD x 0.375" WT -More than 45 deg
& up to 90 deg Bend ( Haldia
Refinery = 2 Nos.)
02290
In West Bengal State

2.000

EA

......

.......

2.000

EA

......

.......

1.000

TO

......

.......

02300
12.75" OD x 0.375" WT- More than 15 deg
& up to 45 deg Bend
(Haldia
Refinery = 2 Nos.)
02310
In West Bengal State
02320
Dismantling of Structures:
Dismantling by opening joints or by gas
cutting/ cold cutting (wherever
required as per site condition) of
existing steel structural such as
support for pipes, pipe fittings,
valves, plate forms, walkways,
stairways etc. including excavation
work wherever required handling,
loading into truck for purpose of
weighing, shifting to the designated
location within the pump station
premises and handing over, completing
the work in all respect as per
drawings, instruction of the Site
Engineer / EIC.
(Haldia Refinery = 1 MT.)
02330
In West Bengal State
02340
Dismantling of Piping
(Aboveground):
Dismantling of existing over ground
piping works of all types and sizes
by opening flange joints or by gas
cutting/ cold cutting or any other
approved suitable means without
damaging other portions of work. The
job includes cutting the pipes to
page 155

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
required sizes as directed, taking out
valves, flanges, tees, bends, gaskets
nuts, bolts etc. attached supports
alongwith any instruments such as
pressure gauge, temperature gauge etc.
handling, transporting and storing at
owner's designated store in safe
manner to avoid damage including supply
of all labour, materials,
equipments, consumables etc. necessary
to perform and complete the work
in all respects as per drawings,
instructions of the Site Engineer /
EIC (payment shall be made on Weight
measurement of dismantled piping
including bends, tees,Flanges, Valves
etc.).
Note : The contractor shall indicate
the piping system to be dismantled
and shall take specific approval from
the Site engineer before
dismantling of pipe. Certain redundant
pipes which in the opinion of the
Owner need not be retrieived, those
items shall not be dismantelled.

Amount

02350
1.315" to 18" OD Pipes:
(Haldia Refinery = 0.5

MT.)

02360
In West Bengal State

0.500

TO

......

.......

02370
Dismantling of Piping
(Underground):
Dismantling the existing under ground
piping, locating, retrieving
including excavating the proper
trenches by cutting the pipes without
damaging other portions of work. The
job includes cutting the pipes to
required sizes as directed, taking out
valves, flanges, tees, bends,
gaskets, nuts, bolts etc., handling,
transporting and storing at owner's
designated store in safe manner to
avoid damage including supply of all
page 156

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
labour, materials, equipment
consumables etc. necessary to perform
and
complete the work in all respects as
per drawing, instructions of the
Site Engineer / EIC. (Payment shall be
made on the linear measurement of
dismantled piping including bend, tees,
reducers Flanges, Valves etc.).

Amount

Note :
The contractor shall indicate the
piping system to be dismantled and
shall take specific approval from the
Site engineer before dismantling
of pipe.Certain redundant pipes which
in the opinion of the Owner need
not be retrieived, those items shall
not be dismantled.
02380
1.315" to 14" OD Pipes :
(Haldia Refinery = 0.5 MT.)
02390
In West Bengal State

0.500

TO

......

.......

02410
For Stations in In Odisha State:
(Paradip and Balasore)

1.000

LS

......

.......

02420
For Stations In West Bengal State:
(Haldia, Haldia Refinery and Inside
IPPL)

1.000

LS

......

.......

02400
Development of As Built Drawings,
Data Sheets etc.:
Development of as built drawings, data
sheets, system details covering
all additional facilities incorporated
under this project in all the
station and furnishing them as
reference document. Additionally,
electronic copy of the documents shall
also be furnished in compact
disks

page 157

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
B ELECTRICAL WORKS - SERVICE

Amount

00010
CABLE TRENCH: Excavation in
unpaved areas of earth in work sites
for conventional cable trenches for a
depth upto 1.5 metres including
shoring, strutting etc. (if
necessary), backfilling the trench, job
complete in all respects, including
all labour and materials
complete as per drawings,
specification and directions of EIC /
Site
Engineer.
00020
Within Odisha
Electrical (SV/RCP =2500)
T&I (PaRADIP: 50; Bals: 50; SV/RCP =
625)

3,225.000

M3

......

.......

00030
Within West Bengal
Electrical (SV/RCP =1100)
T&I (HOR: 200; SV/RCP= 275)

1,575.000

M3

......

.......

125.000

M3

......

.......

55.000

M3

......

.......

00040
WBM ROAD / CONCRETE BREAKING :
WBM Road/concrete breaking for
cable trenches including required
shoring strutting etc., and repairing
of the road/dyke to original
condition and disposing
off
excess
materials (within the work site) job
complete in all respects
including the cost of labour,
tools,
materials, load, lift hire
charges of equipments, if any,
complete as per drawings, specification
and directions of Site Engineer /
Engineer-in-Charge
00050
Within Odisha
00060
Within West Bengal

page 158

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00070
Cable Laying
Laying of all type of cables LT (PVC
/ XLPE /
Armoured/Unarmoured/Power/ Control/
Signalling) in trenches, in cable
racks, in trays, in protective pipes,
poles,columns, in conduits, in
panels and on structures etc.;including
the supply and installation of
all required materials such as fixing
clamps ,screws, cable straps,
tags etc. as required (other than the
supply of the conduits, cables,
pipes, cable racks, trays, poles,
structures and panels) complete in
all respect, including cost of all
labour, tools, consumable materials
etc. and cutting the cables in required
lengths as per drawings,
specification and directions of Site
Engineer / Engineer-in-Charge

Amount

00080
LT CABLES : LT Cables, including
cables for Electric actuators,
power supply, etc
00090
Power cables LT : OD above 20 mm and
upto 40 mm
(2/3/3.5/4cx6 to 25 sq. mm, cable)
:
00100
Within Odisha(SV/RCP = 3875)

3,875.000

......

.......

00110
Within West Bengal(SV/RCP =1705)

1,705.000

......

.......

2,500.000

......

.......

00120
Power cables LT : OD above 40 mm and
upto 60 mm
(2/3/3.5/4cx 35 to 95 sq. mm cable)
00130
Within Odisha(SV/RCP =2500)

page 159

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00140
1,100.000
M
...... .......
Within West Bengal(SV/RCP =1100)
00150
Laying of Armoured/ Unarmoured
Control/signalling cables in trenches,
in
cable racks, in trays, in protective
pipes, in poles, on structures, in
columns, in conduits, in panels etc.
including the supply and
installation of all required materials
such as fixing clamps, screws,
cable straps, tags etc. as required (
other than the supply of the
conduits, cables, pipes, poles,
structures and panels) complete in
every respect as per specifications,
directions of Site Engineer
including cost of all labour, tools,
materials etc.
00160
Cables having outer diameter upto 20mm
00170
Par: 250; Bls: 500;SV 1300, RCP 450

2,500.000

......

.......

00180
HOR: 1000; SV/RCP: 500

1,500.000

......

.......

00190
Cables having outer diameter upto 20 mm
to 30 mm
00200
Par: 200; BLS : 250; SV 650, RCP 225

1,325.000

......

.......

00210
HOR: 1000; SV/RCP: 250

1,250.000

......

.......

00220
Connection and testing of 415 V AC 3
phase / 230 V AC single phase
motors (including space
heaters/thermistors wherever provided)
/ AC/DC
Actuators including execution of
terminal connection of control and
page 160

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
power cables, earthing of the
motor/actuator/ connecting the
thermistor,
installing the controller in LT panel,
earthing the motor frame, armour
etc. as per the drawings, erection
manuals, and as per directions of
Site Engineer. Job complete in all
respects including the cost of
supplying and installation of all the
required FLP/WP cable glands,
reducers, adapeters, end lugs, GI
earthing wire / strips, labour, tools,
materials, etc., as required in all
respects for all types of
motors/heaters/thermistors/actuators
etc.

Amount

00230
Capacity above 1 KW and upto 2.5 KW
00240
Within Odisha
(SV/RCP =25)

25.000

EA

......

.......

00250
Within West Bengal(SV/RCP =11)

11.000

EA

......

.......

00260
LT Panel:
Erection, installation including within
site transportation, testing and
commissioning of 415 V , owner
supplied power-control- centres, motor
control centres , soft starters, APFC
panel etc. assembling as required,
installation on the already made
foundation channels, aligning,
levelling, grouting, assembling, making
all the inter connections
/outgoing/incoming power & control
cable/ bus duct connection including
making holes for cable entries as
required as per drawing,
specifications and directions of the
Site Engineer/Engineer-in-Charge
including cost of all materials, tools
labour etc. complete in all
respect including termination of all
page 161

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
power , control cables,
installation of thermistor controller,
internal wiring, earthing of LT
panels, supply of cable glands
etc.complete as per cable schedule,
drawings etc.

Amount

00270
Weight of unit upto and including 100 Kg
00280
Within Odisha(SV/RCP = 1875)

1,875.000

KG

......

.......

825.000

KG

......

.......

00310
Within Odisha
(SV/RCP =3750)

3,750.000

KG

......

.......

00320
Within West Bengal
(SV/RCP =1650)

1,650.000

KG

......

.......

00290
Within West Bengal(SV/RCP =825)
00300
Weight of unit above 100 kg
and including 500 kg

C TCP WORKS -

but upto

SERVICE

00010
Pipe to Soil Potential Readings :
Testing, measuring, recording
and submitting the cathodic protection
readings along the entire
pipeline by connecting or disconnecting
the Mg anodes, for optimal
protection through test lead box, (in
Nos.) measuring the relevant
reading at the cathodic protection
stations and "pipe to soil potential"
readings at all the test lead locations
along the pipeline and at
stations, preparing and submiting
relative pipe to soil potential
profile and other data as per
specifications and submitting all the
relevant data pertaining to the
cathodic protection of the pipeline, job
page 162

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
complete in all respects as per the
specifications and instructions of
site engineer / EIC, including cost of
all labour, instruments and
services rendered. The readings shall
be furnished as per the
specifications

Amount

00020
Within Odisha

1.000

LS

......

.......

00030
Within West Bengal

1.000

LS

......

.......

00050
Within Odisha

1.000

LS

......

.......

00060
Within West Bengal

1.000

LS

......

.......

7.000

EA

......

.......

00040
Technical Report on TCP System :
Prepare & Submit technical report
including detail engineering & drawings
for TCP system and other
documentations as mentioned in the
specification and as per direction of
site engineer / EIC.

D INSTRUMENTATION WORKS - SERVICE


00010
Installation, testing and commissioning
of Pressure Indicator (PI) of
various ratings as per directions of
Engineer in-charge/ Site engineer
and Drawings.
00020
Paradip:1, Balasore:2, Haldia:4
00030
As built documentation for each station
covering
a)Control /signalling cable layout
drawings
b)Cable trench details
c)Cable marker details
d)Earth grid layout
page 163

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
e)Field instrument termination details
f)Panel foundations details
g)Cable schedule
h)Junction box wiring details
i)Earth resistivity measurement data
j)Field panel termination details
k)Completed work reports formats daily
activity report
l)Calibration data of all instruments
tested as per scope
m)OTDR traces of OFC laid in stations.
00040
Paradip:1, Balasore:1 Haldia:1
E OFC WORKS -

3.000

Amount

SET

......

.......

KM

......

.......

SERVICE

00010
375.000
Laying of HDPE pipe(excluding blowing
of OFC) in mainline pipe trench
at the bottom in all types of soil
(including roads, canals, rivers,
nullahs, water course crossings,
submerged crossings, saltpan areas
etc.) including supply and installation
of suitable straps for strapping
the HDPE duct with mainline pipe for
anti buoyancy, installation of HDPE
duct accessories such as plastic
couplers, end caps, end plugs, cable
sealing plugs, supply and installation
of warning tape, consumable guide
rods, HDPE jointing, inspection of HDPE
joints, testing the installed
HDPE duct by blowing "mandrel" with
compressed air, pressure testing
the HDPE pipe after laying as per
procedure and performing all work as
per drawings, specifications and
instruction of the Engineer-in-charge/
Site Engineer and provisions of the
contract document for making the
duct ready in all respect for OFC
blowing. The job includes
transportation, loading and unloading
of HDPE ducts in nominal length
of 1000 meters and duct accessories
such as couplers, end caps, end
sealing plugs etc. to various sites

page 164

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
along the entire ROW / HDD crossing
locations as per specifications and
directions of Engineer-in-charge/
Site Engineer

Amount

00020
Transportation (loading and unloading)
of Owner supplied unarmoured
Optical fibre cable (OFC) to various
sites along Right of Way (ROW), pre
laying testing of each cable drum for
each fibre and taking the OTDR
traces, submission of OTDR traces (in
hard as well as soft copy) to
Engineer-in-charge/ Site Engineer,
blowing of OFC through contractor
laid HDPE, jointing / splicing of OFC,
post installation testing of OFC
for each fibre for each drum laid &
taking OTDR traces, submission of
OTDR traces (in hard as well as soft
copy) to Engineer-in-charge/ Site
Engineer as per the scope,
specifications and directions of
Engineer-in-charge/ Site Engineer

392.000

KM

......

.......

00030
Installation of OFC jointing kits as
per drawings, specifications and
directions of Engineer-in-charge/ Site
Engineer

131.000

SET

......

.......

00040
131.000
Installation of RF iD type Electronic
Markers as per tender
specifications. The job includes
configuration & programming of the
Electronic markers to write information
data as per directions of
Engineer-in-charge/ Site Engineer.

SET

......

.......

00050
Installation of pre-fabricated printed
KM markers for OFC & HDPE as per
tender specifications, drawings and
directions of Engineer-in-charge/
Site Engineer

SET

......

.......

375.000

page 165

Tendor No.:

PLCC1348A

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00060
131.000
SET ...... .......
Installation of OFC Joint pit markers
at every joint location as per
specifications, drawings and directions
of Engineer-in-charge/ Site
Engineer
00070
Installation of pre-fabricated RCC
(1:1.5:3) Joint Box with lid as per
tender specifications, drawings and
directions of Engineer-in-charge/
Site Engineer.
00080
Installation of Transition Pits at
building entry points as per tender
specifications, drawings and directions
of Engineer-in-charge/ Site
Engineer [Paradip, PHDPL Balasore,
PHBPL Balasore, Haldia = 1 Set each,
Repeaters (9) = 1 Set each & SV
locations (27) = 1 Set each]

131.000

SET

......

.......

40.000

SET

......

.......

If the bidder is registered with NSIC under Ministry of Micro, Small and
Medium enterprises, then, the bidder shall enclose the copy of the recent
valid NSIC certificate without fail. The details of the same are to be
submitted with technical bid.

Signature of Tenderer

page

166

Annexure - XIVA
UNIFORM HOURLY EQUIPMENT RATES - PHDPL
Sl.
No.

CLASSIFICATION

Excavator (crawler mounted) / Backhoe

Pipe layer (Side Boom) CAT 571 or equivalent

Dozer : CAT D7 / D8

Crane (20 T)

Grader

Dragline / Clamshell

Welding machine - 300 Amp

Pay welder

Bending machine

10

Boring machine

11

Internal line-up clamp (pneumatic)

12

External line-up clamp

13

Compressor (600 cfm)

14

Compressor (300 cfm) and hopper assembly

15

Filling pump (250 300 m3 / hr)

16

High pressure pump (200 bar)

17

Chemical dosing pump

18

Test cabin with all instruments

19

Crane truck

20

Farm tractor

21

Low bed trailer

22

Flat bed trailer

23

Cutting & Bevelling machine

24

Holiday Detector

25

Voltmeter

26

Generator

27

Grinding machine

28

De-watering pump

29

Truck

30

Jeep

31

Pick-up van

RATES (Rs.)

Note : 1. The above hourly rates are inclusive of cost of rental, fuels, lubricants, spares & spare parts,
ancillary equipments, tools, tackles, etc. besides service repairs and maintenance charges,
overheads & profits etc. The rates are not inclusive of operating labour.
2. The above hourly rates shall be applicable to the time the equipment is actually working.

Annexure - XIVB
UNIFORM HOURLY MANPOWER RATES - PHDPL

Sl. No.

CLASSIFICATION

Foreman

Mechanic

Welder

Pipe fitter / fitter

Operator - Heavy equipment

Operator

Heavy duty truck driver

Light vehicle driver

Heavy or skilled worker

10

Semi-skilled worker, Helper, Sack hammer operator,


Paper latcher, Grinder operator etc.

11

Unskilled worker

Note :

RATES (Rs.)

The above hourly rates are inclusive of overtime, wages, workmen's compensation, medical expenses,
leave, leave salary, travel time, insurance, leave travel subsistence, gratuity, provident fund, bonus,
Contractor's overhead & profits etc. and other incidental charges.

Letter Inviting Tender


Vendor No.:
M/S

Tel No.
Tel No.
Fax

Tender No.:

PLCC1348B

RFQ No.:
RFQ Dt.
Quotation Deadline:

TWO BID

[<]

Subject:
LAYING OF MAINLINE FOR PARADIP-HALDIA-DURGAPUR LPG PIPELINE PROJECT
(PHDPL)
Tender No. (PLCC/PHDPL/CL/1348B)
PREAMBLE
1.
This preamble is an integral part of the Schedule of Rates and any
definition and explanation given herein shall have as much force as
though they are incorporated into the description of the items
themselves in the Schedule of Rates.
2.
Unless otherwise specifically stated in the contract, all work under
the contract shall be covered and paid for in accordance with the items
and relative rates mentioned in the Schedule of Rates.
3.
The expressions used in the Schedule of Rates are only selected
abbreviations desired to give a general indication of the work covered
by the item, and it is intended that each item shall encompass the
entire work and operations involved in the job to the performance of
work as envisaged in terms of the contract documents and shall include
all operations, auxiliary, ancillary or incidental to or in connection
therewith and all other matters, risks and cost whatsoever provided for
under the Schedule of Rates. It is, therefore, necessary that the
Contractor should read and construe the Schedule of Rates with reference
to the contract documents as a whole for proper description/ undertaking
page 1

Tendor No.:

PLCC1348B

of the work(s), responsibilities & duties, obligations and liabilities


covered by each item of the Schedule of Rates, on the understanding that
the items in the Schedule of Rates cover the entire work under the
Contract split under different heads for the purpose of convenience in
computing the payment due to the Contractor and enabling the Contractor
to quote.
4.
The description given under the items of work in the Schedule of
Rates shall be deemed to include, wherever applicable, mobilisation,
labour equipments, materials, cartage, hoisting, setting, fitting and
fixing in position of all materials and equipments, disposal of wastages
(including dewatering, desludging and allied operations at any stage of
the work) and all other labours and operations necessary whether
specifically stated/implied or not, for the full and entire execution
and completion of the relative works in all respects according to the
contract. Cost of materials under the scope of Contractor.s supply & all
other consumables/inputs required for carrying out the works & for
permanent incorporation in the works for which rates are quoted in the
"Schedule of Rates" shall be inclusive of all duties, taxes (excluding
service tax),octroi etc as applicable.
5.
The description given under the items of work in the
Rates shall be deemed to include the relative provisions
specifications, drawings and other contract documents for
of the works in accordance therewith and the instructions
Engineer-in-Charge and/ or Site Engineer.

Schedule of
in the
the execution
of the

6.
The Contractor shall quote rates for all items of work appearing in
the schedule of rates whether or not any quantity is indicated against
any particular item/ items of work. In case, no quantity is indicated
against any particular item/ items of work, only rates shall be quoted
and no amount shall be indicated against the particular item / items of
work.
7.
The amplifications detailed in the description of the items of works
in the Schedule of Rates and those in the specifications regarding the
all inclusive nature and coverage of rates are only indicative and are
by no means exhaustive. The rates quoted against each item of work in
the Schedule of Rates shall be for the complete works covering details
not only enumerated thereon, but all works of allied nature required for
completion of the job according to drawings, specifications and ins
tructions of the Engineer-in-Charge, whether or not they are
specifically stated or implied.
8.
Without prejudice to any other right(s) the Owner may have under the
Contract, the Owner reserves the right to operate any and all items of
works appearing in the Schedule of Rates whether quantities are
indicated or not against any particular item/ items of work.
NOTES:

page 2

Tendor No.:

PLCC1348B

a)
The price bid shall be submitted online only.
b)
The rates in schedule of Rates are to be filled up in designated
cells.
c)
The rates are to be quoted excluding Service Tax as applicable.
d)
Bidder shall sign & stamp all the pages of the Price Bid.
e)
Complete contents of the Price Bid/ SOR shall be made available in
the unpriced offer with the words "PRICE" at the places wherever prices
are there in the priced part of offer.
f)
Price Bid in the above format only, shall be considered. Any change
in the format may result in summary rejection of the offer without any
reference whatsoever to the bidder.
g) Bidders are requested to submit the price Bid in the above format
only. It is to be ensured that rates against each SOR item have been
quoted and no row/column has been left blank.
h) The price quoted by the bidder shall be firm & not be subject
to any escalation due to any change in duties & taxes (including
custom duty).

LEGENDS USED IN SCHEDULE OF RATES:


EA : Each
Nos/No. : Numbers
M/m : Meter
KM/km : Kilo Meter
mm : Mili Meter
Sq.M./M2 : Square meter
Sq.mm./mm2 : Square mili meter
Cu.M/M3 : Cubic meters
Kgs : Kilograms
LS : Lumpsum
TO : Tonne/metric tonne
DRM: Drum

(SEAL & SIGNATURE OF THE TENDERER)

page 3

Tendor No.:

PLCC1348B

Schedule of Rates
Service Required for Plant: 9201 ,ERPL - Eastern Region Pipeline
____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

RFQ ITEM NO.00010 MAINLINE- PHDLPG SUPPLY (GROUP B)


A MECHANICAL WORKS - SUPPLY
00010
Gaskets:
Supply and delivery of Spiral Wound
Metallic Gaskets at respective
stations as per Station wise Break up
of material supply and as per
technical specifications indicated in
tender docuemnts.
00020
10" SWMG ANSI 600#(Mahishrekha = 5
Nos.,Budge-Budge = 5 Nos., Belmuri =
15 Nos., Kalyani = 5 Nos., Durgapur = 5
Nos.)

35.000

EA

......

.......

00030
8" SWMG ANSI 600# (Mahishrekha = 2
Nos., Budge-Budge = 2 Nos., Belmuri =
6 Nos., Kalyani = 2 Nos., Durgapur = 2
Nos.)

14.000

EA

......

.......

00040
342.000
4" SWMG ANSI 600#(Mahishrekha = 6 Nos.,
Budge-Budge = 6 Nos., Belmuri =
18 Nos., Kalyani = 6 Nos., Durgapur = 6
Nos., SV Stations = 300 Nos.)

EA

......

.......

00050
185.000
2" SWMG ANSI 600#(Mahishrekha = 5 Nos.,
Budge-Budge = 5 Nos., Belmuri =
15 Nos., Kalyani = 5 Nos., Durgapur = 5
Nos., SV Stations = 150 Nos.)

EA

......

.......

00060
1" SWMG ANSI 600# (Mahishrekha = 4
Nos., Budge-Budge = 4 Nos., Belmuri =
12 Nos., Kalyani = 4 Nos., Durgapur = 4
Nos., SV Stations = 60 Nos.)

88.000

EA

......

.......

108.000

EA

......

.......

00070
3/4" SWMG ANSI 600#(Mahishrekha = 4
Nos., Budge-Budge = 4 Nos., Belmuri

page 4

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
= 12 Nos., Kalyani = 4 Nos., Durgapur =
4 Nos., SV Stations = 80 Nos.)

Amount

00080
Fasteners:
Supply and delivery of Steel Fasteners
at respective stations as per
Station wise Break up of material
supply and as per technical
specifications indicated in tender
documents.
00090
Fasteners for Flanges 10" x
600#(1.250" Dia. X 9.50" Length)
(Mahishrekha = 80 Nos., Budge-Budge =
80 Nos., Belmuri = 240 Nos.,
Kalyani = 80 Nos., Durgapur = 80 Nos.)

560.000

EA

......

.......

00100
Fasteners for Flanges 8" x 600#
(1.125" Dia. X 8.25" Length)
(Mahishrekha = 24 Nos., Budge-Budge =
24 Nos., Belmuri = 72 Nos.,
Kalyani = 24 Nos., Durgapur = 24 Nos.)

168.000

EA

......

.......

00110
2,736.000
Fasteners for Flanges 4" x 600#
(0.875" dia. X 6.50" Length)
(Mahishrekha = 48 Nos., Budge-Budge =
48 Nos., Belmuri = 144 Nos.,
Kalyani = 48 Nos., Durgapur = 48 Nos.,
SV Stations = 2400 Nos.)

EA

......

.......

00120
1,480.000
Fasteners for Flanges 2" x 600#
(0.625" dia. X 4.75" Length)
(Mahishrekha = 40 Nos., Budge-Budge =
40 Nos., Belmuri = 120 Nos.,
Kalyani = 40 Nos., Durgapur = 40 Nos.,
SV Stations = 1200 Nos.)

EA

......

.......

00130
Fasteners for Flanges 1" x 600#
(0.625" dia. X 4.00"
Length)(Mahishrekha = 16 Nos.,
Budge-Budge = 16 Nos., Belmuri = 48
Nos.,
Kalyani = 16 Nos., Durgapur = 16 Nos.,

EA

......

.......

352.000

page 5

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
SV Stations = 240 Nos.)
00140
432.000
Fasteners for Flanges 3/4" x 600#
(0.625" dia. X 4.00" Length)
Mahishrekha = 16 Nos., Budge-Budge = 16
Nos., Belmuri = 48 Nos., Kalyani
= 16 Nos., Durgapur = 16 Nos., SV
Stations = 320 Nos.)

Amount

EA

......

.......

7.000

EA

......

.......

5.000

EA

......

.......

00190
1" W/W ANSI 800# A/G, BALL VALVE- BS
5351(SV Stations = 5 Nos.)

5.000

EA

......

.......

00200
2" W/W ANSI 600# A/G, BALL VALVE- BS
5351(SV Stations = 5 Nos.)

5.000

EA

......

.......

00210
2" F/F ANSI 600# A/G, BALL VALVE- BS
5351(SV Stations = 5 Nos.)

5.000

EA

......

.......

00150
SPECTACLE BLINDS:
Supply and delivery of following
mentioned Spectacle Blinds at
respective stations as per Station wise
Break up of material supply and
as per technical specifications
indicated in tender docuemnts.
00160
10" Spectacle Blind 600# F/F A/G
(Mahishrekha = 1 Nos., Budge-Budge = 1
Nos., Belmuri = 3 Nos., Kalyani = 1
Nos., Durgapur = 1 Nos.)
00170
VALVES:
Supply and delivery of following
mentioned Valves at respective stations
as per Station wise Break up of
material supply and as per technical
specifications indicated in tender
docuemnts.
00180
3/4" Ball Valve 800# W/W
(SV Stations = 5 Nos.)

F/F A/G

page 6

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00220
1" F/F ANSI 600# A/G, BALL VALVE- BS
5351(SV Stations = 5 Nos.)

5.000

EA

......

.......

00230
2" W/W ANSI 300# A/G, BALL VALVE- BS
5351 (SV Stations = 5 Nos.)

5.000

EA

......

.......

00240
2" F/F ANSI 300# A/G, BALL VALVE- BS
5351(SV Stations = 5 Nos.)

5.000

EA

......

.......

00250
1.5" W/W ANSI 300# A/G, BALL VALVE- BS
5351(SV Stations = 5 Nos.)

5.000

EA

......

.......

00260
3"-F/F ANSI 150 # A/G, SWING CHECK
VALVE -BS 1868 (SV Stations = 2 Nos.)

2.000

EA

......

.......

00270
2"-F/F ANSI 300 # A/G, SWING CHECK
VALVE -BS 1868(SV Stations = 2 Nos.)

2.000

EA

......

.......

00280
1.5" F/F ANSI 300 # A/G, SWING CHECK
VALVE -BS 1868(SV Stations = 2
Nos.)

2.000

EA

......

.......

00290
1"- F/F ANSI 300 # A/G, SWING CHECK
VALVE -BS 1868(SV Stations = 2 Nos.)

2.000

EA

......

.......

00300
3/4" Check Valve 800#
Stations = 2 Nos.)

2.000

EA

......

.......

00310
1" API 602 Gate Valve 800# W/W A/G (SV
Stations = 2 Nos.)

2.000

EA

......

.......

00320
3/4" API 602 Gate Valve 800# W/W A/G
(SV Stations = 2 Nos.)

2.000

EA

......

.......

W/W

F/F A/G(SV

00330
Flame Arrestor:
Supply and delivery of following
page 7

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
mentioned Flame Arrestor at respective
stations as per Station wise Break up
of material supply and as per
technical specifications indicated in
tender docuemnts.
00340
29.000
4" Flame Arrester(SV Stations = 29 Nos.)

Amount

EA

......

.......

29.000

EA

......

.......

3.000

EA

......

.......

00380
2 kg clean agent extinguishers IS 15683
Marked(SV Stations = 32 Nos.)

32.000

EA

......

.......

00390
Sand Bucket(SV Stations = 12 Nos.)

12.000

EA

......

.......

00400
Hand Operated siren(SV Stations = 3
Nos.)

3.000

EA

......

.......

00410
Wind socks(SV Stations = 3 Nos.)

3.000

EA

......

.......

00420
Extinguisher box for 9 kg DCP
Extinguishers(SV Stations = 3 Nos.)

3.000

EA

......

.......

29.000

EA

......

.......

00350
FIRE FIGHTING EQUIPMENT:
Supply and delivery of Fire Fighting
Equipment at respective stations as
per Station wise Break up of material
supply and as per techhnical
specifications indicated in tender
documents.
00360
9 kg DCP Extinguisher- IS 15683
marked(SV Stations = 29 Nos.)
00370
4.5 kg CO2 Extinguisher- IS 15683
Marked(SV Stations = 3 Nos.)

00430
CO2 cartridge - 200 gm capacity for 9
kg capacity DCP extinguisher(SV
Stations = 29 Nos., )

page 8

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
B ELECTRICAL WORKS - SUPPLY
00010
RUBBER HAND GLOVES : Rubber hand
gloves suitable for 11/6.6 KV
operation with ISI mark.
ELECTRICAL :(SV/RCP =29)

29.000

Amount

SET

......

.......

00030
120.000
a) Insulating Elastomer mats conforming
to IS 15652:2006 of thickness 2
mm (Class A)
ELECTRICAL (SV/RCP =120)

EA

......

.......

00040
T&I SV/RCP 58

58.000

EA

......

.......

00050
2 kg CO2 Extinguisher(SV/RCP =29)

29.000

EA

......

.......

00060
Fire Bucket(SV/RCP =29)

29.000

EA

......

.......

6.000

EA

......

.......

00020
INSULATING MATS:
Supply & installation of 2000 mm X 1000
mm and of thickness as mentioned
below, approved quality insulating
Elastomer mats conforming to IS
15652:2006 and as per specifications.

C INSTRUMENTATION WORKS - SUPPLY


00010
Supply of Pressure Indicators(PI) of
the following ranges as per the
technical specifications attached in
the Tender.
00020
Range: 0 - 20 kg/cm2
00030
Budge Budge:2,Kalyani:2,Durgapur:2,
00040
Range: 0 - 100 kg/cm2

page 9

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00050
20.000
EA
...... .......
Mahishrekha:6,Budge Budge
:2,Belmuri:8,Kalyani:2,Durgapur:2,
00060
SSupply and placing in position 5 mm
thick steel checkered plates over
cable ducts, valves, pits etc including
keeping provision of holes for
lifting arrangement as per drawing
complete in all respect inclusive of
cost of all labour, material, carriage
etc as per specification & the
direction of the engineer
in-charge/site engineer.
00070
90.000
Mahishrekha:15,Budge
Budge:20,Belmuri:15,Kalyani:20,Durgapur:
20
D OFC WORKS -

M2

......

.......

SUPPLY

00010
Supply of permanently-lubricated HDPE
pipe of 40 mm OD (as per TEC GR)
with minimum pressure rating of 6
Kg/cm2 and wall thickness of 3.5 mm,
along with duct accessories such as
couplers, end caps, end sealing
plugs etc. as per specifications.

339.000

KM

......

.......

00020
Supply of OFC Jointing kits as per
tender specifications

119.000

SET

......

.......

00030
Supply of full range (upto 8 feet) RF
iD Disk type Electronic Markers as
per tender specifications.

119.000

SET

......

.......

3.000

SET

......

.......

00040
Supply of Electronic Marker Locator cum
Cable/ Pipe Locator, Fault
Locator as per tender specifications
(Durgapur = 1 Set , Kalyani = 1 Set
, Budge Budge = 1 Set)

page 10

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00050
339.000
SET ...... .......
Supply of pre-fabricated printed KM
markers for OFC & HDPE as per tender
specifications
00060
Supply of Joint pit markers for OFC
joint locations as per tender
specifications

119.000

SET

......

.......

00070
119.000
Supply of pre-fabricated RCC (1:1.5:3)
Joint Box with lid as per tender
specifications

SET

......

.......

00080
36.000
Supply of Transition pits for building
entry points as per tender
specifications [Haldia, HMRB
Rajbandh,Durgapur, Kalyani, Budge Budge,
Belmuri, Mahisrekha = 1 set each,
Repeaters (3)= 1 set each, SV
locations (26) = 1 set each]

SET

......

.......

00090
6,600.000
Supply of 89 mm OD, Schedule 80, API 5L
Grade-B/ ASTM A106 MS pipe for
cable conduit as per tender
specifications

......

.......

00100
Spares
00110
Supply of Spare OFC Jointing kits as
per tender specifications (Haldia =
5 Nos., Durgapur = 5 Nos., Kalyani = 5
Nos.)

15.000

SET

......

.......

00120
Supply of Spare full range (upto 8
feet) RF iD Disk type Electronic
Markers as per tender
specifications(Haldia = 5 Nos.,
Durgapur = 5 Nos.,
Kalyani = 5 Nos.)

15.000

SET

......

.......

RFQ ITEM NO.00020 MAINLINE- PHDLPG ML COMPOSITE (GROUP B)


page 11

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
A MAINLINE & HDD WORKS - COMPOSITE

Amount

00010
Mainline Laying (Single
Line)
Laying of Owner-supplied pre-coated
mild steel line pipes, including
arranging all additional
land/construction corridor, beyond
Owner's
ROU/ROW, required for Contractor's
storage, fabrication, access for
construction site, movement of
construction equipment etc., receiving
and taking over Owner-supplied
materials, handling, transportation etc.
from Owner's issue point to work site,
stringing along Right of Way
(ROW)/ pipeline corridor, providing
labour, equipment and supply of
other inputs & materials/ consumables
necessary to perform and complete
the work in all respects in accordance
with the contract including, but
not limited to, the following works:
- Taking delivery of pre-coated/ bare
pipes from the designated
stockpile location (loading of pipes
onto pipe trailors placed inside
stockpile by mainline contractor shall
be done by Owner's authorized
agency), including placing of pipe
trailors for taking delivery of pipes
from designated stockpile, carrying out
holiday detection and
verification of pipes at the time of
taking delivery), transportation of
pipes to ROW/ work site/ Contractor's
storage location etc.,
- Clearing and grading of ROW/ pipeline
coridor, cutting of trees,
vegetation etc. including keeping
record of trees cut, including
de-watering etc.,
- Stringing of pipes along ROW
including providing straw bags/ soft
padding below pipe (in Rocky areas
requiring blasting for preparation of
trench, pipes shall be strung after the
page 12

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
blasting operation and clearing
of trench as per instructions of Site
Engineer/ Engineer-in-Charge),
- Trenching to all depths to maintain
clear earth cover as per
specification (a minimum clear earth
cover of 1.50m shall be
provided)and to fit minimum bend
radius, by excavation in all kinds of
terrain & soil, including stripping top
soil to a depth of 30cm to
the full anticipated width of the ditch
and storing this material
separately along the ROW to allow
re-depositing of the same on top of
the backfilled ditch in cultivable and
other areas as per instruction of
site Engineer,
- Carrying out repair of pipe & coating
defects for defects
occuring after "taking over" of pipes
from Owner, replacement in the
case of non-repairable defects and
repairing damages to pipe coating
including defects/ damages occurring
during transportation &
handling,
- Aligning, bending, lining up, cutting
and bevelling (as required) of
pipes for field adjustments, welding
(manual / semi-automatic /
automatic),
- Carrying out 100% radiographic
inspection (by X-Ray)of all field weld
joints, destructive testing of one
weld joint in each Spread as per
specification and direction of Site
Engineer, including providing
Crawler type Automatic X-Ray machine
and external X-Ray machine and all
other requisite equipment, labour,
supervision, materials, approved
films, approved consumables, all
facilities and personnel to process,
develop, examine and interpret
radiographs (by qualified and
experienced
Radiography Inspector), providing all
facilities to Owner's

Amount

page 13

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
representative(s) for examining
radiographs and other tests as required,
carrying out repair of weld-joints
found defective, carrying out
re-radiography and other tests as
required on repaired joints, etc.,
- Carrying out coating of all field
weld joints, by qualified coating
insulators, including supply of
approved joint coating materials,
providing all equipment, materials and
consumables necessary to carry
out the job as per manufacturer's
recommendation,
- Installation of hot-pulled bends at
required locations in mainline
(bends to be fabricated from
Owner-supplied bare pipes) including
cutting, bevelling, fitment, coating
the bare bend pipe with approved PU
coating,
- Carrying out holiday detection, at
specified voltage level
corresponding to coating type and as
per specifications, and repair of
coating, if any,
-Laying pipeline by open-cut method at
crossings viz., cart-track
,village road, metalled/ un-metalled
roads, minor water courses (MWC)
etc.,(except crossings identified as
"Cased", "Submerged" & "HDD"
crossings and "Marshy areas") and
restoration of the crossing site to
original condition including
performance of additional works for
strengthening of banks of water courses
etc.,
- Lowering the pipeline in trench,
tieing-in, backfilling with excavated
earth and/or other suitable soil (top
soil stored separately during
trenching shall be backfilled on top of
the ditch) as directed by
Site-Engineer,
- Carrying out air cleaning, gauge
pigging and hydrostatic testing (to
specified pressure) of the complete
pipeline (excluding those HDD

Amount

page 14

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
crossing sections not under the scope
of this tender) including
providing 'pre-testing' of designated
sections as approved by
Engineer-in-Charge, providing all
equipment, pumps, fittings,
instruments, dead weight tester etc.
and services, supervision, labour,
consumables, testing of water, supply &
injection of corrosion
inhibitor, locating leaks, if any, and
rectification of defects
attributable to Contractor, re-testing
after rectification etc. and
cleaning the pipeline section after
successful hydrotesting,
- All tie-ins, including tieing-in with
HDD sections under this tender
and also with HDD sections not covered
under this tender (tie-ins with
HDD sections not under this tender
shall be paid separately as per
relevant item of SOR),
- Obtaining work permits/ NOC from
various authorities having
jurisdiction before execution of work
and complying with all
stipulations/ conditions/
recommendation of the said authorities
- Final clean-up and restoration of
ROW/ construction corridor, field
bunds etc., obtaining NOC from
statutory authorities (as required) and
obtaining NOC from respective land
owners in respect of final
restoration of their land etc, disposal
of debris to an unobjectionable
area as directed by Site Engineer and
returning surplus material to
storage location, as directed by
Engineer-in-Charge, restoration of
land, facilities and boundary wall etc.
for facilities dismantled/
damaged by Contractor during
construction,
- Preparation of as-built drawings,
pipe book and other records as per
specifications etc.,
- Supply of all materials (other than

Amount

page 15

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
those specifically undertaken to
be supplied by the Owner under the
contract) necessary for performance
of work or for temporary or permanent
incorporation in the works, and
- All other acts, deeds, matters and
things necessary to make the
pipeline ready for commissioning and
completing the works in all r
espects as per drawings, specifications
and instructions of Site
Engineer/ Engineer-in-Charge.
NOTE :
I)The rate quoted against this item
shall include cost of excavation and
backfilling of trench of standard width
(as per approved drawings) in
all kinds of soil for laying Mainline
pipe and HDPE pipe (for OFC). Rock
trenching by pneumatic tools or by
drilling, chiselling out or by
blasting shall be paid extra as per
relevant item and as per standard
trench dimensions.In general the
mainline pipe shall be of
0.250"/0.307"/0.365"/0.500" WT
depending on Population Density Index of
the pipeline route.
II)The Mainline work includes and
covers the work in all types of
crossings viz., roads, drains, minor
water courses (MWC), low lying
areas, ponds, plant area, underground
utilities, pedestrian crossings,
Fault locations etc. except those
crossings identified as "Cased",
"Submerged" & "HDD" crossings and
"Marshy areas" for which
relevant item of SOR shall be
applicable.
III) Concrete coating, if necessary,
for laying pipelines across ponds,
low lying areas etc. shall be paid
separately as per relevant item of
SOR.
IV)Cost of all materials required in
repair and/ or rectification of
defective work caused due to reasons
not attributable to any act or

Amount

page 16

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
omission of the Owner shall be
chargeable to Contractor account. The
Owner will supply the additional
materials from its designated store/
godown (insofar as constitutes
Owner-supplied materials) required for
the repair/ rectification work on
chargeable basis. The cost of such
material shall be as determined by the
Engineer-in-Charge plus an
additional charge of 15% of the cost of
material shall also be levied.
The decision of the Engineer-in-Charge,
as to the cost of the material,
shall be final and binding on the
Contractor.
VI)In the course of hydrostatic testing
of the mainline section, if any
defective portion/ pipe/ work is found
to be due to a defect in the pipe
attributable to the Owner, the Owner
shall supply the additional
necessary pipes at Owner issue point
required for the work free of cost
to the Contractor, but the Contractor
shall supply all other materials
and inputs at his own cost for
replacement of pipe section. The
Contractor shall be paid a lumpsum
amount for each such failure (refer
relevant clause of Special Conditions
of Contract of the tender
documents) for the work involved in
locating & identifying the
defects in the mainline and in their
repair/rectification as per the
specification. Failure in one or more
pipes in a section during a single
pressurisation cycle shall be
considered as a single failure for the
purpose of compensation for hydrostatic
test failure on account of
manufacturing defect.
VII)Installation of the hot-pulled
bends in Mainline, including cutting
bevelling of pipes, fitment etc., shall
be inclusive in the Mainline
rate. Payment for fabrication of
hot-pulled induction bends, as per

Amount

page 17

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
specifications, shall be done
separately as per relevant item of SOR.
The hot-pulled bends shall be coated at
site with PU coating. The cost
of the same shall be deemed to be
included in this item for Mainline
laying.
00020
299,000.000
10.75" OD x 0.250" / 0.307" /0.365"/
0.500" WT, API 5L, X-60
Grade DFBE/3LPE coated pipe.
00030
Mainline Laying Works
Line in One Trench)

......

Amount

.......

(Twin

Laying of Owner-supplied pre-coated


mild steel line pipes (Twin Line),
including arranging all additional
land/construction corridor, beyond
Owner's ROU/ROW, required for
Contractor's storage, fabrication,
access
for construction site, movement of
construction equipment etc.,
receiving and taking over
Owner-supplied materials, handling,
transportation etc. from Owner's issue
point to work site, stringing
along Right of Way (ROW)/ pipeline
corridor, providing labour,
equipment and supply of other inputs &
materials/ consumables necessary
to perform and complete the work in all
respects in accordance with the
contract including, but not limited to,
the following works:
- Taking delivery of pre-coated/ bare
pipes from the designated
stockpile location (loading of pipes
onto pipe trailors placed inside
stockpile by mainline contractor shall
be done by Owner's authorized
agency), including placing of pipe
trailors for taking delivery of pipes
from designated stockpile, carrying out
holiday detection and
verification of pipes at the time of
page 18

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
taking delivery), transportation of
pipes to ROW/ work site/ Contractor's
storage location etc.,
- Clearing and grading of ROW/ pipeline
coridor, cutting of trees,
vegetation etc. including keeping
record of trees cut, including
de-watering etc.,
- Stringing of pipes along ROW
including providing straw bags/ soft
padding below pipe (in Rocky areas
requiring blasting for preparation of
trench, pipes shall be strung after the
blasting operation and clearing
of trench as per instructions of Site
Engineer/ Engineer-in-Charge),
- Trenching to all depths to maintain
clear earth cover (a minimum clear
earth cover of 1.50m shall be provided)
and width of trench as specified
in the drawing to accomodate the twin
line together as as per
specification and to fit minimum bend
radius, by excavation in all kinds
of terrain & soil, including stripping
top soil to a depth of 30cm
to the full anticipated width of the
ditch and storing this material
separately along the ROW to allow
re-depositing of the same on top of
the backfilled ditch in cultivable and
other areas as per instruction of
site Engineer,
- Carrying out repair of pipe & coating
defects for defects
occuring after "taking over" of pipes
from Owner, replacement in the
case of non-repairable defects and
repairing damages to pipe coating
including defects/ damages occurring
during transportation &
handling,
- Aligning, bending, lining up, cutting
and bevelling (as required) of
pipes for field adjustments, welding
(manual / semi-automatic /
automatic),
- Carrying out 100% radiographic
inspection (by X-Ray)of all field weld

Amount

page 19

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
joints, including providing Crawler
type Automatic X-Ray machine and
external X-Ray machine and all other
requisite equipment, labour,
supervision, materials, approved films,
approved consumables, all
facilities and personnel to process,
develop, examine and interpret
radiographs (by qualified and
experienced Radiography Inspector),
providing all facilities to Owner's
representative(s) for examining
radiographs and other tests as
required, carrying out repair of
weld-joints found defective, carrying
out re-radiography and other tests
as required on repaired joints, etc.,
- Carrying out coating of all field
weld joints, by qualified coating
insulators, including supply of
approved joint coating materials,
providing all equipment, materials and
consumables necessary to carry
out the job as per manufacturer's
recommendation,
- Installation of hot-pulled bends at
required locations in mainline
(bends to be fabricated from
Owner-supplied bare pipes) including
cutting, bevelling, fitment, coating
the bare bend pipe with approved PU
coating,
- Carrying out holiday detection, at
specified voltage level
corresponding to coating type and as
per specifications, and repair of
coating, if any,
-Laying pipeline by open-cut method at
crossings viz., cart-track
,village road, metalled/ un-metalled
roads, minor water courses (MWC)
etc.,(except crossings identified as
"Cased", "Submerged" & "HDD"
crossings and "Marshy areas") and
restoration of the crossing site to
original condition including
performance of additional works for
strengthening of banks of water courses
etc.,

Amount

page 20

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
- Lowering of twin pipeline in one
trench maintaining clear distance of
500 mm between the two lines as per
drawing, specification &
direction of site engineer,ensuring no
damage to pipeline coating
otherwise carrying out repair of
coating including providing all
equipment, materials and consumables
necessary to carry out the job,
tieing-in, backfilling with excavated
earth and/or other suitable soil
(top soil stored separately during
trenching shall be backfilled on top
of the ditch) as directed by
Site-Engineer,
- Carrying out air cleaning, gauge
pigging and hydrostatic testing (to
specified pressure) of the complete
pipeline (excluding those HDD
crossing sections not under the scope
of this tender) including
providing 'pre-testing' of designated
sections as approved by
Engineer-in-Charge, providing all
equipment, pumps, fittings,
instruments, dead weight tester etc.
and services, supervision, labour,
consumables, testing of water, supply &
injection of corrosion
inhibitor, locating leaks, if any, and
rectification of defects
attributable to Contractor, re-testing
after rectification etc. and
cleaning the pipeline section after
successful hydrotesting,
- All tie-ins, including tieing-in with
HDD sections under this tender
and also with HDD sections not covered
under this tender (tie-ins with
HDD sections not under this tender
shall be paid separately as per
relevant item of SOR),
- Obtaining work permits/ NOC from
various authorities having
jurisdiction before execution of work
and complying with all
stipulations/ conditions/
recommendation of the said authorities

Amount

page 21

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
- Final clean-up and restoration of
ROW/ construction corridor, field
bunds etc., obtaining NOC from
statutory authorities (as required) and
obtaining NOC from respective land
owners in respect of final
restoration of their land etc, disposal
of debris to an unobjectionable
area as per direction of site engineer
and returning surplus material to
storage location, as directed by
Engineer-in-Charge, restoration of
land, facilities and boundary wall etc.
for facilities dismantled/
damaged by Contractor during
construction,
- Preparation of as-built drawings,
pipe book and other records as per
specifications etc.,
- Supply of all materials (other than
those specifically undertaken to
be supplied by the Owner under the
contract) necessary for performance
of work or for temporary or permanent
incorporation in the works, all
other acts, deeds, matters and things
necessary to make the pipeline
ready for commissioning and completing
the works in all respects as per
drawings, specifications and
instructions of Site Engineer/
Engineer-in-Charge.
NOTE :
I)The unit rate for per metre length
shall includes laying of two lines
in the same trench all complete i.e.
both the lines shall be assumed as
one line (One Unit) for Payment Purpose.
II)The rate quoted against this item
shall include cost of excavation
and backfilling of trench of width
approximately Two times of Pipe
Diameter + 1280 mm (as per approved
drawings), required for laying of
Mainline pipe alongwith HDPE Pipe in
all kinds of soil for laying
Mainline pipe and HDPE pipe (for OFC).
Rock trenching by pneumatic tools
or by drilling, chiselling out or by

Amount

page 22

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
blasting shall be paid extra as per
relevant item and as per standard
trench .
III)The Mainline work includes and
covers the work in all types of
crossings viz., roads, drains, minor
water courses (MWC), low lying
areas, ponds, plant area, underground
utilities, pedestrian crossings,
Fault locations etc. except those
crossings identified as "Cased",
"Submerged" & "HDD" crossings and
"Marshy areas" for which
relevant item of SOR shall be
applicable.
IV)Cost of all materials required in
repair and/ or rectification of
defective work caused due to reasons
not attributable to any act or
omission of the Owner shall be
chargeable to Contractor account. The
Owner will supply the additional
materials from its designated store/
godown (insofar as constitutes
Owner-supplied materials) required for
the repair/ rectification work on
chargeable basis. The cost of such
material shall be as determined by the
Engineer-in-Charge plus an
additional charge of 15% of the cost of
material shall also be levied.
The decision of the Engineer-in-Charge,
as to the cost of the material,
shall be final and binding on the
Contractor.
VI)In the course of hydrostatic testing
of the mainline section, if any
defective portion/ pipe/ work is found
to be due to a defect in the pipe
attributable to the Owner, the Owner
shall supply the additional
necessary pipes at Ownerissue point
required for the work free of cost
to the Contractor, but the Contractor
shall supply all other materials
and inputs at his own cost for
replacement of pipe section. The
Contractor shall be paid a lumpsum
amount for each such failure (refer

Amount

page 23

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
relevant clause of Special Conditions
of Contract of the tender
documents) for the work involved in
locating & identifying the
defects in the mainline and in their
repair/rectification as per the
specification. Failure in one or more
pipes in a section during a single
pressurisation cycle shall be
considered as a single failure for the
purpose of compensation for hydrostatic
test failure on account of
manufacturing defect.
VII)Installation of the hot-pulled
bends in Mainline, including cutting
bevelling of pipes, fitment etc., shall
be inclusive in the Mainline
rate. Payment for fabrication of
hot-pulled induction bends, as per
specifications, shall be done
separately as per relevant item of SOR.
The hot-pulled bends shall be coated at
site with PU coating. The cost
of the same shall be deemed to be
included in this item for Mainline
laying.
00040
10.75" OD x 0.250" / 0.307"/0.365"
/500" WT, API 5L, X-60 Grade
3LPE/DFBE coated pipe

500.000

......

Amount

.......

00050
Cased crossings
Laying cased crossings, by auger boring
& jacking method / Horizontal
Directional Drilling (HDD) method using
casing pipes and 3LPE coated
carrier pipes of various sizes,
alongwith / without HDPE Duct
(for OFC cable) according to drawings/
specification(s) and providing
all works, labour, inputs and
materials/ consumables necessary to
perform and complete the works in all
respect in accordance with the
contract, taking delivery and
transportation of Owner-supplied 3LPE
coated pipes and bare casing pipes to
page 24

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
the work site from designated
stockpile location, inspection of the
coated pipes visually and/or with
holiday detector for defects, arranging
all necessary intermediate
storage area required thereof till the
pipes are installed in permanent
position, setting out the works,
aligning and welding the casing and
carrier pipes, 100% radiography of weld
joints of carrier pipes, field
joint coating, holiday detection &
repair of coating, applying atleast
two coats of bitumastic paint over
a
coat of suitable primer to
external surface of casing pipe,and
two component epoxy coating for
internal surface of casing pipe,
excavating/ trenching and / or
drilling/ boring in all kinds of soil
including rocky strata,
inserting the casing pipe into the
bore, pre-hydrostatic testing of the
carrier pipe and replacement /
rectification of defects / pipes,
installation of HDPE insulators on the
carrier pipe, suitably tying HDPE
duct with carrier pipe (after
installation of insulators on carrier
pipe), carefully inserting the carrier
pipe (with HDPE duct tied to it)
inside casing pipe by jacking/ pushing
method taking care not to damage
the insulator, HDPE duct and coated
carrier pipe, sealing the ends of
the casing pipe, as per procedure given
in specifications, with heat
shrinkable wraparound type end seal of
approved make, fixing of vent
pipes at the ends of the casing pipe,
priming and applying two coats
of coal tar based epoxy paint on
underground portion of vent pipes,
measuring final resistance between
carrier pipe and casing, and doing
preparation work necessary to produce
correct resistance, applying one
coat of primer and two coats of epoxy
paint to all exposed and
page 25

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
overground fittings & piping, proper
compaction of backfill below
carrier pipe at either ends,
independently supporting the carrier
pipe
outside each end of the casing pipe by
suitable RCC supports on firm
base with neoprene rubber sheet below
carrier pipe and strengthening
with sand bags and proper compaction of
earth below pipe, to prevent
settlement of carrier pipe and damage
to insulators, final clean-up and
restoration of the site and disposal
of wastes and surplus in
accordance with the contract and supply
of all materials (other than
those specifically undertaken to be
supplied by the Owner under
contract) necessary for or in the
performance of the work or for
temporary or permanent incorporation in
the works, and all other acts,
matters and things necessary to make
the pipeline ready for
commissioning in all respects.
NOTE :
I)The work will include the provision
of temporary supports for existing
installations in the road, railroads
and canals including provision of
diversions, restoration of the
canals/road/ railroad/ embankment to its
original state, maintenance for
subsidence and all other precaution(s),
work(s) and/or maintenance expressed or
implied in the contract.
II) The work will also include
providing necessary support to carrier
pipe on either side, after coming out
of casing, proper compaction of
backfill below carrier pipe at either
ends and strengthening with sand
bags and/ or other suitable means,so as
to prevent differential
settlement of the casing pipe and
damage to insulators including all
labour, materials etc. as per direction
of Site Engineer /

Amount

page 26

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Engineer-in-Charge.
III)All materials (other than the
Owner-supplied materials) required for
performance of the work shall be
supplied by the Contractor at his own
cost.
IV) Installation of casing end seal
shall be done by skilled personnel
as per laid down procedure and as per
demonstration to be done by
manufacturer's representative (to be
arranged by Contractor).
V) Carrier pipe to be brought to
the desired level of crossing by
providing natural gradient to trench
botom from sufficient distance and
avoiding field bends so as to keep
provision for any future widening of
Railway/ Highway etc.
VI) Casing insulators (made of HDPE)
shall be inter-locking type, free
from matallic nuts & bolts.

Amount

00060
1,850.000
M
...... .......
(a)
Using 10.75"OD x 0.250" /
0.307"/0.365" /500" WT, API 5L, X-60
Grade 3LPE coated carrier pipe &
16"OD x 0.25"/0.281" WT
bare Casing pipe alongwith 40mm HDPE
duct & OFC placed in annulus
between Casing & Carrier pipe and about
1" thick insulators so as to
suitably accommodate the HDPE & OFC,
tied to carrier pipe, inside the
casing pipe including supplying &
providing Epoxy coating (two
component) over compatible primer to
internal surface of casing pipe.
00070
(b)
0.307"/0.365" /500" WT, API 5L,
X-60 Grade 3LPE coated carrier pipe
& 16"OD x 0.25"/0.281" WT casing
pipe without 40mm HDPE duct & OFC,
and about 2" thick insulators
including supplying & providing Epoxy
coating (two component) over
compatible primer to internal surface

774.000
M
...... .......
Using 10.75"OD x 0.250" /

page 27

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
of casing pipe.
Note: This item is applicable for
Railway crossings

Amount

00080
Submerged crossings
Laying submerged crossings using pipes
with or without concrete
sheathing across major water course
crossings and providing all works
,labour, inputs and
materials/consumable necessary to
perform and
complete the work in all respects in
accordance with the contract,
including taking delivery and
transportation of Owner-supplied coated
pipes to the work site from designated
stockpile location, inspection of
the coated pipes visually and with
holiday detector for defects,
arranging all necessary intermediate
storage area required thereof till
the pipes are installed in permanent
position, arranging the required
additional land for construction
purpose, preparation of site, aligning,
bending, lining up and welding the
pipe, 100% radiographic inspection of
weld joints, coating of field weld
joints, holiday detection and repair
of coating, hydrotesting (both pre- &
post-installation) and replacement
of pipes/ defects, excavation of the
trench to required depth, as per
specifications, in all kinds of soil
and conditions including rock
trenching and maintenance of trench in
all kinds of soil including rocky
strata, if any, making bunds for
stoppage of water flow, de-watering
including installation of well-point
system, and laying of the pipeline
in approved trench, including
de-watering, providing in-situ
concreting
at coated weld joints to effectively
secure the HDPE conduit with
mainline pipe, providing "Band IT" make
page 28

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
stainless steel (SS) strips /
clamps of 3/4" width for tying HDPE
conduit with mainline pipe (two
strips per pipe length), backfilling
and final clean-up, stabilisation
of the excavated banks by additional
means, disposal of waste and
surplus in accordance with the
contract, and supply of materials (other
than those specifically undertaken to
be supplied by the Owner under the
contract) necessary for or in the
performance of the work or for
temporary or permanent incorporation
in the works and all other acts,
matters and things necessary to
complete the pipeline/ crossings in all
respects according to the contract and
as per directions of Site
Engineer/ Engineer-in-Charge.
NOTE :
I)Depending upon the site condition &
location of each submerged
crossing, the Engineer-in-Charge, in
consultation with the Contractor,
shall decide upon the precise
operations necessary for the performance
of the work to lay the pipeline across
the canal/ drain/ rivers and the
cost of all such operations necessary
shall be deemed to have been
included in the rate for this item.
II)Profile of drain / canal bed, ground
& top of laid pipe shall
be established jointly in presence of
Owner both before and after laying
the crossing, by taking levels with
reference to nearby permanent
structure.
III)The banks of the crossing shall be
stabilised and suitable brick/
stone masonry bank protection works
shall be carried out for the entire
ROW width to prevent bank erosion
leading to exposure of the pipeline.
The procedure for such measures shall
be submitted for Owner's approval
prior to execution.
IV)Concrete sheathing work for

Amount

page 29

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
submerged crossings shall be paid for
separately under relevant item of
Schedule of Rates.
00090
a) 10.75"OD x 0.365" /500" WT, API
5L, X-60 Grade DFBE / 3LPE
coated pipe.

2,100.000

......

Amount

.......

00100
Laying pipeline in Marshy
area
Laying pre-coated pipes in Marshy areas
with concrete sheathing
including providing all equipment,
works,labour, inputs and
materials/consumable necessary to
perform and complete the work in all
respects, taking delivery and
transportation of Owner-supplied coated
pipes to the work site from designated
stockpile location, inspection of
the coated pipes visually and with
holiday detector for defects,
arranging all necessary intermediate
storage area required thereof till
the pipes are installed in permanent
position;submission of construction
procedure for Owner's approval,
arranging the required additional land
for construction purpose, preparation
of site including dewatering,
aligning, bending, lining up and
welding the pipe, 100% radiographic
inspection of weld joints, coating of
field weld joints, holiday
detection and repair of coating,
hydrotesting testing and replacement of
pipes/ defects, excavation of the
trench to required depth in all kinds
of soil and conditions including rock
trenching and maintenance of
trench in all kinds of soil,including
rocky strata, if any, and laying
of the pipeline in approved trench,
backfilling and final clean-up,
stabilisation of the excavated banks,
disposal of waste and surplus in
accordance with the contract, and
page 30

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
supply of materials (other than those
specifically undertaken to be supplied
by the Owner under the contract)
necessary for or in the performance of
the work or for temporary or
permanent incorporation in the works
and all other acts, matters and
things necessary to complete the work
in all respects according to the
contract.
NOTE :
I)Depending upon the site condition,
the Engineer-in-Charge, in
consultation with the Contractor, shall
decide upon the precise
operations necessary for the
performance of the work to lay the
pipeline
across the Marshy areas and the cost of
all such operations necessary
shall be deemed to have been included
in the rate for this item.
II)Concrete sheathing work for marshy
areas shall be paid for separately
under relevant item of Schedule of
Rates.
III) Measurement for this item shall be
as per pipe book covering laying
in Marshy portion.
00110
(a) 10.75"OD x 0.365" /500"
WT, API 5L, X-60 Grade DFBE /
3LPE coated carrier pipe with 50mm
concrete coating.

3,000.000

......

Amount

.......

00120
Concrete Coating
Providing and laying concrete sheathing
on the carrier pipe i.e.
continuous concrete coating (1:1.5:3)of
specified minimum thickness
using approved wire mesh reinforcement
as per approved drawing and
technical specifications, including
supply of approved cement, steel
wire mesh, aggregate, sand, shuttering
and all other materials,
consumables and inputs, and equipment
page 31

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
for concrete sheathing required to
complete the job and testing of coated
pipes as per specifications etc.
as per direction of Engineer-in-Charge.
NOTE :
I)Payment shall be made for the actual
length of pipe coated with
concrete. Ends of pipe left uncoated
shall not be considered in the
length for payment purpose
II)The rates shall include compensation
for additional hardship caused
in transportation, handling and/or
lowering the pipe on account of
concrete coating. The above Item shall
be executed at the discretion and
directions of Engineer-in-Charge.
00130
(a)50mm (minimum)thick continuous
concrete coating over 10.75" OD
pipe

3,800.000

......

Amount

.......

00140
HDD Installation (Carrier pipe &
OFC Duct)
Design, detailed engineering,
installation of carrier pipeline and OFC
conduit at specified minimum depth
across rivulets, water bodies
(canal/ drain/ nalla/pond/marshy area
etc.)/ Highways / other busy
roads/ congested areas etc. by
Horizontal Directional Drilling
(HDD) method; Complete work for the
crossing (between the limits, as
indicated in the approved drawing and
as per the approved procedure &
design) including mobilisation &
de-mobilisation at site(s), supply of
all materials as per the `Scope of
Supply' and all consumables,
equipment, manpower & other resources
and arranging the required land
for site preparations and execution of,
but not limited to the following
works and in accordance with the
specifications, drawings, as per the
provisions of the contract document and
page 32

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
instructions of the
Engineer-in-Charge.
- Interpretation of data of
hydrological/ geo-technical surveys
furnished by the Owner (if any),
carrying out topographic survey,
carrying out additional surveys as
required for collecting data relevant
to design and execution of the
crossing, performing all engineering &
design calculations including
preparation of all necessary
construction
drawings for approval of the Owner as
per the provisions of contract
document, preparation of detailed
construction method statement and
design analysis;
- Taking delivery and transportation
of Owner-supplied 3LPE
coated pipes to the work site
from designated stockpile location,
inspection of the coated pipes visually
and/or with holiday detector for
defects, arranging all necessary
intermediate storage area required
thereof till the pipes are installed in
permanent position;
- Repair of pipe and coating damages
occurred, if any, during
transportation;
- Complete site preparation including
arranging of additional required
land beyond ROW provided by Owner,
setting up of fabrication yard,
preparation of temporary arrangement
for pipeline stringing, launching
etc.;
- Pre-construction surveys and
collection of all necessary data related
to site, underground utilities etc.;
- String preparation including repair
of pipe and pipe coating defects,
welding, non-destructive testing of
welds including 100% radiography
(by X-ray), supply of films & all
equipment and providing all
facilities and personnel to process,
develop, examine and interpret

Amount

page 33

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
radiographs (by qualified and
experienced Radiography Inspector)and
providing all facilities to Owner's
representative(s) for examining
radiographs, repair of defects in the
welds and re-testing etc.,
- Coating of the field joints of the
pipe string to be installed by HDD
method with wraparound heat shrinkable
sleeves of "DIRAX" make
manufactured by M/s Berry Plastics
Corporation CPG USA/ India or DDX TM
Directional Drilling Kit of M/s
Canusa or of any other approved make
used for HDD crossings including supply
of coating materials
- Repair of all coating damages in the
pipe section to be laid by HDD
method by full encirclement sleeves
using suitable cut sections of
"DIRAX" make sleeves manufactured by
M/s Berry Plastics Corporation CPG
USA/ India or "DDX TM Directional
Drilling Kit" of M/s Canusa or of any
other approved make used for HDD
crossings including supply of repair
material,
- Fabrication of 89mm OD steel conduit
with an inner duct of 40mm OD
HDPE pipe for OFC, PU coating of the 89
mm OD steel conduit pipe,
- Supply & fixing of easy to install
heat shrinkable duct end caps
for HDPE duct for OFC,
- Carrying out air cleaning, gauge
pigging and pre-installation
hydrostatic testing of the complete
pipeline string, as per the
specifications, including repair of
defects and retesting etc.;
- Installation of the carrier
pipeline and OFC conduit below the
water body (canal/ drain/ nalla/ marshy
area etc.)/ Highway/ congested
area etc. as a bundle by single
horizontal directional drilling
operation to the correct profile as per
the approved procedure, design
& profiles using HDD Rig of adequate/

Amount

page 34

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
approved capacity, suitable
drill pipe, proper drilling fluid
including additives (suiting soil
& groundwater conditions etc.), drill
bit, reamer and approved
tracking system in different soil
strata at site including rock;
- Carrying out post-installation
hydrostatic testing;
- Carrying out post-installation
coating survey as per approved
procedure
- Restoration, clean-up and disposal
of drilling fluid, waste and all
other surplus materials etc.;
- Transportation of surplus
Owner-supplied pipes and OFC Cable to
the
designated stockpile location of the
Owner;
- Preparation of As-built drawings and
other records etc.
- All other works not specifically
listed herein, but required as per
specifications, drawings, provisions of
the contract document,
calculations and construction method
statement, leading to successful
completion of the works.
Note : 1) Payment shall be released in
stages as stipulated in the
Special Conditions of Contract.
2) Length of HDD for payment purpose
shall be considered as length
between hook-up points at both sides of
HDD.
3) Maximum lenght of single HDD
crossing shall be approximately 400 m.
00150
6,600.000
HDD across Highways/ Road crossings/
congested area/ Canal/ Drain/
Nala/ pond/marshy area/ rivulet
crossings as per Special Conditions of
Contract (SCC) or additionally required
as per site conditions - 10.75"
OD carrier pipe + OFC duct (bundle)

......

Amount

.......

page 35

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00160
Pipeline markers
Supply of all materials necessary for
fabrication and installation of
kilometre posts, direction markers and
warning signs at the locations as
per specifications, excavating &
grouting in cement concrete 1:2:4
, and all other works necessary for
fabrication & installation of the
markers including cleaning, priming &
applying two coats of coal tar
based epoxy paint on underground
portions, supply and application of one
coat of primer and two coats of epoxy
paint of approved colour and
quality on overground portion, stencil
letter cutting for number,
direction, chainage etc. and
restoration of site to original
condition
and all other acts, deeds, matters and
things and work, labour, inputs
and materials/ consumables necessary to
perform and complete the work in
all respects as per approved drawing &
specifications and as per
direction of Site Engineer /
Engineer-in-Charge.
00170
(a) Kilometre Post
00180
(b) Direction Marker
00190
(c) Warning Sign
00200
Boundary pillars
Providing and installing RCC
(1:1.5:3) boundary pillars as per
drawings on both edges of the ROW at
250 metres interval and at every
turning point and/or as directed,
including supply of all materials
necessary for the fabrication of the
pillars, casting and inscribing the

Amount

320.000

EA

......

.......

3,800.000

EA

......

.......

700.000

EA

......

.......

5,100.000

EA

......

.......

page 36

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
pillars, excavation of earth, fixing
the pillars & backfilling, applying
two coats of oil paint over one coat of
cement based primer on exposed
surface and work, labour, inputs &
materials/ consumables necessary to
perform and complete the work in all
respect under the contract and as
per directions of Site Engineer.

Amount

00210
Calliper survey / Electronic
Geometry Pigging (EGP)
Mobilisation/ demobilisation of pigging
tools, tackles, equipment,
consumables, accessories and personnel
by contractor at work site
including magnetic pig, electronic
geometry pig, pig tracking device,
preparation and cleaning of the
complete mainline / Mainline sections
including HDD sections under this
tender (but excluding HDD crossings
not included under the scope of this
tender and to be executed by
separate agency) by running series of
pigs for cleaning the line from
debris, water & making it dry for
launching calliper pigs, running of
magnetic pig for cleaning of ferrous
residue, launching and receiving
the electronic & standard calliper
pigs, including pig tracking at 5 to
10 km interval, data retrieval,
interpretation of data and submission of
reports in the form acceptable to the
Owner, including rectification of
defects observed from calliper survey,
including supply of all labour,
materials, equipment & instruments,
calliper pigs, fabrication of
launching & receiving
barrels,compressors, fuel etc. all
complete for
ascertaining the geometry of the
pipeline.
00220
(a) 10.75" OD mainline including all

320.000

KM

......

.......

page 37

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
HDD sections covered under this
tender but excluding HDD sections to be
executed under separate
contract)

Amount

00230
Preservation of Pipeline
(Optional)
Preservation of entire pipeline /
pipeline sections (including HDD
sections under this tender and HDD
sections not under this tender i.e.,
to be executed by separate agency) by
using inhibited water with uniform
inhibitor concentration adequate for 6
(six) months preservation period
as per manufacturer's recommendation
including arranging water, testing
of water, supply of inhibitor, all
equipment, manpower, consumables etc.
complete as per specifications and
direction of Site Engineer / Eng
ineer-in-Charge.
00240
(a) 10.75" OD mainline (including
all HDD sections covered under this
tender and HDD sections to be executed
under separate contract)

320.000

KM

......

.......

00250
Installation of Sectionalising
Valves on Mainline inside RCP /
MOV/CP Stations
Taking delivery of MOVs for mainline
from Owner's stockpile/ godown,
preparation of pup pieces of specified
length from owner supplied pipes
of higher wall thickness, welding of
pup pieces to both sides of valves,
providing instrument tappings in MOVs,
hydrostatically testing the
valves & installing at designated
locations on the mainline in
accordance with the specifications and
drawings, welding & 100%
radiography of weld joints, repair of
weld joints etc., complete in all
respect including all works and
page 38

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
material in foundation, RCC underground
valve supports etc., including PU
Coating of underground portions
and painting of overground portions
with aluminium paint over a coat of
primer, and including supply of all
materials (other than those
specifically undertaken to be supplied
by the Owner), consumables &
inputs complete as per specifications,
drawings & instructions of Site
Engineer / Engineer-in-Charge.
00260
(a)Installing 10.75" dia MOVs
inside RCP/ CP / MOV Station/
station locations in Mainline including
tappings for pressure
transmitter and plate for RTD mounting
as per specification & drawings,
supply of all materials other than
those specifically undertaken to be
supplied by the Owner, consumables,
inputs etc. as per specifications
and directions of Engineer-in-Charge.

29.000

EA

......

Amount

.......

00270
Tieing-in and Hook-up with HDD
Sections (executed by separate
agency) (Optional)
Carrying out tieng-in and hook-up with
the HDD sections of pipeline
across river crossings executed by
separate agency (under different
contract), including excavation/
trenching in all kinds of soil
including rock, cutting of pipe, making
field bends out of pre-tested
pipes to match the site requirement,
welding, carrying out 100%
radiography (by X-Ray), field joint
coating, backfilling and making
through the pipeline, etc. complete in
all respects.
Note: This item shall be operated under
specific instructions of
Engineer-in-Charge

page 39

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00280
14.000
EA
...... .......
(a) Tieing-in & Hook-up with 10.75"
HDD sections not under this
tender and executed by separate
agency.
00290
HOT PULLED BENDS
Taking delivery and transportation of
bare pipes from owner's
stockpile, transportation, unloading
the pipes at manufacturer's works
and fabrication of Hot pulled induction
bends (radius of curvature 6D /
as per approved drawing) as per
specification and delivery of hot pulled
bends to site including visual
examination, manual U.T. on the entire
weld seam, bevelling of ends as per API
5L, supply of all materials,
consumables, labour etc. as per
specifications and direction of Site
Engineer / Engineer-in-Charge.
00300
(a) HOT-PULLED BEND (90DEG - 60DEG)
from 10.75" OD x 0.500" WT, API
5L X-60 Grade pipe - bending radius as
per site requirement but not less
than 6D.

10.000

EA

......

.......

00310
Rock Trenching
Extra for rock trenching in Mainline
laying(covered under relevant items
of SOR) as classified by the
Engineer-in-Charge and performed by
pneumatic tools or by drilling and
blasting or by chiselling out
(excluding sand padding around mainline
pipe which shall be paid
separately) as per specifications,
approved procedure and instructions
of Engineer-in-Charge.
NOTE:
I. Payment shall be made for rock
actually excavated by pneumatic tools
/drilling and blasting /by chiselling
out or
page 40

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
calculated based on the trench
dimensions stipulated in the
specifications/drawings.
II. Item shall be operated under
specific instructions from
Engineer-in-Charge
III. Blasting operation shall be
carried out only by authorized and
trained / skilled manpower, as per
approved procedure, and taking due
care & precaution to adjoining
Pipelines, property, people, livestock
etc.
IV. Controlled blasting may be allowed
for laying the pipelines at a
mininmum centre to centre distance of
5.0 m from existing operating
pipeline.
V. Sand padding around mainline pipe
shall be paid separately as per
relevant item in SOR.
VI. Additional 150mm depth of
excavation to be carried out in rocky
area
to accomodate sand padding.
00320
(a) Rock Trenching for 10.75" OD
Mainline

100.000

M3

......

Amount

.......

00330
Sand Padding (in Rocky
areas)
Supplying, providing and filling fine
sand in trenches in hard rocky
stretches from 150mm below the bottom
of pipe upto 150mm above pipe top
(for the complete specified trench
width)
Note:
I. Item to be operated under specific
instructions from
Engineer-in-Charge
II. Cost of additional depth of 150mm
trenching for this item shall be
paid in item for "Extra for Rock
trenching"

page 41

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00340
100.000
M
...... .......
(a) For 10.75" OD Mainline
00350
SAND PADDING (AT SEISMIC FAULT
LOCATIONS)
Supplying, providing and filling fine
sand in trenches at Seismic Fault
location crossing or running parallel
to pipeline (including additional
500 mm deep & 200/300 mm wide
trenching) around mainline pipe for
providing a minimum padding thickness
of 500 mm on top as well as at
bottom of the mainline pipe(for the
complete trench width).
Note:
(i) Item to be operated under specific
instructions from
Engineer-in-Charge.
(ii) Cost of additional depth of 500mm
& width of 200/300 mm trenching
for this item shall be included in this
item itself.
00360
(a) For 10.75" OD mainline pipe

1,000.000

......

.......

......

.......

00370
Sand Padding (in other
areas)
Supplying, providing and filling fine
sand in trenches in stretches
other than normal soil & hard rock from
150mm below the bottom of pipe
upto 150mm above pipe top (for the
complete specified trench width)
Note:
I. Item to be operated under specific
instructions from
Engineer-in-Charge.
II.Cost of additional depth of 150mm
trenching for this item shall be
included in this Item itself.
00380
(a) For 10.75" OD Mainline

100.000

page 42

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00390
Rock Shield
Supplying and providing approved type
of extruded High density
polyethylene mesh (rock shield) on
mainline pipe to protect the coating
against rocky soil including supply of
all inputs such as labour,
materials, equipment, consumables etc.
necessary to perform and complete
the work in all respect in accordance
with the specifications and
instructions of Site Engineer /
Engineer-in-Charge.
Note: Proper lateral as well as
transverse overlap shall be provided to
the rockshield wrapped around the pipe
as per specifications /
manufacturer's recommendation.
00400
(a) For 10.75" OD Mainline

500.000

......

Amount

.......

00410
Commissioning assistance
Supply of all materials, consumables,
providing all equipment &
resources for the complete activity of
commissioning of Liquid Petroleum
Gas (LPG) Pipeline including Mainline
and Stations with proper
pressurization of mainline and station
piping with Nitrogen, batch
pigging followed by vaporized LPG and
effective line fill by
pressurization of line fill LPG as per
approved procedure and
Specification requirement including
providing expert services for
vetting of commissioning procedure and
presence of expert to guide &
monitor the complete commissioning
activities, providing all
supervisory/expert services, other
manpower and all resources for the
execution of the complete service
meeting with international practices
and standards, observing all statutory
and other governing rules &
page 43

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
standards in all respect and as per the
approved scheme and
guidance/direction of Engineer - in Charge.
i)
The Lump Sum offer shall be
inclusive of supply of nitrogen, pig
train, all consumables, taxes, duties
and service taxes as applicable.
ii)
IOCL's responsibility shall be
limited to arrangement of
a)
Fire tender
b)
Ambulance
c)
Water supply
d)
Providing LPG in tanker truck and
subsequently lining up of the
pipeline system for LPG line fill.
00420
i)Haldia-Durgapur Section (268.40 KM
approx.)

1.000

SU

......

.......

00430
ii) Mahishrekha-Budge'Budge Section
(21.00 KM approx.)

1.000

SU

......

.......

00440
iii) Belmuri-Kalyani Section (35.40 KM
approx.)

1.000

SU

......

.......

00450
Design, detailed engineering,
installation of OFC conduit across
rivers/canals/highways etc. by HDD
method, Complete work for the
crossing (between the limits, as
indicated in the approved drawings)
including mobilization &
de-mobilization at site(s), supply of
all
materials as per the `Scope of Supply'
and all consumables, equipment,
manpower & other resources and
arranging the required land for site
preparations and execution of, but not
limited to, the following works
in accordance with the specifications,
drawings and as per all
provisions of the contract document and
instructions of the Owner.
page 44

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Interpretation of data of hydrological
/ geo-technical surveys furnished
by the Owner, carrying out fresh
topographic survey of the river bed &
developing new bed profile drawing for
the crossing location, carrying
out additional surveys required for
collecting data relevant to design
and construction of the crossing,
performing all engineering & design
calculations, preparation of all
necessary construction drawings for
approval of the Owner as per the
provisions of contract document,
preparation of detailed construction
method statement and design
analysis.Complete site preparation
including arranging of additional
required land beyond ROW provided by
Owner, setting up of fabrication
yard, preparation of temporary
arrangement for pipeline stringing,
launching etc.
-Pre-construction surveys and
collection of all necessary data related
to Site, underground utilities etc.
- Fabrication of 89mm OD steel conduit
with an inner duct of40mm OD HDPE
pipe for OFC, PU coating of the 89mm OD
steel conduit pipe.
- Supply & fixing of easy to install
heat shrinkable duct end caps
for HDPE conduit for OFC.
- Carrying out air cleaning of the
complete pipeline stringInstallation of the OFC conduit below
the river/canal/highway etc. bed
by single horizontal directional
drilling operation to the correct
profile as per the approved drawings.
-Restoration, clean-up and disposal of
drilling fluid, waste and all
other surplus materials etc.Transportation of surplus owner-supplied
OFC cable to the Owner's designated
storage location-Preparation of
as-built drawings and other records etc.
- All other works not specifically
listed herein, but required as per

Amount

page 45

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
specifications, drawings, provisions of
the contract document,
calculations and construction method
statement, leading to successful
completion of the works.
Note:
1) Payment shall be released in stages
as stipulated in the Special
Conditions of Contract.
2) Length of HDD for
payment purpose shall be considered as
length between hook-up points at both
sides of HDD.
00460
i) 89mm OD MS pipe -2 nos. bundled

70.000

......

Amount

.......

RFQ ITEM NO.00030 MAINLINE- PHDLPG COMPOSITE (GROUP B)


B CIVIL WORKS-COMPOSITE
00010
EARTH WORK
00020
Site cleaning work of the ground in all
kinds of soil including clearing
the area by removing rank vegetation
and in-equalities, cutting of
shrubs, grass, brush wood, trees and
saplings of girth upto 30 cm
measured at a height of 1 m above
ground level, stacking and disposing
of rubbish out of plot area to an
unobjectionable area as directed by
Site Engineer. The roots of the trees
shall be removed to a minimum
depth of 60 cm below ground level or 30
cm below formation level or a
minimum of 15 cm below sub grade level
whichever is lower and the
hollows filled up with earth levelled
and rammed complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.

page 46

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00030
70,000.000
SQM ...... .......
(i) West Bengal
00040
Earth work in excavation in all kinds
of soil except hard rock requiring
blasting for foundation trenches, upto
any depth including trimming of
sides of the trenches, dressing,
ramming and levelling the bottom of
the trenches correct to level, grade
etc. including bailing out of
water, if any, filling in sides of
foundation trenches, plinth etc.
with the excavated earth available
and/or depositing the excess earth
within station area limits, in layers
not exceeding 20 cms. thick,
consolidating each deposited layer by
ramming, watering, dressing to
level and grade , complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.
00050
a) Depth upto 1.5 m (measured from
original ground level)
00060
(i) West Bengal

12,700.000

CUM

......

.......

4,000.000

CUM

......

.......

00070
b) Depth between 1.5 m to 5 m
00080
(i) West Bengal

00090
Supplying all labour, materials, tools,
spray pumps etc. for making
pre-constructional anti-termite
treatment & creating a continuous
chemical barrier under & all round the
column pits, wall trenches, top
surface of plinth filling, junction of
wall & floor, along the exterior
perimeter of the building, , complete
page 47

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
in all respects inclusive of cost
of all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer.
Note: Total plinth area of the building
shall be measured for payment.
00100
(i) West Bengal

1,120.000

Amount

SQM

......

.......

34,600.000

CUM

......

.......

690.000

CUM

......

.......

00110
Supplying and filling selected earth/
moorum (excluding black cotton
soil) from Contractor's own borrow
areas including royalty, with all
leads and lifts in low laying areas and
filling to required grade and
level including watering, compacting at
optimum moisture content to 90%
of Proctor's density, consolidation and
rolling with 8 to 10 tonne
power roller in layers not exceeding
20 cm thickness, complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.
00120
(i) West Bengal
00130
Supplying and filling selected earth/
moorum (excluding black cotton
soil) from Contractor's own borrow
areas including royalty, with all
leads and lifts in plinth including
watering, compacting in layers not
exceeding 20cm thickness, complete in
all respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer.
00140
(i) West Bengal

page 48

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00150
Supplying and filling coarse sand under
floors, in foundations and
plinth including cost-of sand, royalty,
transportation, loading ,
unloading, spreading in layers not
exceeding 20 cm., watering, ramming,
compacting, dressing and levelling etc.
complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00160
(i) West Bengal

1,450.000

CUM

......

Amount

.......

00170
PILLING WORKS
00180
Boring, providing & installing
cast-in-situ single under reamed
concrete piles in foundation trenches
for all types of soil, using auger
boring or any other suitable device
alongwith necessary temporary casing
pipes for prventing collapse of bore
holes and ingress of ground water,
with reinforced cement concrete of
nominal mix 1:1.5:3 (1 cement: 1.5
coarse sand : 3 graded stone aggregate
20 mm nominal size) reinforced
with steel bars as per details
indicated in the drawing including cost
of all materials (except steel
reinforcement), manpower and
mobilisation
of all necessary boring and concreting
equipments at site including
erection of rigs, clearing,
de-mobilisation of all equipments and
restoration of site, removal of bored
earth/debris from the trench to
low lying areas within station area
limit, protection of bore holes
till the time of concreting, dewatering
of bore hole wherever required,
applying bentonite slurry, providing of
page 49

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
shoring/ underpinning of exposed
sides of foundation trench wherever
required and providing of
necessary safety barricades, chipping
of top portion of pile for pile
cap connection, curing etc. complete
in all respects inclusive of cost
of all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer.
Note: In foundation work, OPC cement
with C3A content from 5 to 8%/ PPC/
PSC shall be used .

Amount

00190
a) 300 mm diameter pile upto 6 m depth
00200
(i) West Bengal

2,880.000

......

.......

81.000

......

.......

00210
b) 300 mm diameter pile beyond 6 m
depth
00220
(i) West Bengal
00230
Note:- Length of pile for payment shall
be measured from the bottom of
pile cap only. Cost of reinforcement
shall be paid separately under
relevant item of SOR.
00240
LOAD TEST ON PILES
00250
Conducting pile load tests on under
reamed piles in accordance with IS
2911 (latest edition) including
installation of loading platform,
preparation of pile head or test cap,
submission of test report complete
in all respects inclusive of cost of
labour,material,equipment,tools
,tackles etc as directed by engineer in
charge.Note;This item shall be
page 50

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
operated under specific instruction of
engineer in charge)

Amount

00260
A) Test Column
00270
a) Initial vertical static load test on
single pile
00280
(i) West Bengal

3.000

EA

......

.......

3.000

EA

......

.......

CUM

......

.......

00290
B) Job Column
00300
a) Initial vertical static load test on
single pile
00310
(i) West Bengal
00320
Note: This item shall be operated under
specific instruction of
engineer-in-charge
00330
PLAIN CONCRETE WORK
00340
Providing and laying cement concrete
of mix 1:4:8 (1 cement:4 coarse
sand :8 graded stone aggregate 40 mm
nominal size) for foundation
works at all depths including ramming,
dewatering & shuttering etc.
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per drawings,
specifications and direction of
Site Engineer.
00350
(i) West Bengal

1,375.000

00360
Providing and laying cement concrete,
page 51

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
grade of mix 1:3:6 (1 cement :3
coarse sand : 6 graded stone aggregate
40 mm nominal size) in
foundation, floors, bed of drains etc.,
including ramming, de-watering,
shuttering, shoring, strutting, curing
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00370
(i) West Bengal

Amount

230.000

CUM

......

.......

170.000

CUM

......

.......

35.000

CUM

......

.......

00380
Providing and laying cement concrete,
grade of mix 1:3:6 (1 cement :3
coarse sand : 6 graded stone aggregate
20 mm nominal size) in
foundation, floors, bed of drains etc.,
including ramming, de-watering,
shuttering, shoring, strutting, curing
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00390
(i) West Bengal
00400
Providing and laying cement concrete,
grade of mix 1:2:4 (1 cement :2
coarse sand : 4 graded stone aggregate
20 mm nominal size), in
foundation, floors, bed of drains,
including ramming, de-watering,
shuttering, shoring, strutting, curing
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00410
(i) West Bengal

page 52

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00420
Providing and laying cement concrete
1:2:4 (1 cement:2 coarse sand :4
graded stone aggregate 10 mm down size)
mixed with approved brand of
water proofing compound @ 1kg/bag of
cement, in roof grading, coping, in
bed concrete etc at all heights &
depths, including providing centering
and shuttering, scaffolding, watering,
curing, vibrating, etc. complete
in all respects inclusive of cost of
all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer.
00430
(i) West Bengal

Amount

70.000

CUM

......

.......

1,450.000

SQM

......

.......

00440
Providing and laying 40 mm thick CC
1:2:4 damp proof course with cement
concrete 1:2:4 ( 1 cement : 2 coarse
sand : 4 graded stone chips 6 mm
down size) laid to proper level & line
including providing shuttering,
applying two coats of bitumen applied @
1.50 kg/m2 and spreading an even
layer of coarse sand over hot bitumen,
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00450
(i) West Bengal
00460
Providing plinth protection 50mm thick
of cement concrete 1:3:6 (1
cement: 3 coarse sand: 6 graded stone
aggregate 20 mm nominal size) over
75 mm bed of dry brick ballast 40 mm
nominal size well rammed &
consolidated & grouted with fine sand
including finishing the top smooth
etc. complete in all respects
page 53

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00470
(i) West Bengal

Amount

780.000

SQM

......

.......

3,100.000

CUM

......

.......

1,860.000

CUM

......

.......

00480
REINFORCED CEMENT CONCRETE
00490
Providing and laying structural
reinforced cement concrete work
(1:1.5:3) conforming to IS:456 (1
cement : 1.5 coarse sand : 3 graded
stone aggregate 20 mm nominal size) at
all heights and depth for
construction of beams, columns,
staircases chajja, roof slabs, facia,
canopies, fins, porch, water tank etc.
including providing centering,
shuttering, staging, scaffolding, form
work etc compacting with
mechanical vibrator, curing etc.
complete in all respects inclusive of
cost of all labour, materials, tools,
tackles etc. as per drawings,
specifications and direction of Site
Engineer. (Payment for
Reinforcement shall be made as per
relevant item of SOR).
00500
a) In foundation, plinth,ramps etc.
Note: In foundation work, OPC cement
with C3A content from 5 to 8%/ PPC/
PSC shall be used .
00510
(i) West Bengal
00520
b) In superstructure at all floors for
maximum staging height of 10 M
00530
(i) West Bengal

page 54

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00540
Supplying and providing reinforcement
(for reinforced cement concrete
works) Thermo-mechanically treated
HCR/CRS Fe 500 bars conforming to
IS:1786 including initial straightening
of coiled/uncoiled bars, removal
of loose rust, cutting, bending to
correct size & shape, binding with 18
gauge G.I. wire at each intersection
and placing at any position, at any
height and depth complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.
00550
(i) West Bengal

583.000

Amount

TON

......

.......

KG

......

.......

00560
Supplying and using water proofing
compound like cico, puddle or any
other approved brand with cement
plaster / CC / RCC complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per specifications and direction of
Site Engineer.
00570
(i) West Bengal

4,700.000

00580
Supplying and providing non-shrinkable
cement grout (Shrinkkomp 20 or
any other equivalent approved brand)
for grouting holding down bolts in
pocket holes for equipment foundation,
including necessary surface
preparation mixing of grout, curing as
per manufacturer's
recommendation/ specification and
direction of the Site Engineer.
Note- This item shall be operated under
specific instruction of
Engineer-in-charge and paid on the
basis of dry weight of grout powder
used.
page 55

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00590
(i) West Bengal

210.000

Amount

KG

......

.......

SQM

......

.......

CUM

......

.......

00600
BRICK WORK
00610
Supplying and laying flat brick soling
in foundation trench, in floors,
garages, sumps, etc., with bricks of
class designation 50 laid to
proper slope, level and grade etc.
filling of the joints with sand
etc. complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00620
(i) West Bengal

1,010.000

00630
Brick work with bricks of class
designation 50 in cement mortar 1:6 (1
cement : 6 coarse sand) at all heights
and depths laid to proper
position line, level as per the
drawings and specifications including
providing necessary scaffolding,
staging, raking out of joints, curing
etc. complete in all respects inclusive
of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00640
a) In foundation, plinth etc.
00650
(i) West Bengal

2,300.000

00660
b) In superstructure all floors, mumty
parapet etc at all heights with
maximum staging height of 10 m.

page 56

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00670
4,850.000
CUM ...... .......
(i) West Bengal
00680
Providing half brick masonry work with
bricks of class designation
50/Concrete block masonry with block of
class designation D(5.0) in
partition wall for all depths and
height in cement mortar 1:3 (1
cement : 3 coarse sand) including
providing and fixing 2 nos. 6 mm dia
M.S. bars at every fourth course,
(inclusive of cost of
reinforcement), providing labour,
scaffolding, staging, raking out of
joints etc complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00690
(i) West Bengal

30.000

SQM

......

.......

00700
GENERAL STRUCTURAL STEEL WORK
00710
Supplying, fabricating and fixing M.S.
structural steel work made of
joists, tubes, pipes, channels, angles,
plates, flats, bars etc. for
struts, chain link fencing posts as per
drawing including gate,
ladders, safety grills, walkways,
collapsible gate, signboards, supports
for cable trench, making slots for
barbed line, wire hoisting, placing
in position, embedding in concrete,
applying two coats of epoxy paint
"EPILUX 155 High Build Enamel over a
coat of EPILUX 610 Primer of M/s
Berger or any other approved equivalent
make as per manufacturer#s
recommendation, complete in all respect
including cutting to required
size welding of joints, fixing anchor
plates,bolts, theading, nuts,
page 57

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
washers, sleeves etc. and necessary
lettering of approved pattern on
main gate, signboards etc.complete in
all respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer. (excluding the cost of
concrete work).
00720
(i) West Bengal

Amount

70.000

TON

......

.......

160.000

SQM

......

.......

00730
Supplying, fitting and fixing steel
rolling shutters with 1.25 mm thick
80 mm M.S. sheet laths of approved
type, machine rolled and straightened
with an effective bridge depth of 16
mm, lath interlocked together
throughout the entire length fitted
with heavy type 27.5 cm long steel
wire springs, grade No.2, fixed inside,
C.I. housing fitted with two
self aligning ball bearing on each
housing on heavy type solid drawn
seamless steel tube complete with
locking arrangements (both inside and
outside), specially built-up side guide
channels including providing a
head cover for the steel rolling
shutter in the room, applying two
coats of synthetic enamel paint over a
coat of red oxide zinc phosphate
primer as per manufacturer#s
recommendations, complete in all
respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00740
(i) West Bengal
00750
Extra for providing grilled rolling
shutters manufactured out of 8mm
dia. M.S. bar instead of laths as per
page 58

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
design approved by Engineer-in
Charge including necessary painting
etc.(Note: Only area of grill to be
measured for this item)
00760
(i) West Bengal

7.500

Amount

SQM

......

.......

......

.......

EA

......

.......

00770
Supplying, fitting and fixing hot dip
galvinised barbed line wire
through holes in fencing posts (already
made in the body of the post),
tightening and fixing the wire in tight
condition with straining bolts
(straining bolts at end post) including
the cost of cutting and lapping
joints, making holes, straining bolts,
galvanised staples, binding wires
etc. complete in all respects inclusive
of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00780
(i) West Bengal

20,600.000

00790
Supplying and fixing circular /
hexagonal MS sheet ceiling fan box
with clamp,
140mm internal dia, 73mm
height, 3mm thick rim bottom,
and top lid of 1.5mm thick M.S. sheet
lids shall be screwed into the
M.S, box by means of 3 mm dia round
headed screws, clamps shall be
made of 12mm dia M.S. bar bent to shape
as per standard drawings with
over all length as 80 cm complete in
all respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer.
00800
(i) West Bengal

60.000

page 59

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00810
Supplying and placing in position 5 mm
thick steel chequred plates over
cable ducts, valve pits etc. including
provision for lifting
arrangements complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and
direction of Site Engineer.
00820
(i) West Bengal

440.000

Amount

SQM

......

.......

......

.......

00830
Supplying, fitting and fixing Punched
tape concertina spiral coil of 50
turns per coil having core wire of
2.6mm dia made of high carbon spring
steel of high tensile strength as per
IS 4454 part - I grade II having
minimum galvanising coating thickness
equivalent to 230 grams per square
metre and low carbon steel strip of 0.5
mm thickness having a series of
barbes punched all along the length on
both sides of the strip at
regular interval as per IS 513, DD
quality having minimum galvanising
coating thickness of 12 microns.
Hardness of tape should be between
137-180 VPN (Victor Penetration
Number). The coil should be clipped
sufficiently at regular intervals. The
coil should not be stretched for
more than 6.0 Metre length and the
minimum diameter of the coil in the
closed condition should not be less
than 600 mm complete in all respects
inclusive of cost of all labour,
materials, tools, tackles etc. as per
drawings, specifications and direction
of Site Engineer.
00840
(i) West Bengal

5,150.000

00850
ANODISED ALUMINIUM WORK
page 60

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00860
Providing and fixing fully glazed
single/double leaf doors (one side or
both side opening) made of powder
coated (70 microns) Ivory / White /
Coloured (approved shade) with 5.5 mm
thick plain glass (best Indian
make ) fitted and fixed with box type
101.6 x 44.45 x3.18 mm Aluminium
frame (JINDAL/ HINDALCO/AJIT INDIA)
with snap beading and glazing
clips, anodised transparent or dyed to
required shade according to
IS-1868, neoprene cushion, top pivot,
locking arrangement hand rail,
all accessories etc. complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.
NOTE : Aluminium doors provided for
toilet shall consist of single layer
of 5.5 mm thick frosted glass in place
of transparant or coloured glass,
for which no extra payment shall be
made.
00870
(i) West Bengal

110.000

SQM

......

.......

00880
Providing and fixing louver type glazed
ventilator made of powder
coated (70micrones) Ivory / White /
Coloured (approved shade) standard
Aluminium section of JINDAL/INDALCO/
AJIT INDIA/ HINDALCO or equivalent
approved make fixed with necessary
galvanised iron lugs embedded in
cement concrete block of size
15x10x10cms in 1:2:4 mix or with rawl
plug and screws or nuts and bolts as
required including providing and
fixing 5 mm thick glass in the louver
panes and wire mesh shutter at
inside of the main wall frame with
rubber gasket, frame, aluminium
handles, peg stays etc. complete in all
page 61

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
respects inclusive of cost of
all labour, materials, tools, tackles
etc. as per drawings,
specifications and direction of Site
Engineer.
00890
(i) West Bengal

Amount

120.000

SQM

......

.......

66.000

EA

......

.......

00900
Providing and fixing double action
hydraulic floor springs (Floor type
door closers) of EVERITE or equivalent
approved make complete in all
respects inclusive of cost of all
labour, materials, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.
00910
(i) West Bengal
00920
FLOORING
00930
Providing and laying precast terrazzo
tiles 20mm thick (net after
cutting and polishing) of approved make
with marble chips of desired
colours & sizes, over a 20mm bedding of
cement-sand mortar of proportion
1:4, including filling joints with
grout of matching colour, preparation
of substrata, cutting the edges of
tiles, cutting, grinding, sloping,
curing, acid cleaning, wax-polishing,
finishing, etc., all complete in
flooring, steps, skirting, paving and
in other locations (with required
sizes and pattern), at all levels as
per specifications, drawings and
directions of the Engineer. The topping
of tiles shall be as under.
00940
a)
with tiles of NITCO/ DECO/MOGHAL
or approved equivalent make,
manufactured using 50% white and 50%
page 62

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
ordinary cement and approved colour
pigment (medium shade).
00950
(i) West Bengal

Amount

60.000

SQM

......

.......

80.000

SQM

......

.......

430.000

SQM

......

.......

00960
Supplying and providing 600 x 600 mm
Kota stone slab (machinecut edges)
25 mm avg thick, suitable for use in
steps, treads, etc over a base
layer of 20 mm (average) thick cement
mortar 1:4 (1 cement : 4 coarse
sand) laid and jointed with grey cement
slurry complete in all respect
including rounding of edges, rubbing,
polishing, all complete as per the
direction of Engineer-in-Charge.
00970
(i) West Bengal
00980
Providing and laying Ceramic floor
tiles of size 300X300 mm of 10mm
thickness 1st quality conforming to IS:
15622 of approved make and
colours laid on 20 mm thick cement
mortar 1:4 (1 cement: 4 coarse sand)
including pointing the joints with
white cement and matching pigment etc
complete as per specification and
direction of Engineer-in-Charge/Site
Engineer.
00990
(i) West Bengal
01000
Providing and fixing 2 mm. thick P.V.C.
(BHOR or equivalent make)
sheet/ tile flooring on a smooth and
damp proof base using rubber
based adhesives including rolling with
light wooden roller weighing
about 5 kg. all complete including
cost of preparation of subgrade,
damp proof course consisting of 30mm
thick cement concrete 1:2:4 [1
page 63

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
cement: 2 coarse sand :4 graded stone
aggregate 12.5 mm nominal size] as
directed by the Site Engineer.
01010
(i) West Bengal

Amount

70.000

SQM

......

.......

1,050.000

SQM

......

.......

SQM

......

.......

01020
Providing and laying of acid resistant
tiles in flooring and dado/
skirting uniformly laid over a layer of
bituminastic compound with
joints 6 mm wide filled with hot
plasticised sulphur/ cement complete in
all respects inclusive of cost of all
labour, materials, carriages etc.
as per specifications.
01030
(i) West Bengal

01040
Providing and laying 52mm thick cement
concrete flooring with metallic
hardner, under layer of 37mm thick
cement concrete 1:2:4 (1 cement :2
coarse sand :4 graded stone aggregate
20 mm nominal size) and top layer
of 15 mm thick metallic concrete
hardner consisting of mix 1:2 (1 cement
:2 stone aggregate 6 mm nominal size)
by volume with which metallic
hardening compound such as IRONITE NO.1
of Ironite cCo. of India Ltd. or
aproved equivalent mixed in the ratio
4:1 (4 parts of cement :1 part of
metallic floor hardening compound of
approval quality) by weight,
inclusive of cost of finishing, labour,
material, equipments etc. as per
direction of Site Engineer.
01050
(i) West Bengal

45.000

01060
ROOFING

page 64

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01070
Providing and laying APP (Atactic
Polypropylene Polymer) modified
prefabricated five layer 3 mm thick
water proofing membrane reinforced
with non-woven polyester matt of
approved make including preparing the
roof surface, applying coat of
requisite primer of same manufacturer,
laying membrane over the primer coat by
using butane torch, sealing all
the joints, providing top cover of non
woven geotextile mat 1 to 1.25 mm
thickness, bonded to the membrane by
heating with butane torch etc.
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per
manufacturer's recommendations,
specifications and direction of Site
Engineer. The work shall be
carried out by authorised applicator of
the manufacturer of the
membrane.
01080
(i) West Bengal

1,860.000

Amount

SQM

......

.......

......

.......

01090
Supplying and fixing (at all heights)
in position UPVC down take rain
water pipes conforming to IS: 13952
Type-A including jointing with seal
ring conforming to IS - 5382 leaving
10mm gap for thermal expansion,
fixing with suitable clamps, fixing of
necessary specials like bends,
shoes etc., cutting of brick work and
fixing in cement mortar 1:4 (1
cement : 4 coarse sand) including
making good the wall all complete as
per specifications and direction of
Site Engineer.
01100
a) 110 mm dia pipe
01110
(i) West Bengal

360.000

page 65

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

01120
Providing gola 75x75 mm in cement
concrete 1:2:4 (1 cement : 2 coarse
sand : 4 stone aggregate 10mm and down
gauge) including finishing with
cement mortar 1:3 (1 cement : 3 fine
sand) as per standard design
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per drawings,
specifications and direction of
Site Engineer.
01130
(i) West Bengal

600.000

......

.......

175.000

EA

......

.......

01140
Making khurras 450 x 450 mm with
average minimum thickness of 5 cm
cement concrete 1:2:4 (1cement:2 coarse
sand: 4 graded stone aggregate
of 20 mm nominal size) over P.V.C
sheet 1000 mm x 1000 mm x 400 micron,
finished with 12 mm cement plaster 1:3
(1 cement : 3 coarse sand ) & a
coat of neat cement rounding the edges
and making and finishing the
outlet complete.
01150
(i) West Bengal
01160
FINISHING
01170
Providing 15 mm thick plaster to
internal & external walls
at all
heights/depths with cement mortar 1:6
(1 cement :6 fine sand) finished
smooth/rough including raking out
joints, rounding off and chamfering
corners, making drip course moulding,
roughening of brick surface,
curing for etc. complete as per
specifications.

page 66

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01180
33,950.000
SQM ...... .......
(i) West Bengal
01190
Providing 6 mm thick cement plaster 1:4
(1 cement : 4 fine sand) with
cement mortar to soffits of slab, sides
of beams, columns faces and all
exposed concrete surfaces at all
heights roughening of concrete surface
including rounding off and chamfering
corners, curing etc. complete as
per specifications.
01200
(i) West Bengal

17,250.000

SQM

......

.......

2,300.000

SQM

......

.......

1,010.000

......

.......

01210
Providing 15 mm thick cement plaster
1:4 (1 cement : 4 coarse sand) with
sand and cement mortar in drains
including raking out joints, with
finished coat of neat cement punning
including curing etc. inclusive of
cost of all labour, materials etc.,
complete as per specifications.
01220
(i) West Bengal
01230
Extra for providing grooves of uniform
size 12 x 12 mm and upto 15x15
mm in plaster of size as per approved
pattern using wooden battens,
nail to the under layer including
removal of wooden battens repair to
the edges of panels and finishing the
groove complete as per direction
of Engineer-in-Charge.
01240
(i) West Bengal
01250
Providing & fixing galvanized chicken
wire net 20 gauge, 20mm mesh in
plastering work at the junction of RCC
columns/beams & brick work as
page 67

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
directed by Site Engineer.
01260
(i) West Bengal

Amount

1,010.000

SQM

......

.......

1,020.000

SQM

......

.......

3,100.000

SQM

......

.......

01270
Supplying and applying three coats of
white washing/colour washing over
plastered surfaces to give an even
shade including preparation of
surface with putty, scaffolding etc.
complete in all respects inclusive
of cost of all labour, materials,
tools, tackles etc. as per
manufacturer#s recommendations,
specification and direction of Site
Engineer.
01280
(i) West Bengal
01290
Supplying and applying two coats of
acrylic washable distemper of
approved brand, of required shade
over a coat of distemper primer over
plastered wall surface, including
preparation of surface with putty,
sand papering, scaffolding etc.
complete in all respects inclusive of
cost of all labour, materials, tools,
tackles etc. as per manufacturer#s
recommendations, specification and
direction of Site Engineer.
01300
(i) West Bengal
01310
Supplying and applying three coats of
water proof cement based paints
like Snowcem-Plus or other equivalent
approved brand, of required shade
including scrapping of surface
thoroughly, curing, scaffolding etc.
complete in all respects inclusive of
cost of all labour, materials,
tools, tackles etc. as per
manufacturer#s recommendations,
page 68

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
specification and direction of Site
Engineer.
01320
(i) West Bengal

36,200.000

Amount

SQM

......

.......

130.000

......

.......

130.000

......

.......

130.000

......

.......

130.000

......

.......

01330
ROAD, DRAINAGE, SANITARY & MISC WORK
01340
Supplying and laying reinforced cement
concrete light duty hume pipe,
non pressure type (NP3), centrifugally
cast conforming to I.S.458 with
1:3:6 concrete casing at joints as
required with necessary slope
including excavation, backfilling,
supply of collars, jointing of pipes
with stiff mixture of cement mortar in
the proportion of 1:2 ( 1 cement:
2 fine sand), testing of joints,
complete in all respects as per
specifications, drawing and the
direction of the EIC/Site Engineer.
01350
a) 600 mm dia
01360
(i) West Bengal
01370
b) 450 mm dia
01380
(i) West Bengal
01390
c) 300

mm dia

01400
(i) West Bengal
01410
d) 250

mm dia

01420
(i) West Bengal

page 69

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01430
e) 150 mm dia
01440
(i) West Bengal

130.000

Amount

......

.......

4,300.000

SQM

......

.......

450.000

CUM

......

.......

01450
Preparation of subgrade by box cutting
upto 400 mm depth, dressing to
camber & consolidating the subgrade
with road roller, ensuring correct
level & grade, making good the
undulations, disposal of surplus earth
as
per direction of the Site Engineer, in
layers not exceeding 200 mm.
thick, consolidating each deposited
layer by ramming, watering, dressing
to level and grade complete in all
respect as per specification.
01460
(i) West Bengal
01470
Supplying and laying sub-base coarse
(100 mm finished thickness) of
water bound macadam in layers not
exceeding 100 mm finished thickness
each with graded stone aggregate of 90
to 45 mm size including graded
stone screening of 13.2 mm size as
packing material, binding material,
consolidating each layer with 8 - 10
ton road roller etc. complete in
all respects as per specifications and
direction of Site Engineer
01480
(i) West Bengal
01490
Supplying and laying base course (75 mm
finished thickness) of water
bound macadam in layers not exceeding
75 mm finished thickness each with
graded stone aggregate of 53 mm to
22.4 mm size including graded stone
screening of 11.2 mm size, binding
page 70

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
material, spreading to template,
consolidating each layer with 8 to 10
tonnes road rollers etc. complete
in all respects as per specifications
and direction of Site Engineer.
01500
(i) West Bengal

Amount

320.000

CUM

......

.......

400.000

CUM

......

.......

01510
Providing, mixing, placing , vibrating,
curing, vacuum dewatered,
Reinforced cement concrete having
minimum flexural strength of 40Kg/ cm2
(with minimum cement content of 350 Kg
per Cum of finished concrete) in
pavement & roads using graded stone
aggregate 20mm maximum size
including the cost of MS Channel
formwork, vibrating using screed
vibrator, power floating the top
surface, de-shuttering of form work,
curing, etc. (but excluding the cost of
reinforcement), complete at all
heights/levels including scaffolding.
(Contractor to establish concrete
mix design as per Indian Standard
Specification).
01520
(i) West Bengal
01530
Supplying & fixing in position pre-cast
cement concrete 1:2:4 (1 cement
: 2 coarse sand : 4 stone aggregate)
kerb stone of size 450 mm high, 150
mm average thick & 600 mm long, each
stone joined with 12 mm thick
cement mortar 1:3 (1 cement : 3 coarse
sand) over a base of cement
mortar, including excavation, bed
concrete 300 wide & 100 thick in
cement concrete 1:3:6 concrete,
painting of exposd surfaces etc.
complete in all respects inclusive of
cost of all materials, labour,
tools, tackles etc. as per
specifications and direction of Site
page 71

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Engineer.
01540
(i) West Bengal

2,600.000

Amount

......

.......

400.000

SQM

......

.......

400.000

SQM

......

.......

01550
Preparation of subgrade exavation of
earth to an average depth of 20cm
for pathway, dressing to camber,
compacting including making good the
undulations, watering, disposal of
surplus earth etc. complete in all
respects inclusive of cost of all
materials, labour, tools, tackles etc.
as per specifications and direction of
Site Engineer.
01560
(i) West Bengal
01570
Providing & laying 50 mm thick
pre-cast cement concrete blocks made of
cement concrete 1:2:4 (1 cement :2
coarse sand :4 graded stone aggregate
10mm nominal size) of size 450x450mm in
pavement jointed with cement
mortar 1:3 (1 cement : 3 Coarse sand)
including levelling, sub base
preparation etc all complete as
directed.
01580
(i) West Bengal
01590
Providing and fixing glazed vitreous
China Oval wash basin of 560x410 mm
size of Hindware make (Cat No. - 10017)
or equivalent approved make with
MS or CI brackets painted white, C.P.
brass chain with rubber plug, 32
mm CP brass waste coupling of standard
pattern, 32 mm CP brass bottle
trap and union, 32 mm dia C.P. pipes to
wall flange etc.
including
cutting and making good the walls &
floors where required complete in
all respects inclusive of cost of all
page 72

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
required fittings, fixtures,
materials, labour, tools, tackles etc.
as per specifications and
direction of EIC.
a.) White
colour
01600
(i) West Bengal

Amount

26.000

EA

......

.......

780.000

......

.......

30.000

EA

......

.......

01610
Construction of second class brick
masonary open surface drain (size 200
mm wide & 200 mm average depth.) in
cement mortar 1:4 laid over a bed of
150 mm thick cement concrete 1:3:6 (1
cement : 3 coarse sand : 6 graded
stone aggregate 20 mm nominal size)
including making haunches and
providing 15 mm thick cement plaster
1:4 (1 cement : 4 coarse sand) with
a floating coat of neat cement inside
and its top and exposed surfaces,
including excavatioin, disposal of the
surplus earth upto any lead and
lift as per standard design and
drawing, complete in all respects
inclusive of cost of all labour,
materials, carriages, excavation and
refilling, curing etc., as per
specifications of the Site Engineer.
01620
(i) West Bengal
01630
Providing and fixing Floor Drain (F.D.)
made out of 50mm G.I. Pipe &
Elbow with 65mm C.P. grating at top
including connection through G.I.
Inlet fitting to Floor Trap in
Bathrooms and Kitchens complete in all
respects inclusive of cost of all
materials, labour, tools, tackles etc.
as per drawings, specifications and
direction of Site Engineer.
01640
(i) West Bengal

page 73

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

01650
Providing and fixing G.I. Pipes
conforming to IS: 1239 (Heavy class) for
MOV building wash basin drain including
all fittings, fabrications and
clamps, testing, cutting holes or
chases in the walls and making good
wherever required complete in all
respects inclusive of cost of all
materials, labour, tools, tackles etc.
as per drawings, specifications
and direction of Site Engineer.
01660
a) 50 mm dia
01670
(i) West Bengal

300.000

......

.......

2,080.000

......

.......

650.000

......

.......

01680
Providing and fixing 75 mm dia PVC pipe
(4 Kg./cm2 ) for weep holes in
wall including providing 230 x 230 x
230 mm size (approx.) filter using
pebles 40 mm & below size in every weep
hole on retaining side etc.
complete in all respects inclusive of
cost of all materials, labour,
tools, tackles etc. as per
specifications and direction of Site
Engineer.
01690
(i) West Bengal
01700
Providing and making construction/
Contraction joint by mechanically
cutting 12mm x 25mm deep groove and
filled with bituminous, sealing
compound including cleaning etc.
complete as per drawing, specification
and direction of Site Engineer.
01710
(i) West Bengal

page 74

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01720
Providing 25mm wide expansion joint
treatment in pavements, floors,
roofs, Beams,columns, walls etc. with
bitumen impregnated fibre board of
approved make including provision of
bituminous paint on the sides,
sealing the open joint with bituminous
sealing compound, all complete as
per specification, drawings and
direction of Site Engineer.
01730
(i) West Bengal

80.000

Amount

......

.......

CUM

......

.......

01740
DEMOLISHING & DISMANTLING WORK
01750
Demolishing R.C.C. work in existing
building structures at all heights
and depths using pnuematic tools or
chemicals or core cutter as approved
by Engineer-in- charge including
following all safety requirements,
ensuring adequate precaution to the
neighbourhood structures &
equipment, putting necessary cover ,
stacking of reinforcement bars and
disposal of unserviceable material
within station area limit all
complete as directed by Site Engineer.
Note:1. Dismantling shall be allowed during
day shift only & prior permission
for the same shall be obtained.
2. Providing of necessary
covers/barricades around the
work
area is
to be done prior to dismantling
operations.
3. Cutting of all reinforcement shall
be done using hack saw or chisiel
or any other method as approved by
Engineer-in-charge.
01760
(i) West Bengal

5.000

page 75

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
01770
Demolishing P.C.C. work in existing
building structures at all heights
and depths using pnuematic tools or as
approved by Engineer-in- charge
including following all safety
requirements, ensuring adequate
precaution to the neighbourhood
structures & equipment, putting
necessary cover , and disposal of
unserviceable material within
station area limit all complete as
directed by Site Engineer.
Note: 1. Dismantling shall be allowed
during day shift only & prior
permission for the same shall be
obtained.
2. Providing of necessary
covers/barricades around the
work
area is
to be done prior to dismantling
operations.
01780
(i) West Bengal

5.000

CUM

......

Amount

.......

01790
Demolishing plastered/unplastered brick
work in cement mortar at all
heights and depths including following
all safety requirements, ensuring
adequate precaution to the
neighbourhood structures & equipment,
putting
necessary cover , stacking of
serviceable materials and disposal of
unserviceable material within station
area limit all completed as
directed by Site Engineer.
Note:1. Dismantling shall be allowed during
day shift only & prior permission
for the same shall be obtained.
2. Providing of necessary
covers/barricades around the work area
is to
be done prior to dismantling operations.

page 76

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
01800
5.000
CUM ...... .......
(i) West Bengal
01810
Dismantling/cutting of existing
bituminous road at all depths including
its WBM, sub-base etc stacking of
serviceable materials and disposal of
unserviceable material within station
area limit all complete as
directed by Site Engineer.
Note:1. Dismantling shall be allowed during
day shift only & prior permission
for the same shall be obtained.
2. Providing of necessary
covers/barricades around the work area
is to
be done prior to dismantling operations.
3. Adequate safety precautions shall
also be taken care before
commencement of any activity
01820
(i) West Bengal

5.000

SQM

......

.......

30.750

TO

......

.......

C MECHANICAL WORKS-COMPOSITE
00010
Supply and Erection of Structural
Steel:
Supplying at site, steel structural
items such as steel plates, bars, MS
gratings, chequered plates, angles,
beams channels, commercial quality
heavy pipes, C.I. Rollers, bolts &
nuts, washers, grouting bolts,
padding plates etc., fabrication and
erection of saddle supports and
other type of supports for pipes
manifolds and valves, fabrication and
erection of platforms walkways,
stairways etc., sand blast/ power brush
cleaning, priming and painting the
finished structures including supply
of all other inputs such as labour,
materials, consumable etc. necessary
to perform and complete the work in all
respect, in accordance with

page 77

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
drawings, specifications and
instructions of the Site Engineer / EIC.
(Mahishrekha = 0.25 MT., Budge-Budge =
0.25 MT., Belmuri = 0.75 MT.,
Kalyani = 0.25 MT., Durgapur = 0.25
MT.,SV Stations = 1x29 = 29 MT.)

Amount

00020
PU/ liquid epoxy Coating of under
ground piping:
Cleaning exposed steel surfaces of
piping, equipment and valves etc. by
sand blasting or with power wire brush
(wherever sand blast cleaning is
not possible) free of dust, grease,
mill scales etc. and applying
single layer polyurethane coating(PU)
using 100% solvent free
elastomeric plyurethane/ liquid epoxy,
with approved materials, labour,
equipment etc. and completing the job
in all respects as per
specification and instructions of the
Site Engineer / EIC.
00030
900.000
single layer polyurethane
coating(PU)/Liquid Epoxy Coating
(Mahishrekha = 25 Sq. M., Budge-Budge =
25 Sq. M., Belmuri = 75 Sq. M.,
Kalyani = 25 Sq. M., Durgapur = 25 Sq.
M., SV Stations = 25x29=725 Sq.
M.)

M2

......

.......

00040
Painting:
Cleaning exposed steel surfaces of
piping, equipment and valves etc. by
sand blasting or with power wire brush
(wherever sand blast cleaning is
not possible) free of dust, grease,
mill scales etc. priming with one
coat of Zinc Ethyl Slicate
primer,painting the surfaces with one
coat of
High Build EPOXY MIO and two coats of
Isocynate Aliphatic Poly
Urethene(PU)as per specification, with
approved materials, paints,
page 78

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
brushes, labour, equipment etc. and
completing the job in all respects
as per specification and instructions
of the Site Engineer / EIC.

Amount

00050
900.000
Zinc Ethyl Slicate Primer:
(Mahishrekha = 25 Sq. M., Budge-Budge =
25 Sq. M., Belmuri = 75 Sq. M.,
Kalyani = 25 Sq. M., Durgapur = 25 Sq.
M., SV Stations = 25x29=725 Sq.
M.)

M2

......

.......

00060
900.000
High Build EPOXY MIO:
(Mahishrekha = 25 Sq. M., Budge-Budge =
25 Sq. M., Belmuri = 75 Sq. M.,
Kalyani = 25 Sq. M., Durgapur = 25 Sq.
M., SV Stations = 25x29=725 Sq.
M.)

M2

......

.......

00070
900.000
Isocynate Aliphatic Poly
Urethene(PU):
(Mahishrekha = 25 Sq. M., Budge-Budge =
25 Sq. M., Belmuri = 75 Sq. M.,
Kalyani = 25 Sq. M., Durgapur = 25 Sq.
M., SV Stations = 25x29=725 Sq.
M.)

M2

......

.......

00010
1,185.000
Supplying and spreading of approved
quality fine dry river sand in cable
trenches including the cost of all
material, transport, load and lift
charges, labour, tools and tackles,
consumables etc , as per drawings,
specification and directions of Site
Engineer / Engineer-in-Charge
Electrical(SV/RCP =930)
T&I(Mah: 25;Bud: 25; Bel: 25; Kal: 25;
durg: 25; SV 100, RCP 30))

M3

......

.......

00020
3,990.000
Supply and laying of approved quality
75 mm thick second class brick
flat soling with sand filling in the

M2

......

.......

D ELECTRICAL WORKS-COMPOSITE

page 79

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
interstices, in cable trenches for
protectionincluding the cost of all
brick and sand, labour, load and
lift charges , tools and tackles etc ,
as per drawings, specification
and directions of Site Engineer /
Engineer-in-Charge
ELECTRICAL (SV/RCP =3100)
T&I(Mah: 100;Bud: 100; Bel: 200; Kal:
100; durg: 100; SV 30, RCP 260))
00030
Supply, erection & installation of MS
cable markers, including
excavation, installation of the
markers, cement concrete grouting,
backfilling, materials, labour, tools
and tackles, consumables etc , as
per drawings, specification and
directions of Site Engineer /
Engineer-in-Charge
ELECTRICAL (SV/RCP =145)
T&I(Mah: 5;Bud: 5; Bel: 5; Kal: 5;
durg: 5; SV 50, RCP 10))

Amount

230.000

EA

......

.......

00050
Power cables LT : OD above 20 mm and
upto 40 mm
ELECTRICAL (SV/RCP =6)

6.000

EA

......

.......

00060
Power cables LT : OD above 40 mm and
upto 60 mm
(SV/RCP =5)

5.000

EA

......

.......

00040
LT Cable joint (1.1 KV):
Making
straight through joints on Al/Cu
conductor XLPE/PVC insulated armoured
cable including the supply of required
materials such as cable jointing
kit (of heat shrinkable sleeve type of
Raychem/Mseal/3M) , materials,
labour, tools and tackles, consumables
etc , as per drawings,
specification and directions of Site
Engineer / Engineer-in-Charge

page 80

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00070
180.000
EA
...... .......
EARTH ELECTRODES
Supplying, installation, testing of GI
earthing electrode, including the
supply and installation of the CI
cover, charcoal /special backfill
etc. and construction of chamber;
complete as per drawings
,specifications and directions of the
Site Engineer, Including the cost
of all labour, tools, materials etc.
complete in all respects.
ELEC(SV/RCP =180)
00080
29.000
Supply, installation, testing of
earthing system consisting of 3 earth
pits of perforated GI pipes earthing
electrodes and copper plate
terminal block including construction
of chamber using cement concrete
with earthing pit cover and frame,
supply of charcoal / /special
backfill , salt etc including supply of
interconnecting cables / strips
including necessary welding etc
complete as drawings, specifications and
directions of the site
engineer/Engineer-in-charge, including
cost of
tools, materials etc complete in all
respects as per drawing No.
:9200-99900-405-030-00. The job shall
also include testing of each earth
pit and the entire earthing system on
whole.
Note: Earthing for field instruments
shall be provided from Station
earth grid covered in Electrical SOR.
T&I(29)

EA

......

.......

00090
EARTHING PLATE :
Supply & Installation of G.I. earthing
plate as per drawing no.
9200-99900-404-009-00 outside the
buildings. The item also includes
grouting of the plate as shown in the
drawing. The item should be

EA

......

.......

29.000

page 81

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
complete in all respect including all
materials, tools, tackels etc. and
as per direction of EIC / Site engineer.
ELEC(SV/RCP =29)

Amount

00100
EARTH STRIP / WIRE / ROPE / CABLE
Supply, installing and testing of
earthing strip/wire/rope/cable for
completely making the earthing grid
system by supplying, laying the GI
/ Cu strip and making all the
necessary welding joints, connecting
to
the earthing electrodes and existing
earthing grid etc., complete as
per drawings, specifications and
directions of the Site
engineer/Engineer-in-charge, including
the cost of all labour, tools,
materials, etc. complete in all respect.
00110
50 mm X 6 mm G.I. earthing strip
ELEC(SV/RCP =725)

725.000

......

.......

00120
40 mm X 5 mm G.I. earthing strip
(SV/RCP =2900)

2,900.000

......

.......

95.000

......

.......

00140
1,740.000
GI wire (8 SWG)
ELEC (SV/RCP =1500)
T&I(Mah: 20;Bud: 20; Bel: 30; Kal: 20;
durg: 20; SV 100, RCP 30))

......

.......

00150
Copper cable as per specifications 100sqmm
T&I(Mah: 5;Bud: 5; Bel: 15; Kal: 5;
durg: 5; SV 250, RCP 50))

......

.......

00130
25mm x 3 mm copper flat
T&I(Mah: 5;Bud: 5; Bel: 15; Kal: 5;
durg: 5; SV 50, RCP 10))

335.000

00160
FLP & WP JUNCTION BOX
page 82

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Supply, erection, installation, testing
and commissioning of flameproof
& weather proof junction box for
providing cable termination of motor,
including connection and termination of
earthing wire and conduits etc.,
including supply & installation of
double compression cable glands &
flame proof plugs for sealing all spare
entries complete as per
drawings, specifications and direction
of the Site Engineer, including
the cost of all labour, tools,
consumable materials etc., complete in
all respect.
00170
6 way junction box with 6 cable entries
(6 x 3/4") at bottom & 20 nos.
terminals.
(SV/RCP 29)

Amount

29.000

EA

......

.......

3.000

EA

......

.......

00180
FLP/WP SWITCH CUM SOCKET :
Supply, erection, installation, testing
and commissioning of flameproof
/weatherproof switch cum socket
/welding receptacle of approved makes to
be installed on walls, coloumns,
structures, including supply &
installation of double compression
cable glands & flame proof plugs for
sealing all spare entries etc.,
including connection and termination of
earthing wire and conduits., etc.
complete as per drawings,
specifications and direction of the
Site Engineer, including the cost of
all labour, tools, consumable materials
etc. complete in all respect.
00190
415V, 63A, Switch & Socket with Plug
(No. of Pins 3P +N+ E), Model EPSS
1563-61 of Baliga or Equivalent
approved make
(RCP =3)

page 83

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00200
29.000
EA
...... .......
SHOCK TREATMENT CHART :
Supply and installation of shock
treatment chart framed in good quality
glass in English / Hindi / Local
Language).
00210
CAUTION BOARD :
Supply and installation of vitreous
enamel caution boards suitable for
440 V/11KV/6.6 KV as per IS 255
including fixing on the wall with all
the required hardware etc. complete in
English / Hindi/ Local Language.

29.000

EA

......

.......

00220
STAINLESS STEEL INSCRIPTION PLATE :
Supply and installation of approved
quality stainless steel name
inscription plates including anodising,
engraving the inscriptions,
providing screws, etc. for equipments
viz. motors, motor control
centres, switchgears, push button
stations etc. as required, providing
necessary holes tapping etc. and fixing
the
same complete in all respect as per the
direction of Site
Engineer/Engineer-in-charge including
the cost of all labour, tools etc.

58.000

EA

......

.......

00230
58.000
PLASTIC INSCRIPTION PLATE :
Supply and installation of approved
quality plastic name inscription
plates including engraving the
inscriptions, providing screws, etc. for
equipments viz. motors, motor control
centres, switchgears, push button
stations etc. as required, providing
necessary holes tapping etc. and
fixing the
same complete in all respect as per the
direction of Site
Engineer/Engineer-in-charge including
the cost of all labour, tools etc.

EA

......

.......

page 84

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00240
Point wiring
Supplying, installation and testing
with 1.5 Sq.mm stranded PVC
insulated copper conductor wires for
phase & neutral of 650V grade
including earthing by providing 1.5
Sq.mm earth insulated continutity
wire of copper in PVC conduit (Supply &
installation of PVC conduit
covered elsewhere in SOR) recessed on
wall/ceiling/ false celing
including supply & installation of
switch boxes,junction boxes, pull
boxes, bushes, screws, check nuts,
bends, modular switches and sockets .
The circuit wiring with 4 Sq.mm PVC
copper wire from D.B. to
switchboard as required is also in the
scope of the contractor.
at SV/RCP locations

Amount

00250
1 light point controlled by 1 switch

91.000

EA

......

.......

00260
2 light points controlled by 1 switch

62.000

EA

......

.......

00270
3 light points controlled by 1 switch

31.000

EA

......

.......

00280
4 light points controlled by 1 switch

3.000

EA

......

.......

00290
Fan Point: Wiring with PVC insulated
2.5 sqmm copper conductor wire for
fan points (1 fan point controlled by 1
modular switch) including
providing space for electronic
regulator in switch box , providing and
fixing fan hook in the ceiling as per
specifications and drawings.

62.000

EA

......

.......

00300
Exhaust Fan: Wiring with PVC insulated
2.5 sqmm copper conductor wire
for phase & neutral , 650 V grade
including earthing , the third pin

62.000

EA

......

.......

page 85

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
with 1.5 sqmm copper conductor earthing
insulated continuity wire for
exhaust/ wall bracket fan including
providing and fixing of 5 pin 6 A
modular socket and 10 A modular switch
near the door or as as per
specifications and drawings. The
circuit wiring shall be with 4 sq. mm
PVC copper wire from switchboard to 1st
exhaust fan for multiple exhaust
fans in one circuit.

Amount

00310
Power Plug Point(16/6Amp) : Wiring for
250 V single phase and neutral
16 amps modular power plug point with
PVC insulated 4 sq. mm. copper
conductor wires for phase & neutral,
650 V grade including earthing, the
third pin with 2.5 sq. mm copper
conductor earthing insulated continuity
wire, complete with providing and
fixing of 6 pin 16/6A modular socket
and 20/10 A modular switch (1 plug
point per circuit) as per
specifications and drawings

62.000

EA

......

.......

00320
Power Plug Point(6Amps) : Wiring for
250 V single phase and neutral 6
amps modular plug point with PVC
insulated 2.5 sq. mm. copper conductor
wires for phase & neutral, 650 V grade
including earthing, the third pin
with 1.5 sq. mm copper conductor
earthing insulated continuity wire,
complete with providing and fixing of 5
pin 6A modular socket and 10 A
modular switch (1 plug point per
circuit) as per specifications and
drawings.

62.000

EA

......

.......

00330
Lighting Distribution Board / AC
Distribution Board
Supply , installation, testing and
commissioning of TPN lighting / AC
Distribution board of approved make as
per appendix -1, with rating and
page 86

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
feeders as per specification. The DB
shall be of IP-42 protection class
and shall conform to IS 8623. The board
shall be fitted with an acrylic
door as per specifications and drawings
SV/RCP location
00340
Type III Distribution Board : Double
Door EURODB of Havells or
equivalent approved make having bus bar
200 A TPN, 1 Incomer 125 A FP
MCB Isolator with 125 A FP RCCB
(Senstivity 100 mA) alongwith 3 numbers
63 A TPN MCB as per specification
(RCP =3)
00350
Type IV DIstribution Board : Double
Door Translucent Euro DB of Havells
or approved make as per appendix -1,
having 100 A TPN Copper Bus bar,
1x63 A TPN MCB , 1x63 A RCCB (100 mA
Sensitivity), 9x6A SP MCB & 6x20 A
SP MCB as per specification
(SV/RCP =29)
00360
Type V Distribution Board : Double
Door, EURO DB of Havells or
equivalent approved make having 200 A
TPN Bus Bar, 1 x 100 A FP MCB,
1x100 A FP RCCB (100 mA Sensitivity),
9x32 A SPN Motor duty MCB as per
specification
(RCP =3)
00370
DIstribution Board for independent MOV
locations: Double Door
Translucent Euro DB of Havells or
equivalent approved make having 100 A
TPN Copper Bus bar, 1x32 A DP MCB
Isolator, 1x32 A DP RCCB (100 mA
Sensitivity), 2x20A DP MCB & 6x20 A SPN
MCB as per specifications
(SV/RCP =29)

Amount

3.000

EA

......

.......

29.000

EA

......

.......

3.000

EA

......

.......

29.000

EA

......

.......

page 87

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00380
29.000
EA
...... .......
Flush mounting Plug & Socket DB
complete with 20 A SP MCB, with neutral
link for incoming supply from portable
DG set at independent MOV
locations.
(SV/RCP =29)
00390
Decorative Light fittings
Supply, installation, connection,
earthing and testing of the following
fittings,including supply and
installation of drop pipes, hooks,
fittings, fixtures, nuts,bolts,
supports, on walls, outlet box for
regulators and all other required
materials etc. as per specifications,
drawings and directions of the Site
Engineer including cost of all
labour, tools, materials etc. complete
in all respects.Make of the
fittings can be the make mentioned in
the respective SOR items or
equivalent model from the approved make
list given in the
specifications.
00400
Tube light fitting type TMS 122/228 HF
(with GMS 122/228 R) of PHILLIPS
or approved make as per appendix -1,
complete with 2 x 28 w TL5 tubes,
all accessories such as TL5 lamps,
electronic ballast, capacitor,
spring loaded rotor type lamp holders,
starter, connector blocks,
reflector etc.
(SV/RCP =62)

62.000

EA

......

.......

00410
Corrosion resistant tube light fitting
type TM X 95 of PHILLIPS or
approved make as per appendix -1,
complete with 2 X 'Lifemax-TL'D 36 W
tubes of make Philips; and all
accessories such as electronic ballast,
capacitor, Lamp holders, starter,
connector blocks etc.

29.000

EA

......

.......

page 88

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
(SV/RCP =29)
00420
CFL lamp holder suitable for 48 V DC
operation complete with 1 X
9/11 W CFL Lamp of reputed make; and
all accessories such as connector
blocks etc., at independent MOV
locations
(SV/RCP =124)
00430
Ceiling fan with electronic regulator &
other accessories and fittings
etc. of or approved make as per
appendix -1 with the following sweep
size:56" Sweep
(SV/RCP =62)

Amount

124.000

EA

......

.......

62.000

EA

......

.......

62.000

EA

......

.......

00440
Exhaust fan
Supply, installation, testing of single
phase 230 V, industrial type
heavy duty exhaust fan of
GEC/Usha/Crompton Greaves or of
approved make
as per appendix -1 fitted/ provided
with louvres, supports etc.
including making the required opening
on walls, fixing and connecting
the wires etc. including earthing the
body of the fan, making good the
opening on the wall etc. complete as
per specifications, drawings and
direction of Site Engineer including
the cost of all labour, tools,
materials etc. complete.
00450
18" Sweep
(SV/RCP =62)
00460
PVC Conduit pipes
Supply, installation, fixing in
position, PVC conduit pipes, of ISI
marked , in concrete, brick work etc.
during or after construction by
page 89

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
making grooves in the wall, ceiling
etc. cutting threads and jointing
the pipes with PVC couplers, providing
necessary tees, bends, junction
boxes etc. with 12 SWG GI wire inside
conduit without joint for
concealed wiring, including making good
the concrete, brick work,
surfaces etc. complete as per drawings
and direction of Site Engineer /
Engineer-in-charge including cost of
all labour, materials etc.

Amount

00470
19 mm
(SV/RCP =1550)

1,550.000

......

.......

00480
25 mm
(SV/RCP =1550)

1,550.000

......

.......

00490
32mm
(SV/RCP =1550)

1,550.000

......

.......

EA

......

.......

00500
Supply, installation and testing of
Lightning arrestor on top of the MOV
buiding or MOV CP buiding for diverting
lightning surges to the ground.
The work shall include supply of 1.2
Meter long copper lightning
arrestor with 5 spronged phenyl rod
base plate etc. complete with
necessary insulators including supply
and fixing of 50 x 6 mm GI
earthing strip of required length and
connection to the main earthing
grid .
(SV/RCP =29 )

29.000

00510
Supplying and laying reinforced cement
concrete light duty hume pipe,
non pressure type (NP3), centrifugally
cast conforming to I.S.458 with
1:3:6 concrete casing at joints as
required with necessary slope
including excavation, backfilling,
page 90

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
supply of collars, jointing of pipes
with stiff mixture of cement mortar in
the proportion of 1:2 ( 1 cement:
2 fine sand), testing of joints,
complete in all respects as per
specifications, drawing and the
direction of the EIC/Site Engineer.
00520
300 mm dia
(SV/RCP =31)

Amount

31.000

......

.......

00540
25 mm
ELECTRICAL (SV/RCP =310)

310.000

......

.......

00550
37 mm
ELECTRICAL (SV/RCP =310)

310.000

......

.......

00560
50 mm
ELECTRICAL (SV/RCP =310)

310.000

......

.......

KG

......

.......

00530
Supply, erection & installation of
cable conduits made up of GI pipes of
medium class 'B' subject to owner's
approval in trenches (already made),
on walls, concrete structure etc.,
including supply and installation of
all the necessary pipe fittings such as
bends, sockets, elbows, tees
etc., bending, threading, binding,
clamping, providings, spacers, plugs,
packings, bushings etc., as required
Job complete in all respects
including the cost of all labour,
tools, material etc. and as per
specifications and directions of site
engineer / Engineer-in-Charge.

00570
3,760.000
Supply, fabrication, erection,
installation of steel structural works
of
any type and shape such as cable raks,
cable trays, push button control
posts etc., as required job complete

page 91

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
in all respects including the cost
of all labour, tools, material etc.,
complete.and as per specifications
and directions of site engineer/
Engineer-in-Charge.
ELEC(SV/RCP =2900)
T&I(SV/RCP =560)

Amount

E TCP WORKS-COMPOSITE
00010
TEST LEAD POSTS : Supply,
Installation, testing and commissioning
of
Test Lead posts (at locations, as
directed); and including supply of
weather proof test lead box with
bakelite strip and brass bolt
terminals, 4 inch MS pipe welded at one
end with a separate MS plate to
fit with the test lead box with a base
plate welded at bottom ,
providing of PVC hard pipe for
providing cable entry through
foundation, erection of the Test Lead
point over concrete foundation,
supply and connection of cable to
pipe & to the brass terminal
bolt/bolts inside the test lead box,
jointing the cables to pipe (using
cad welding/ pin brazing technique),
as specified, repairing the damage
to coat & wrap (with coating repair
etc, back filling the trenches,
cleaning the site, applying 2 coats of
aluminium paint over a coat of
zinc chromate primer on the test lead
box and MS pipe, etc.
The item also includes supply,
installation / laying & termination of
all XLPE, Cu cables of required length
(as per site conditions) and size
as mentioned in the standard drawings,
cable glands and lugs etc.
complete in all respect.
The work shall include supply and
fixing of a non-corrosive name plate
containing the details like KM
location, identification, TLP No.,
page 92

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
direction of flow, connection scheme,
type etc., on the side of the TLP
box, etc. complete in the all respect
(including the cost of all labour,
materials, tools and tackles etc.), as
per the specification, drawing
and instructions of the EIC/site
Engineer. The name plate shall include
the corrosion coupon where ever
installed , all as per the direction
and specification detailed in the
document complete with tools, tackles
& other necessary requirement. The work
complete in all respect
shall include supply of all labour,
tools etc complete as per the
directions of the EIC/ Site Engineer
and as per drawing
9200-99900-404-601-01 &
9200-99900-404-607-01.

Amount

00020
140.000
TLP Type A(With Ingress Protection IP55)

EA

......

.......

00030
140.000
TLP Type B(With Ingress Protection IP55)

EA

......

.......

00040
Flameproof TLP Type C(With Ingress
Protection IP55)

40.000

EA

......

.......

00050
78.000
TLP Type D(With Ingress Protection IP55)

EA

......

.......

00060
Flameproof Type E(With Ingress
Protection IP55)

73.000

EA

......

.......

00070
TLP Type DAC(With Ingress Protection
IP55)

85.000

EA

......

.......

00080
Flameproof Type DMV(With Ingress
Protection IP55)

39.000

EA

......

.......

00090
340.000
MAGNESIUM ANODES : Supply,
Installation , testing and commisioning

EA

......

.......

page 93

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
of 7.6 kgs each Magnesium anodes
including its tail cable of size of 1c
x 6 sq.mm. PE/ PVC insulated stranded
copper cable of total length 10
meter including PVC cap, special
back-fill material ( filled in cotton
sack) with sealing compound complete in
all respect including its
excavations, back filling etc. as per
specifications and drawings. The
work complete in all respect shall
include supply of all labour , tools
etc., and shall be carried out as per
the directions of the EIC/Site
Engineer. (Drawing number
9200-99900-404-609-00)
00100
CORROSION COUPONS : Preparation &
installation of corrosion coupon from
owner supplied coated pipe. which
involves preparation of sample of size
2"x4", dipping the coupon in pipeline
coating material, soldering 6 sq.
mm. cable with coupon, sealing the
soldered joint with epoxy,
positioning the coupon at the pipe line
depth and with in a distance of
0.5 M from the pipeline inclusive of
cable & terminating the cable in
the TLP terminal.
The corrosion coupons are to be
installed with specified Test lead
points for which prior approval to be
obtained from Owner.
The item also includes supply,
installation / laying & termination of
all XLPE, Cu cables of required length
(as per site conditions) and size
as mentioned in the standard drawings,
toggle switch, cable glands and
lugs etc., complete in all respect.
All as per the direction and
specification detailed in the document
complete with tools, tackles & other
necessary requirement for
preparation of the coupon. The work
complete in all respect shall
include supply of all labour, tools etc

12.000

EA

......

Amount

.......

page 94

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
complete as per the directions
of the EIC/Site Engineer and as per
drawing 9200-99900-404-601-01 &
9200-99900-404-607-01.
00110
120.000
Zinc Anode protection
Supply of Zinc Anodes of minimum 10 Kg
each along with lead wire ( 1 c x
25 sq.mm.) XLPE insulated flexible
stranded copper conductor tail cable
of total length 10 mtr. including PVC
cap, special back fill material
filled in cotton bag with sealing
compound complete in all respect
including transportation to site &
storing. The item also includes
installation of the same at DAC/DMV TLP
locations in the mainline ,
including cathode connection to TLP,
back fill mixture, sealing,
remaining all other materials (
other than test lead points) required
for the purpose, excavating and
installing the anodes with the back fill
mixture, laying and connecting the
header cable to the anodes and to the
test lead box, making the connections
to the test lead box as specified
, measuring and furnishing all the data
pertaining to zinc anode etc.
complete as per specification and
instructions, including cost of all
materials and consumables,
transportation, tools and services
rendered
etc. complete in all respects.

EA

......

Amount

.......

F INSTRUMENTATION WORKS-COMPOSITE
00010
Taking delivery, shifting within a road
distance of 500 meters and
installation & testing of the following
instruments (Pressure Gauge,
Pressure Switch, Pressure Transmitter,
Temperature Transmitters, Flow
meters etc. of various types & ratings
by fabrication and installing all
page 95

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
the required pipe fittings with
pressure pipes, valves, plugs, tees,
nipples, junction box, cables, supply
and erection of all other required
materials such as the supporting
structure clamps
,cannopy, screws, nuts, bolts,
aluminium sheets, GI wire,steel plats,
cement concrete etc. complete in all
respects including supply of
suitable size non flame proof cable
gland at control panel end and
terminating the already laid cables at
field, junction box and control
panel end, mounting the junction boxes
as per the Drawings,
specifications and directions of the
engineer in-charge/site engineer
including cost of all labour,
materials, consumables, tools, tackles
and
services rendered etc. All the
instruments shall have to be properly
connected to the earth pit through GI
wires. The works shall include
labelling, tagging using SS plates,
glanding and ferruling at both field
and panel side. The scope shall include
providing assistance in testing
and commissioning of the instruments
along with loop checking and
providing assistance to control system
vendor.

Amount

00020
Installation, assistance in testing and
commissioning of Pressure gauges
and Pressure switches (PI+PS) /
Pressure Gauge and Pressure Transmitter
(PI+PT) of various ratings as per the
directions of Engineer-in-charge/
Site engineer and drawings
00030
23.000
Mahishrekha:5, Budge
Budge:3,Belmuri:5,Kalyani:3,Durgapur:3,S
pare:4

EA

......

.......

page 96

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00040
Installation, assistance in testing and
commissioning of Pressure
Transmitter (PT) / Pressure Switch (PS)
of various ratings as per the
directions of Engineer in-charge/ Site
engineer and drawings.
00050
Mahishrekha:9, Budge
Budge:5,Belmuri:9,Kalyani:5,Durgapur:5

Amount

33.000

EA

......

.......

58.000

EA

......

.......

00090
65.000
Mahishrekha:1,Budge
Budge:1,Belmuri:3,Kalyani:1,Durgapur:1,R
CP = 6, SV =
52

EA

......

.......

00060
Installation and assistance in testing
& commissioning of Remote seal PT
as per direction of Engineer In Charge/
Site Engineer & drawings.
Installation to be done as per OEMs
recommendations, vendor drawings
and other approved drawings and
providing assistance to control system
vendor
00070
RCPs:6, MOV/ SV locations:52
00080
Installation and assistance in testing
& commissioning of temperature
elements/temperature transmitter(TT) by
welding the weld pad on the
surface of the pipe, silicon paste etc
as per the directions of engineer
in-charge/site engineer and drawings.

00100
Installation & assistance in testing
and commissioning of Scraper
Detector (SD) by making necessary holes
on the pipe, welding weldolet as
per the directions Engineer in-charge/
Site engineer and drawings.

page 97

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00110
7.000
EA
...... .......
Mahishrekha:1,Budge
Budge:1,Belmuri:3,Kalyani:1,Durgapur:1
00120
Carrying out the instrumentation and
control system jobs on the already
erected actuator assembly of motor
operated valves (MOV) & Remote
Operated Valves (ROVs) by making the
instrument air connection (in ROVs)
& necessary cable connection at field
and control panel end (excluding
the supply of cables) calibrating the
control components, adjusting the
limit switches, testing the whole
assembly as per drawings
specifications and direction of the
engineer in-charge/site engineer
complete in all respect, including
supply of suitable size
non-flame-proof cable glands, ferrules,
drilling/cutting of plate for
fixing glands at Control Panel end and
the cost of all labour, tools,
glanding, ferruling, consumables etc.
00130
69.000
Mahishrekha:2,Budge
Budge:2,Belmuri:6,Kalyani:2,Durgapur:2,R
CP 3,SV 52

EA

......

.......

00140
Taking delivery, shifting the panels to
installation site and erection,
installation, testing of Control
panels, mounted with all the
instruments, power supply units, UPS &
battery banks logic control
systems , barriers, providing
assistance to control system vendor for
commissioning of control system
including panels, control desk etc.
installation on already made
foundations or fixing on walls, or steel
structure or fixtures aligning,
levelling, grouting, inter-wiring
outgoing, incoming cable terminations
as required, earthing, testing,
page 98

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
complete in all respects as per
drawings, specifications and directions
of the engineer in-charge/site
engineer, including supply of suitable
size non-flame proof cable glands for
all incoming/outgoing cables and
the cost of the materials, tools,
labour, glanding, ferruling etc.
complete in all respects.The indicated
quantity is cumulative weight of
panels.
00150
1,450.000
Repeater - 150 kg. SV location - 1300 Kg

Amount

EA

......

.......

EA

......

.......

EA

......

.......

00160
Supply, fabrication, erection and
installation of steel/GI structural
works of any type and shape such as
cable racks, trays, push button,
control posts, ladders, lugs, chain
link, fencing, angles, joints,
channels, plates, flats, bars etc as
required as per specifications,
drawings, directions of site
engineer/engineer in-charge, including
cost
of all labour, materials, tools,
consumables etc complete in all
respects. Job is inclusuve of taking
delivery from owner's go down and
shifting to site wherever required.
00170
1,080.000
Mahishrekha:100,Budge
Budge:100,Belmuri:100,Kalyani:100,Durgap
ur:100;
Repeater - 60 ; SV location -520 Kg
00180
Supply & installation of Magnetic
Proximity switch for extending contact
to control system for unauthorised
entry of building / MOV fencing.
00190
At Mahishrekha -2 , Belmuri - 2,
RCPs:6, SV locations:52

62.000

page 99

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
G OFC WORKS-COMPOSITE

Amount

00010
305.000
Supply, erection and installation of GI
Pipe of 100 mm nominal bore
medium Class B as per IS1239 subject to
owner's approval including the
supply & installation of all necessary
pipe fittings such as bends,
sockets, elbows, tees etc. bending,
threading, clamping, plugs,
packings, bushing etc. as required for
sub ducting HDPE duct as per
directions of Engineer-in-charge/ Site
Engineer including cost of all
labour, tools, materials complete in
all respects.[Quantity: Haldia = 50
M, HMRB Rajbandh = 30 M, Durgapur = 20
M, Belmuri = 10 M, Kalyani = 20
M, Mahishrekha = 10 M, Budge Budge = 20
M, Repeater (3)& SV Locations
(23) = 5 M each].

......

.......

00020
780.000
Supply and Installation of GI Pipe of
80 mm nominal bore heavy class as
per IS1239, sub ducted by 40 mm OD HDPE
pipe (excluding supply of HDPE
pipe), by boring or jacking method
across railway crossing, including
all necessary pipe fittings, cost of
arranging boring machine, other
associated machinery, tools, tackles,
skilled manpower, labour etc. job
complete in every respects as per the
directions of Engineer-in-charge/
Site Engineer. Measurement shall be
done by the length of the GI pipe
used in the crossings

......

.......

RFQ ITEM NO.00040 MAINLINE- PHDLPG SERVICES (GROUP B)


A MECHANICAL WORKS - SERVICE
00010
Above Ground Equipments
Installation:
Taking delivery of equipments,
shifting/transporting within station
page 100

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
premises, placing on pre-constructed
foundations, assembling together
all sub-assemblies, levelling,
alignment, grouting, cleaning and
flushing by water, draining, checking,
testing, dressing and making good
of the foundation and completing the
work in all respects in accordance
with the relevant drawings,
manufacturer's installation instruction,
specifications and instructions of Site
Engineer / EIC.

Amount

00020
10" x 14",600# , Scrapper Launching
Barrel(Approx Weight = 0.8
MT)(Mahishrekha = 1 No., Belmuri= 2
Nos.)

3.000

EA

......

.......

00030
10" x 14",600# , Scrapper Receiving
Barrel(Approx Weight = 0.8
MT)(Budge-Budge = 1 No., Belmuri= 1
No., Kalyani= 1 No., Durgapur= 1
No.)

4.000

EA

......

.......

3.000

EA

......

.......

00040
Insulating Coupling Erection:
Taking delivery, shifting/transporting
within station premises and
installation of Insulating Couplings of
the following sizes and pressure
class, Above ground/underground at
elevations specified in the drawing
on preconstructed footings, levelling,
aligning and checking, making
welded connections to the piping,
coating & wrapping and completing the
work in all respects in accordance with
the relevant drawings,
manufacturer's installation
instructions, specifications and
instructions of Site Engineer / EIC.
00050
Insulating Coupling 10" x 600# W/W A/G
connecting pipe 10.75" OD x
0.365"/0.438"/0.500" WT API 5L
X60(Belmuri = 3 Nos.)

page 101

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00060
Insulating Coupling 10" x 600# W/W A/G
connecting pipe 10.75" OD x
0.365"/0.438"/0.500" WT API 5L
X60(Mahishrekha = 1 No., Budge-Budge =
1 No., Kalyani = 1 No., Durgapur = 1
No.)

4.000

EA

......

.......

00070
Insulating Coupling 10" x 600# W/W U/G
cconnecting pipe 10.75" OD x
0.250"/0.307"/0.365"/0.438"/0.500" WT
API 5L X60( SV Locations =
26x2=52 Nos.)

52.000

EA

......

.......

00080
Insulating Coupling 10" x 600# W/W U/G
connecting pipe 10.75" OD x
0.365"/0.438"/0.500" WT API 5L X60(
SV Locations = 3x2=6 Nos.)

6.000

EA

......

.......

00090
Above ground piping for process
piping:
Taking delivery of pipes, pipe
fittings, steel flanges, spiral wound
metallic gaskets & fasteners from
designated location within station
premises, transporting the same to
site, fabrication and erection of
above ground piping including cutting,
edge preparation, bending,
threading, lining up, welding and
installing pipes and pipe fittings,
flanges, elbows, equal and reducing
outlet tees, concentric/eccentric
reducers, y-type strainers, drain
funnels, vent pipes and tapping for
instruments such as pressure gauges,
thermal relief valves, thermowells
etc., installing
above ground at
all elevations connecting with
equipment nozzles, valves, vessels, in
line instruments etc., welded and
threaded pipe line of different
pressure ratings, flushing pipes by
water after cleaning by compressed air,
hydrostatic testing of each
page 102

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
section to the specified pressure,
draining the water, tie-in, final
cleaning-up and disposal of wastes and
surpluses including providing all
inputs such as labour, material,
equipments and consumables necessary to
perform the work (other than those
specifically under taken by the owner
in this contract) and completing the
work in all respects in accordance
with the drawings, specifications and
instructions of Site Engineer /
EIC.
00100
10.75" OD x 0.365"/0.438"/0.500" WT
API 5L X60(Mahishrekha = 25 M,
Budge-Budge = 25 M, Belmuri = 50 M,
Kalyani = 25 M, Durgapur = 25 M.)

Amount

150.000

......

.......

00110
4.50" OD x 0.237" WT ASTM A 106 Gr. B
PIPE (Mahishrekha = 10 M,
Budge-Budge = 10 M, Belmuri = 30 M,
Kalyani = 10 M, Durgapur = 10 M.)

70.000

......

.......

00120
2.375" OD x 0.218" WT ASTM A 106 Gr. B
PIPE (Mahishrekha = 10 M,
Budge-Budge = 10 M, Belmuri = 30 M,
Kalyani = 10 M, Durgapur = 10 M)

70.000

......

.......

00130
4.50" OD x 0.237" WT ASTM A 333 Gr. 6
PIPE (Mahishrekha = 10 M,
Budge-Budge = 10 M, Belmuri = 30 M,
Kalyani = 10 M, Durgapur = 10 M, SV
Stations = 580 M.)

650.000

......

.......

00140
2.375" OD x 0.218" WT ASTM A 333 Gr. 6
PIPE (Mahishrekha = 10 M,
Budge-Budge = 10 M, Belmuri = 30 M,
Kalyani = 10 M, Durgapur = 10 M, SV
Stations = 290 M)

360.000

......

.......

00150
1.900" OD x 0.200" WT ASTM A 333 Gr. 6
/ ASTM A 106 Gr. B PIPE (SV

70.000

......

.......

page 103

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Stations = 70 M.)
00160
1.315" OD x 0.179" WT ASTM A 333 Gr. 6
PIPE (Mahishrekha = 5 M,
Budge-Budge = 5 M, Belmuri = 15 M,
Kalyani = 5 M, Durgapur = 5 M.)

35.000

......

Amount

.......

00170
Under ground piping for Process
piping:
Taking delivery of bare Pipes, pipe
fittings, steel flanges, spiral
wound metallic gaskets & fasteners from
designated location within
station premises transporting the same
to site, fabrication and erection
of underground piping including
cutting, edge preparation, bending,
threading, lining up and welding,
excavating, trenching in all kind of
soil to specific depths as indicated in
drawings and installing pipes
and all types of pipe fittings like
flanges, elbows, equal and reducing
outlet tees, concentric/eccentric
reducers, drain funnels, vent pipe and
tapping for instrument such as pessure
gauges, thermal relief valves,
thermowells etc., underground at
elevations indicated in the drawing
connecting with equipment nozzles,
valves, vessels, in-line instruments
etc.,Cleaning exposed steel surfaces of
Bare Pipes, Pipe Joints,
Fittings, Flanges,equipment and valves
etc. by sand blasting or with
power wire brush (wherever sand blast
cleaning is not possible) free of
dust, grease, mill scales etc. and
applying single layer polyurethane
coating(PU) using 100% solvent free
elastomeric plyurethane/ liquid
epoxy, with approved
materials,Equipment etc, holiday
detection of the
coating, cleaning of coated pipes by
water flushing after cleaning by
compresed air,hydrostatic testing of
page 104

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
each section to the specified
pressure, draining the water, tie-in,
back filling, restoration of site
final cleaning up and disposal of water
and surpluses, providing all
inputs such as labour, materials
equipment and consumable necessary to
perform the work (other than those
specifically undertaken to be
supplied by the owner under the
contract) and completing the work in all
respects in accordance with the
drawings, specifications and
instructions of the Site Engineer / EIC.
Note:Charges for applying single layer
polyurethane coating(PU) using 100%
solvent free elastomeric plyurethane/
liquid epoxy for exposed steel
surfaces of Bare Pipes, Pipe Joints,
Fittings, Flanges,equipment and
valves etc shall be paid under separate
SOR Item.
00180
10.75" OD x 0.365"/0.438"/0.500" WT
API 5L X60 (Mahishrekha = 100 M,
Budge-Budge = 25 M, Belmuri = 50 M,
Kalyani = 25 M, Durgapur = 25 M, SV
Stations = 435 M)

Amount

660.000

......

.......

00190
4.50" OD x 0.237" WT ASTM A 106 Gr. B
PIPE (Mahishrekha = 5 M,
Budge-Budge = 5 M, Belmuri = 15 M,
Kalyani = 5 M, Durgapur = 5 M)

35.000

......

.......

00200
2.375" OD x 0.218" WT ASTM A 106 Gr. B
PIPE ((Mahishrekha = 5 M,
Budge-Budge = 5 M, Belmuri = 15 M,
Kalyani = 5 M, Durgapur = 5 M)

35.000

......

.......

180.000

......

.......

00210
4.50" OD x 0.237" WT ASTM A 333 Gr. 6
PIPE ((Mahishrekha = 5 M,
Budge-Budge = 5 M, Belmuri = 15 M,
Kalyani = 5 M, Durgapur = 5 M, SV
Stations = 145 M)

page 105

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00220
2.375" OD x 0.218" WT ASTM A 333 Gr. 6
PIPE (Mahishrekha = 5 M,
Budge-Budge = 5 M, Belmuri = 15 M,
Kalyani = 5 M, Durgapur = 5 M, SV
Stations = 145 M)

180.000

......

.......

00230
1.900" OD x 0.200" WT ASTM A 333 Gr. 6
/ ASTM A 106 Gr. B PIPE (SV
Stations = 70 M.)

70.000

......

.......

00240
1.315" OD x 0.179" WT ASTM A 333 Gr. 6
PIPE(Mahishrekha = 5 M,
Budge-Budge = 5 M, Belmuri = 15 M,
Kalyani = 5 M, Durgapur = 5 M)

35.000

......

.......

8.000

EA

......

.......

00250
Valves:
Taking delivery of valves of all types
and pressure rating from the
designated location within station
premises, transporting the same to
site, erecting above ground on
preconstructed foundations or
underground
including earth work in excavation and
filling for under ground valves
at elevations specified in the
drawings, priming and painting of above
ground valves, flood coating and
wrapping of under ground portions (if
applicable) including all inputs,
labour, material and consumable (other
than those specifically undertaken to
be supplied by the owner) and
completing the work in all respects in
accordance with the drawings,
manufacturer's installation
instructions and specifications and
instructions of the Site Engineer / EIC.
00260
For Process piping
00270
10"-ANSI 600# API 6D Ball valve W/W

page 106

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
U/G MOV ( Mahishrekha = 2 No.
,Budge-Budge = 1 No., Belmuri = 3 Nos.,
Kalyani = 1 No., Durgapur = 1
No.)

Amount

00280
10"-ANSI 600# API 6D Ball valve W/W
U/G MOV (SV Stations = 3 Nos.)

3.000

EA

......

.......

00290
10"-ANSI 600# API 6D Ball valve W/W
U/G MOV (WITH DC ACTUATOR) (SV
Stations = 26 Nos.)

26.000

EA

......

.......

00300
10"-ANSI 600# API 6D Ball valve F/F
A/G MOV (Mahishrekha = 1 No.,
Budge-Budge = 1 No., Belmuri = 3 Nos.,
Kalyani = 1 No., Durgapur = 1
No.)

7.000

EA

......

.......

00310
10"-ANSI 600# API 6D Ball valve F/F
A/G HOV (Mahishrekha = 1 No.,
Budge-Budge = 1 No., Belmuri = 3 Nos.,
Kalyani = 1 No., Durgapur = 1
No.)

7.000

EA

......

.......

00320
103.000
4"-ANSI 600# API 6D Ball valve F/F
A/G MOV( Mahishrekha = 4 Nos.,
Budge-Budge = 2 Nos., Belmuri = 6 Nos.,
Kalyani = 2 Nos., Durgapur = 2
Nos., SV Stations = 87 Nos.)

EA

......

.......

00330
4"-ANSI 600# API 6D Ball valve W/W
A/G HOV (SV Stations = 58 Nos.)

58.000

EA

......

.......

00340
4"-ANSI 300# API 6D Ball valve F/F
A/G HOV (SV Stations = 29 Nos.)

29.000

EA

......

.......

00350
2"-ANSI 600# BALL VALVE- BS 5351,
W/W, A/G (SV Stations = 66 Nos.)

66.000

EA

......

.......

181.000

EA

......

.......

00360
2" - ANSI 600#

BALL VALVE- BS 5351,


page 107

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
F/F, A/G (Mahishrekha = 1 Nos.,
Budge-Budge = 1 Nos., Belmuri = 3 Nos.,
Kalyani = 1 Nos., Durgapur = 1
Nos., SV Stations = 174 Nos.)

Amount

00370
1" - ANSI 800# BALL VALVE- BS 5351,
W/W, A/G (Mahishrekha = 3 Nos.,
Budge-Budge = 3 Nos., Belmuri = 9 Nos.,
Kalyani = 3 Nos., Durgapur = 3
Nos.)

21.000

EA

......

.......

00380
4"- ANSI 600# BS-1873 Globe valve,F/F,
A/G (Mahishrekha = 2 Nos.,
Budge-Budge = 1 No., Belmuri = 3 Nos.,
Kalyani = 1 No., Durgapur = 1
No., SV Stations = 58 Nos.)

66.000

EA

......

.......

00390
2" -ANSI 600# BS-1873 Globe valve,F/F,
A/G (Mahishrekha = 1 No.,
Budge-Budge = 1 No., Belmuri = 3 Nos.,
Kalyani = 1 No., Durgapur = 1
No.)

7.000

EA

......

.......

14.000

......

.......

00400
1" X 1" Thermal Relief Valve F/F ANSI
600#x300# (Mahishrekha = 2 Nos.,
Budge-Budge = 2 Nos., Belmuri = 6 Nos.,
Kalyani = 2 Nos., Durgapur = 2
Nos.)
00410
Radiographic Inspection:
Inspection of welding by radiographic
method on all types of piping
including processing of films and
interpreting the results of weld
quality and reporting the same to the
Site Engineer together with
recommendations as to the acceptability
or otherwise of the welds,
submitting the finished radiographic
films as may be approved or
directed by Engineer-in-Charge
inclusive of supply of all pesonnel,
labour, materials, equipment,
consumable, inputs, etc. and providing

page 108

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
all
services complete in all respects as
envisaged in the contract
documents.
Note:
i) Payment will be on the basis of
number of welds of the respective
size radiographed and shall be all
inclusive for the complete job of
radiographic inspection as envisaged in
the contract document.
ii) Radiography not involving full
girth weld will be paid at 50% of
the rate for full girth weld for the
respective size.
iii) For set-on type branch welding,
the rate for radiography will be
as applicable to the branch pipe size.
iv) Repeat radiography of individual
welds due to defective films or
repair of welds shall be done at
contractor's cost.
00420
10" NB Pipe Joints (Mahishrekha = 12
Nos., Budge-Budge = 12 Nos.,
Belmuri = 36 Nos., Kalyani = 12 Nos.,
Durgapur = 12 Nos., SV Stations =
205 Nos.)

Amount

289.000

EA

......

.......

14.000

EA

......

.......

00440
4" NB Pipe Joints (Mahishrekha = 12
Nos., Budge-Budge = 12 Nos.,
Belmuri = 36 Nos., Kalyani = 12 Nos.,
Durgapur = 12 Nos., SV Stations =
750 Nos.)

834.000

EA

......

.......

00450
2" NB Pipe Joints (Mahishrekha = 12
Nos., Budge-Budge = 12 Nos.,
Belmuri = 36 Nos., Kalyani = 12 Nos.,
Durgapur = 12 Nos., SV Stations =
600 Nos.)

684.000

EA

......

.......

00430
8" NB Pipe Joints (Mahishrekha = 2
Nos., Budge-Budge = 2 Nos., Belmuri
= 6 Nos., Kalyani = 2 Nos., Durgapur =
2 Nos.)

page 109

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________

Amount

00460
1" NB Pipe Joints (Mahishrekha = 10
Nos., Budge-Budge = 10 Nos.,
Belmuri = 30 Nos., Kalyani = 10 Nos.,
Durgapur = 10 Nos., SV Stations =
60 Nos.)

130.000

EA

......

.......

00470
3/4" NB Pipe Joints (Mahishrekha = 2
Nos., Budge-Budge = 2 Nos.,
Belmuri = 6 Nos., Kalyani = 2 Nos.,
Durgapur = 2 Nos.)

14.000

EA

......

.......

1.000

LS

......

.......

00010
3,995.000
CABLE TRENCH: Excavation in
unpaved areas of earth in work sites
for conventional cable trenches for a
depth upto 1.5 metres including
shoring, strutting etc. (if
necessary), backfilling the trench, job
complete in all respects, including
all labour and materials
complete as per drawings,
specification and directions of EIC /
Site
Engineer.
Electrcal SV/RCP 3100
T&I(Mahi : 50; Budge B: 50; Belmu: 100;
Kalya:50 ;Durga:50 SV/RCP =595)

M3

......

.......

00020
WBM ROAD / CONCRETE BREAKING :
WBM Road/concrete breaking for

M3

......

.......

00480
Development of As Built Drawings,
Data Sheets etc.:
Development of as built drawings, data
sheets, system details covering
all additional facilities incorporated
under this project in all the
station and furnishing them as
reference document. Additionally,
electronic copy of the documents shall
also be furnished in compact
disks
B ELECTRICAL WORKS - SERVICE

180.000

page 110

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
cable trenches including required
shoring strutting etc., and repairing
of the road/dyke to original
condition and disposing
off
excess
materials (within the work site) job
complete in all respects
including the cost of labour,
tools,
materials, load, lift hire
charges of equipments, if any,
complete as per drawings, specification
and directions of Site Engineer /
Engineer-in-Charge
Electr(SV/RCP =145)
T&I(Mahi : 5; Budge B: 5; Belmu: 5;
Kalya:5 ;Durga:5 SV/RCP =10)

Amount

00030
Cable Laying
Laying of all type of cables LT (PVC
/ XLPE /
Armoured/Unarmoured/Power/ Control/
Signalling) in trenches, in cable
racks, in trays, in protective pipes,
poles,columns, in conduits, in
panels and on structures etc.;including
the supply and installation of
all required materials such as fixing
clamps ,screws, cable straps,
tags etc. as required (other than the
supply of the conduits, cables,
pipes, cable racks, trays, poles,
structures and panels) complete in
all respect, including cost of all
labour, tools, consumable materials
etc. and cutting the cables in required
lengths as per drawings,
specification and directions of Site
Engineer / Engineer-in-Charge
00040
Power cables LT : OD above 20 mm and
upto 40 mm
(SV/RCP = 4495)

4,495.000

......

.......

00050
Power cables LT : OD above 40 mm and
upto 60 mm
(SV/RCP =465)

2,900.000

......

.......

page 111

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
00060
Laying of Armoured/ Unarmoured
Control/signalling cables in trenches,
in
cable racks, in trays, in protective
pipes, in poles, on structures, in
columns, in conduits, in panels etc.
including the supply and
installation of all required materials
such as fixing clamps, screws,
cable straps, tags etc. as required (
other than the supply of the
conduits, cables, pipes, poles,
structures and panels) complete in
every respect as per specifications,
directions of Site Engineer
including cost of all labour, tools,
materials etc.

Amount

00070
2,950.000
Cables having outer diameter upto 20mm.
T&I(Mahi : 250; Budge B: 250; Belmu:
500; Kalya:250 ;Durga:250 SV/RCP
=1450)

......

.......

00080
2,950.000
Cables having outer diameter upto 20 mm
to 30 mm
T&I(Mahi : 250; Budge B: 250; Belmu:
500; Kalya:250 ;Durga:250 SV/RCP
=1450)

......

.......

00090
Capacity above 1 KW and upto 2.5 KW
(SV/RCP =29)

EA

......

.......

29.000

00100
LT Panel:
Erection, installation including within
site transportation, testing and
commissioning of 415 V , owner
supplied power-control- centres, motor
control centres , soft starters, APFC
panel etc. assembling as required,
installation on the already made
foundation channels, aligning,
levelling, grouting, assembling, making
all the inter connections
/outgoing/incoming power & control
page 112

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
cable/ bus duct connection including
making holes for cable entries as
required as per drawing,
specifications and directions of the
Site Engineer/Engineer-in-Charge
including cost of all materials, tools
labour etc. complete in all
respect including termination of all
power , control cables,
installation of thermistor controller,
internal wiring, earthing of LT
panels, supply of cable glands
etc.complete as per cable schedule,
drawings etc.

Amount

00110
2,575.000
Weight of unit upto and including 100 Kg
ELECTRICAL(SV/RCP =2575)

KG

......

.......

00120
Weight of unit above 100 kg
and including 500 kg
ELEC(SV/RCP =4650)

KG

......

.......

LS

......

.......

C TCP WORKS -

4,650.000
but upto

SERVICE

00010
Pipe to Soil Potential Readings :
Testing, measuring, recording
and submitting the cathodic protection
readings along the entire
pipeline by connecting or disconnecting
the Mg anodes, for optimal
protection through test lead box, (in
Nos.) measuring the relevant
reading at the cathodic protection
stations and "pipe to soil potential"
readings at all the test lead locations
along the pipeline and at
stations, preparing and submiting
relative pipe to soil potential
profile and other data as per
specifications and submitting all the
relevant data pertaining to the
cathodic protection of the pipeline, job
complete in all respects as per the
specifications and instructions of
site engineer / EIC, including cost of
all labour, instruments and

1.000

page 113

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
services rendered. The readings shall
be furnished as per the
specifications
00020
Technical Report on TCP System :
Prepare & Submit technical report
including detail engineering & drawings
for TCP system and other
documentations as mentioned in the
specification and as per direction of
site engineer / EIC.

Amount

1.000

LS

......

.......

7.000

EA

......

.......

5.000

SET

......

.......

D INSTRUMENTATION WORKS - SERVICE


00010
Installation, testing and commissioning
of Pressure Indicator (PI) of
various ratings as per directions of
Engineer in-charge/ Site engineer
and Drawings.
00020
Mahishrekha:1,Budge
Budge:1,Belmuri:3,Kalyani:1,Durgapur:1
00030
As built documentation for each station
covering
a)Control /signalling cable layout
drawings
b)Cable trench details
c)Cable marker details
d)Earth grid layout
e)Field instrument termination details
f)Panel foundations details
g)Cable schedule
h)Junction box wiring details
i)Earth resistivity measurement data
j)Field panel termination details
k)Completed work reports formats daily
activity report
l)Calibration data of all instruments
tested as per scope
m)OTDR traces of OFC laid in stations.
00040
Mahishrekha:1,Budge
Budge:1,Belmuri:1,Kalyani:1,Durgapur:1

page 114

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
E OFC WORKS -

Amount

SERVICE

00010
339.000
Laying of HDPE pipe(excluding blowing
of OFC) in mainline pipe trench
at the bottom in all types of soil
(including roads, canals, rivers,
nullahs, water course crossings,
submerged crossings, saltpan areas
etc.) including supply and installation
of suitable straps for strapping
the HDPE duct with mainline pipe for
anti buoyancy, installation of HDPE
duct accessories such as plastic
couplers, end caps, end plugs, cable
sealing plugs, supply and installation
of warning tape, consumable guide
rods, HDPE jointing, inspection of HDPE
joints, testing the installed
HDPE duct by blowing "mandrel" with
compressed air, pressure testing
the HDPE pipe after laying as per
procedure and performing all work as
per drawings, specifications and
instruction of the Engineer-in-charge/
Site Engineer and provisions of the
contract document for making the
duct ready in all respect for OFC
blowing. The job includes
transportation, loading and unloading
of HDPE ducts in nominal length
of 1000 meters and duct accessories
such as couplers, end caps, end
sealing plugs etc. to various sites
along the entire ROW / HDD crossing
locations as per specifications and
directions of Engineer-in-charge/
Site Engineer

KM

......

.......

00020
Transportation (loading and unloading)
of Owner supplied unarmoured
Optical fibre cable (OFC) to various
sites along Right of Way (ROW), pre
laying testing of each cable drum for
each fibre and taking the OTDR
traces, submission of OTDR traces (in
hard as well as soft copy) to

KM

......

.......

355.000

page 115

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Sr.No.
Item Description
____________________________________________________________
Engineer-in-charge/ Site Engineer,
blowing of OFC through contractor
laid HDPE, jointing / splicing of OFC,
post installation testing of OFC
for each fibre for each drum laid &
taking OTDR traces, submission of
OTDR traces (in hard as well as soft
copy) to Engineer-in-charge/ Site
Engineer as per the scope,
specifications and directions of
Engineer-in-charge/ Site Engineer
00030
Installation of OFC jointing kits as
per drawings, specifications and
directions of Engineer-in-charge/ Site
Engineer

Amount

119.000

SET

......

.......

00040
119.000
Installation of RF iD type Electronic
Markers as per tender
specifications. The job includes
configuration & programming of the
Electronic markers to write information
data as per directions of
Engineer-in-charge/ Site Engineer.

SET

......

.......

00050
Installation of pre-fabricated printed
KM markers for OFC & HDPE as per
tender specifications, drawings and
directions of Engineer-in-charge/
Site Engineer

339.000

SET

......

.......

00060
119.000
Installation of OFC Joint pit markers
at every joint location as per
specifications, drawings and directions
of Engineer-in-charge/ Site
Engineer

SET

......

.......

00070
Installation of pre-fabricated RCC
(1:1.5:3) Joint Box with lid as per
tender specifications, drawings and
directions of Engineer-in-charge/
Site Engineer.

SET

......

.......

119.000

page 116

Tendor No.:

PLCC1348B

____________________________________________________________
O.Lev.
Item No
Unit
Rate
Amount
Sr.No.
Item Description
____________________________________________________________
00080
36.000
SET ...... .......
Installation of Transition Pits at
building entry points as per tender
specifications, drawings and directions
of Engineer-in-charge/ Site
Engineer [Haldia, HMRB
Rajbandh,Durgapur, Kalyani, Budge
Budge, Belmuri,
Mahisrekha = 1 set each, Repeaters (3)=
1 set each, SV locations (26) =
1 set each]

If the bidder is registered with NSIC under Ministry of Micro, Small and
Medium enterprises, then, the bidder shall enclose the copy of the recent
valid NSIC certificate without fail. The details of the same are to be
VXEPLWWHGZLWKWHFKQLFDOELG.

Signature of Tenderer

page

117

Annexure - XIVA
UNIFORM HOURLY EQUIPMENT RATES - PHDPL
Sl.
No.

CLASSIFICATION

Excavator (crawler mounted) / Backhoe

Pipe layer (Side Boom) CAT 571 or equivalent

Dozer : CAT D7 / D8

Crane (20 T)

Grader

Dragline / Clamshell

Welding machine - 300 Amp

Pay welder

Bending machine

10

Boring machine

11

Internal line-up clamp (pneumatic)

12

External line-up clamp

13

Compressor (600 cfm)

14

Compressor (300 cfm) and hopper assembly

15

Filling pump (250 300 m3 / hr)

16

High pressure pump (200 bar)

17

Chemical dosing pump

18

Test cabin with all instruments

19

Crane truck

20

Farm tractor

21

Low bed trailer

22

Flat bed trailer

23

Cutting & Bevelling machine

24

Holiday Detector

25

Voltmeter

26

Generator

27

Grinding machine

28

De-watering pump

29

Truck

30

Jeep

31

Pick-up van

RATES (Rs.)

Note : 1. The above hourly rates are inclusive of cost of rental, fuels, lubricants, spares & spare parts,
ancillary equipments, tools, tackles, etc. besides service repairs and maintenance charges,
overheads & profits etc. The rates are not inclusive of operating labour.
2. The above hourly rates shall be applicable to the time the equipment is actually working.

Annexure - XIVB
UNIFORM HOURLY MANPOWER RATES - PHDPL

Sl. No.

CLASSIFICATION

Foreman

Mechanic

Welder

Pipe fitter / fitter

Operator - Heavy equipment

Operator

Heavy duty truck driver

Light vehicle driver

Heavy or skilled worker

10

Semi-skilled worker, Helper, Sack hammer operator,


Paper latcher, Grinder operator etc.

11

Unskilled worker

Note :

RATES (Rs.)

The above hourly rates are inclusive of overtime, wages, workmen's compensation, medical expenses,
leave, leave salary, travel time, insurance, leave travel subsistence, gratuity, provident fund, bonus,
Contractor's overhead & profits etc. and other incidental charges.

You might also like