Vous êtes sur la page 1sur 544

INDIAN OIL CORPORATION LIMITED

(PIPELINES DIVISION)
NORTHERN REGION PIPELINE
P.O. PANIPAT REFINERY
BAHOLI, PANIPAT –132140

TENDER NO.: PNP17130

TENDER FOR

Maintenance, Inspection and Up-keeping of cross-country


pipeline - Pipeline Right of Way, SV Stations and Cathodic
Protection system of NRPL

Group A : Panipat (Stations : Panipat, Ambala, Roorkee,


Najibabad)
Group B : Bijwasan (Stations : Bijwasan, Meerut, Mathura, Tundla
and Bharatpur)
Group C : Jalandhar (Stations : Jalandhar, Sangrur, Bathinda,
Nabha)
Group D : Rewari (Station : Rewari)

Issued by

Chief Technical Services Manager


Northern Region Pipeline
Indian Oil Corporation Ltd.
(Pipelines Division)

Price – Nil
(i)
INDIAN OIL CORPORATION LIMITED
(PIPELINES DIVISION)
NORTHERN REGION PIPELINE
P.O. PANIPAT REFINERY
BAHOLI, PANIPAT –132140

TENDER NO.: PNP17130

TENDER FOR

Maintenance, Inspection and Up-keeping of cross-country


pipeline - Pipeline Right of Way, SV Stations and Cathodic
Protection system of NRPL

Group A : Panipat (Stations : Panipat, Ambala, Roorkee,


Najibabad)
Group B : Bijwasan (Stations : Bijwasan, Meerut, Mathura, Tundla
and Bharatpur)
Group C : Jalandhar (Stations : Jalandhar, Sangrur, Bathinda,
Nabha)
Group D : Rewari (Station : Rewari)

PART - I

(TECHNO COMMERCIAL BID)

Issued by

Chief Technical Services Manager


Northern Region Pipeline
Indian Oil Corporation Ltd.
(Pipelines Division)

(ii)
INDIAN OIL CORPORATION LIMITED
(PIPELINES DIVISION)
NORTHERN REGION PIPELINE
P.O. PANIPAT REFINERY
BAHOLI, PANIPAT –132140

TENDER NO.: PNP17130

TENDER FOR

Maintenance, Inspection and Up-keeping of cross-country


pipeline - Pipeline Right of Way, SV Stations and Cathodic
Protection system of NRPL

Group A : Panipat (Stations : Panipat, Ambala, Roorkee, Najibabad)


Group B : Bijwasan (Stations : Bijwasan, Meerut, Mathura, Tundla and
Bharatpur)
Group C : Jalandhar (Stations : Jalandhar, Sangrur, Bathinda, Nabha)
Group D : Rewari (Station : Rewari)

INDEX

Sl. Description No of Page No


No. pages
From To
Part-I
1. Cover page 1 (i) (i)
2. Inner Cover (Technical Bid) 1 (ii) (ii)
3. Index 2 (iii) (iv)
4. Notice Inviting Tender 3 1 3
5. Chapter I: Special Instruction to Tenderers : Technical 9 1 9
6. Chapter II: Special Instruction to Tenderers : Commercial 20 1 20
7. Chapter III: Special conditions of contract : Technical 11 1 11
8. Chapter IV: Special conditions of contract : Commercial 13 1 13
9. Chapter V: Scope of Work 87 1 87
10. Chapter VI: Technical Specifications 17 1 17
11. Chapter VI: Annexures to Technical Specifications 1 1 1
12. General Conditions of Contract 139 1 139
Amendments to General Conditions of Contract 6 1 6
13. Annexures 29 1 29
14. Unpriced SOR (not to be quoted) to be submitted with techno- 64 1 64
commercial part – Group A
15. Unpriced SOR (not to be quoted) to be submitted with techno- 77 1 77
commercial part – Group B
16. Unpriced SOR (not to be quoted) to be submitted with techno- 47 1 47
commercial part – Group C
17. Unpriced SOR (not to be quoted) to be submitted with techno- 15 1 15
commercial part – Group D
Part-II
18. Bill of Quantity (BoQ) Excel file in Finance packet
against the respective group
of this tender
INDIAN OIL CORPORATION LIMITED PROCEDURE NO:
(PIPELINES DIVISION) QAF:TS:03
NORTHERN REGION PIPELINE EFFECTIVE DATE:
P.O.PANIPAT REFINERY 03.05.2010
BAHOLI, PANIPAT-132140

DETAILED NOTICE INVITING e-TENDER


1. Name of Work Maintenance, Inspection and Up-keeping of cross-country pipeline - Pipeline
Right of Way, SV Stations and Cathodic Protection system of NRPL
Group A : Panipat (Stations : Panipat, Ambala, Roorkee, Najibabad)
Group B : Bijwasan (Stations : Bijwasan, Meerut, Mathura, Tundla and
Bharatpur)
Group C : Jalandhar (Stations : Jalandhar, Sangrur, Bathinda, Nabha)
Group D : Rewari (Station : Rewari)

2. Tender No. PNP17130

3. Tender type Open , e-tender Two Bid

IOCL Pipeline ROW under Northern Region Pipelines (details are mentioned in
4. Area/Location
Chapter 1 – Clause 1.3.0)
24 months from the date of issue of specific notice of commencement by the
Engineer-in-Charge.
5. Completion period The contract may be extended after successful completion of initial contract
validity period of 24 months, for a further period of 12(Twelve) more months or
part thereof on the same rate, terms and conditions at the discretion of the Owner
No Tender fee is applicable for this tender, since the bidders are required to
Tender Fee download the tender documents from IOCL e-tender website
6.
(Non-Refundable) (https://iocletenders.nic.in).

The intending bidder shall have to submit proof of their pre-qualification and
Pre-Qualification
experience along with Part-1 (Technical Bid) of tender. Copies of all the documents
Criteria
shall be self attested.
Annual turnover of the tenderers for at least one of the last 3 (three) financial
years ending 31st Mar’17 shall not be less than amount as tabulated below -
Group Annual Annual Turnover (in Rs. words)
a. Annual Turnover Turnover (in
(for at least one of Rs. figures)
previous 03 financial
A 413.29 Lakhs Four Crore Thirteen Lakhs and Twenty Nine Thousand
year ending 31st
Mar’16) B 332.40 Lakhs Three Crore Thirty Two Lakhs and Forty Thousand
7.
C 232.27 Lakhs Two Crore Thirty Two Lakhs and Twenty Seven
D 105.64 Lakhs One Crore Five Lakhs and Sixty Four Thousand

Group Amount (in Amount (in Rs. Words)


Rs. Figures)
A Two Crore Seventy Five Lakhs and Fifty Three
b. Minimum Working 275.53 Lakhs Thousand
Capital (as per the last B 221.60 Lakhs Two Crore Twenty One Lakhs and Sixty Thousand
audited financial year) C 154.85 Lakhs One Crore Fifty Four Lakhs and Eighty Five Thousand
D 70.43 Lakhs Seventy Lakhs Forty Three Thousand
Note:

1. Working capital shall be calculated as Current Assets minus Current Liabilities


as reported in the Audited Balance Sheet.
2. In case the bidder’s 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.
The Tenderer’s Concurrent commitments i.e. value of existing commitments for
ongoing works should not be more than 2 (two) times the annual turnover.
c. Concurrent Tenderers are required to submit the existing commitments for on-going works for
commitments the period one year counting from the month of start of tender sale in the format
attached as Annexure ‘XIV’ duly certified by a chartered accountant with his stamp
and signature.

Groups 3 similar completed 2 similar completed 1 similar completed


work each costing work each costing work costing not less
not less than (in Rs. not less than (in Rs. than (in Rs. Lakh)
Lakh) Lakh)
d. Min. Value of single
completed work order A 350.25 466.99 583.74
executed for similar B 281.69 375.59 469.48
jobs during last 05 C 196.84 262.45 328.06
years ending on start D 89.52 119.36 149.20
date of download/sale
Proof shall be in the form of copy of work order & completion certificate for similar
of tender document
nature of job. Similar nature is defined as “Any Mainline
Maintenance/refurbishment/repair/laying work of cross country liquid
petroleum/natural gas/any other hydrocarbon pipeline”. The works completed
after commencement of sale of this tender will not be taken into consideration.
1. PF code allotment letter
e. Other documents to
2. Service tax/VAT/TIN no.
be submitted
3. PAN card details
4.ESI (if applicable)
8. Tender download date 1300 hour of 10.03.2018
9. Pre bid meeting date 1100 hour of 14.03.2018
Last date for tender
10. 1500 hour of 09.04.2018
submission
Part-I (Techno commercial bid) shall be opened on 10.04.2018 at 15:30 or any
11. Tender opening date
convenient date thereafter
The tenderer shall furnish, as part of his tender, an amount as tabulated below as
Earnest Money Deposit at the time of submission of the tender:
Group EMD (in Rs. EMD (in Rs. words)
figures)
A 13,77,700.00/- THIRTEEN LAKHS SEVENTY SEVEN THOUSAND SEVEN
HUNDRED
12. Earnest Money Deposit
B 11,08,000.00/- ELEVEN LAKHS EIGHT THOUSAND
C 7,74,300.00/- SEVEN LAKHS SEVENTY FOUR THOUSAND THREE
HUNDRED
D 3,52,200.00/- THREE LAKHS FIFTY TWO THOUSAND TWO HUNDRED
In case bidder opts to bid for multiple groups, then cumulative amount needs to be
submitted
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

CHAPTER I
SPECIAL INSTRUCTIONS TO TENDERERS
Technical

INDEX
Clause No. DESCRIPTION

PART 1
1.1 INFORMATION

1.2 INTRODUCTION

1.3 SITE LOCATION DETAILS

1.4 BRIEF DESCRIPTION OF WORK

1.5 SITE VISIT

1.6 LOCAL CONDITIONS

1.7 CRITERION FOR EVALUATION

1.8 DOCUMENT TO BE SUBMITTED ALONG WITH BID

1.9 DATA & DOCUMENTATION REQUIRED AFTER AWARD OF WORK


1.10 SPECIAL INSTRUCTION TO E-BIDDERS
1.11 OTHER REQUIREMENTS

Tender No. PNP17130


Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 1 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

1.1.0 INFORMATION
The information given in the Bid Documents and plans and drawings forming part thereof are merely
intended as a general information without any undertaking on the part of the Owner as to its accuracy
and without obligation relative thereto upon the Owner. The Bidders are expected to conduct their
own surveys and investigations prior to Bidding.
Before bidding, the Bidder shall undertake and shall be deemed to have undertaken a thorough
study of the proposed work, the job site(s) involved, the site conditions, the labour, power, water,
material and equipment availability, transport and communication facilities and temporary offices
and accommodation quarters, and all other factors, constraints and facilities necessary for the
formulation of the Bid, supply of materials and the performance of the work(s) as envisaged in this
document.
The bidder shall inspect and examine the site(s) and its surroundings and shall satisfy himself before
submitting his tender as to the nature of the ground present, physical conditions and all roads,
approaches and lands which may be used temporarily otherwise in connection with the works,
means of access to the site, accommodation he may require and in general shall himself obtain all
necessary information as to risks, contingencies and other circumstances which may influence or
affect his tender.
1.2.0 INTRODUCTION
Indian Oil Corporation Limited (IOCL), a Government of India Undertaking owns, operates and
maintains an extensive network of cross-country pipelines for transportation of Crude Oil and
Petroleum products to different destinations throughout the length and breadth of the sub-continent.
Indian Oil Corporation Limited, a company registered in India under the Companies Act,1956 invites
tenders from bona fide and experienced Contractors of financial standing and reputation for the
following job:
Name of Work: Maintenance, Inspection and Up-keeping of cross-country pipeline - Pipeline Right
of Way, SV Stations and Cathodic Protection system of NRPL
Group A : Panipat (Stations : Panipat, Ambala, Roorkee, Najibabad)
Group B : Bijwasan (Stations : Bijwasan, Meerut, Mathura, Tundla and Bharatpur)
Group C : Jalandhar (Stations : Jalandhar, Sangrur, Bathinda, Nabha)
Group D : Rewari (Station : Rewari)
Tender No. : PNP17130
1.3.0 SITE LOCATION DETAILS:
Pipeline Right of Way under Northern Region Pipelines -
PIPELINE LENGTH IN PNP BASE (GROUP A, GROUP C and GROUP D)
DPPL-MPL DPPL-NFL
STATE MJPL MPPL KRNPL PRPL SMPL PBAPL DPPL PBPL PJPL Total Length KM
Spur Line Spur Line
Rajasthan 0 78 0 0 78 0 0 0 0 0 0 156
Haryana 181.7 171.3 35 155 169.75 63 51.191 88 92 6.624 1.8 1015.365
Punjab 149.877 0 0 0 0 0 0 128 181.639 0 0 459.516
UP 0 0 81.75 0 0 0 0 0 0 0 0 81.75
UK 0 0 51.25 0 0 0 0 0 0 0 0 51.25
Delhi 0 0 0 0 0 0 0 0 0 0 0 0
Total 331.577 249.3 168 155 247.75 63 51.19 216 273.639 6.624 1.8 1763.881
PIPELINE LENGTH IN BIJ BASE (GROUP B)
MJPL TIKRI - DPPL-MPL DPPL-NFL
STATE MJPL SnMPL KRNPL MTPL SMPL PBAPL DPPL MBPL Total Length KM
LOOP LINE Spur Line Spur Line
Rajasthan 0 0 0 0 72.328 0 0 7.828 0 0 0 80.156
Haryana 93.8 23.5 0 0 0 12 0 0 0 0 0 129.3
Punjab 0 0 0 0 0 0 0 0 0 0 0 0
UP 62.5 46.5 0 58 13.672 0 80.809 15.172 0 0 0 276.653
UK 0 0 0 0 0 0 0 0 0 0 0 0
Delhi 37.3 0 0 0 0 35 0 0 6.6 0 0 78.9
Total 193.6 70 0 58 86 47 80.809 23 6.6 0 0 565.009

TOTAL PIPELINE LENGTH IN NRPL 2328.890


Tender No. PNP17130
Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 2 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
STATION WISE ROW LENGTH
PANIPAT Base (GROUP A, GROUP C and GROUP D)
ROW Length
SL Station Pipeline From CH. KM To CH. KM PL Length KM Total PL Km TOTAL ROW Km
Km
MPPL 1077 1169.75 92.75
CROW SMPL CP (New)* 259.5 352.25 92.75 92.75
PRPL 95.5 2.75 92.75
Independent PRPL 96 95 1 1
Independent PRPL 76.5 77 0.5 0.5
MPPL 1169.75 1173.3 3.55
CROW 3.55
PRPL 2.75 0 2.75
PBPL 0 4 4
CROW 4
DPPL-MPL 0 4 4
PBPL 4 4.7 0.7
CROW PJPL 8 8.7 0.7 0.7
DPPL-MPL 4 4.7 0.7
Independent DPPL-MPL 4.7 6.624 1.924 1.924
PBPL 4.7 74 69.3
1 Panipat CROW 645.165 69.3 312.215
PJPL 8.7 78 69.3
MJPL DA 47 89 42
CROW 42
PBAPL 47 89 42
Independent DPPL 80.809 110 29.191 29.191
MJPL DA 89 92 3
CROW PBAPL 89 92 3 3
DPPL 110 113 3
PBAPL 92 110 18
CROW 19
DPPL 113 132 19
Independent MJPL DA 92 120 28 28
Independent MJPL - LOOP LINE 0 5.5 11 5.5
Independent PJPL 0 8 8 8
Independent SMPL CP (New)* 352.25 354.25 2 2
Independent NFL hook up 0 1.8 1.8 1.8
MPPL 924 1018.5 94.5
CROW 94.5
SMPL CP (New)* 106.5 201 94.5
Abandoned SMPL CP (Orig.) 194.5 201 6.5 6.5
2 Rewari MPPL 1018.5 1077 58.5 365.5 160.5
CROW SMPL CP (New)* 201 259.5 58.5
59.5
PRPL 154 95.5 58.5
Independent PRPL 154 155 1
Independent MJPL DA 120 202.7 82.7 82.7
3 Ambala Independent MJPL AJ 0 80 80 197.7 80 197.7
Independent KRNPL 0 35 35 35
PBPL 74 92.5 18.5
CROW 18.5
4 Sangrur PJPL 78 96.5 18.5 124.5 106
Independent PBPL 92.5 180 87.5 87.5
5 Bhatinda Independent PBPL 180 216 36 36 36 36
6 Nabha Independent PJPL 96.5 198.3 101.8 101.8 101.8 101.8
Independent MJPL AJ 80 91.3 11.3 11.3
MJPL AJ 91.3 164.877 73.577
7 Jalandhar CROW 160.216 73.577 86.639
PJPL 198.3 271.877 73.577
Independent PJPL 271.877 273.639 1.762 1.762
8 Roorkee Independent KRNPL 35 144 109 109 109 109
9 Najibabad Independent KRNPL 144 168 24 24 24 24
Total KM 1763.881 1133.854

BIJWASAN Base (GROUP B)


SL Station Pipeline From CH. KM To CH. KM PL Length KM Total PL Km Total KM ROW

Independent MJPL MD 62.5 146.6 84.1 84.1


MJPL-DA 0 47 47
CROW 47
1 Bijwasan 184.7 134.4
BPPL (CROW) 0 47 47
MJPL TIKRIKALAN
Independent 0 3.3 6.6 3.3
(LOOP LINE)
Independent MJPL MD 0 62.5 62.5 62.5
Independent MTPL 0 23 23 23
2 Mathura Independent MBPL 0 1.5 1.5 114.344 1.5 100.672
SMPL CM 789.328 803 13.672
CROW 13.672
MBPL 1.5 15.172 13.672
Independent MBPL 15.172 23 7.828 7.828
3 Bharatpur 80.156 80.156
Independent SMPL CM 717 789.328 72.328 72.328
4 Tundla Independent MTPL 23 58 35 35 35 35
Independent SnMPL 0 70 70 70
5 Meerut 150.809 150.809
Independent DPPL 0 80.809 80.809 80.809
Total KM 565.009 501.037
Grand Total (KM) 2328.890 1634.891
Tender No. PNP17130
Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 3 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

LIST OF STATIONS UNDER NORTHERN REGION PIPELINES


S.No. Station Address
1 Panipat Indian Oil Corporation Limited, Northern Region Pipelines, P. O. Panipat
Refinery, Baholi, District Panipat -132140, Haryana, India.
2 Rewari Indian Oil Corporation Limited, Northern Region Pipelines, (MPPL, PRPL, and
SMPL), Village &PO: Karanawas, Bawal road, Rewari, Haryana, India – 123401.
3 Ambala Indian Oil Corporation Limited, Northern Region Pipelines, G T Road, Ambala
Cantt. Haryana, India – 133001.
4 Sangrur Indian Oil Corporation Limited, Northern Region Pipelines, Village: Kambo,
Majra, Jind Road, Sangrur Punjab, India – 148001.
5 Bhatinda Indian Oil Corporation Limited, Northern Region Pipelines (PAJPL
&PJPL),Mansa Road, PhoosMandi, P.O. Jassi, Bhatinda, Punjab, India –
151001.
6 Jalandhar Indian Oil Corporation Limited, Northern Region Pipelines, GT Road,
SuchiPind, Jalandhar, Punjab, India – 144009.
7 Nabha Indian Oil Corporation Limited, Northern Region Pipelines, Bhawani Garh,
road, Nabha, district Patiala, Punjab, India – 147201.Haryana, India – 132114.
8 Kohand Indian Oil Corporation Limited, Northern Region Pipelines, Assandh-Kohand
road, Village Gudha, District Karnal, Haryana, India – 132114.
9 Mathura Indian Oil Corporation Limited, Northern Region Pipelines (NRPL&SMPL), P.O.
Mathura Refinery, Mathura, Uttar Pradesh, India – 281005.
10 Bijwasan Indian Oil Corporation Limited, Northern Region Pipelines, Kapashera-
Najafgarh Road, Bijwasan, New Delhi, India – 110061.
11 Tundla Indian Oil Corporation Limited, Northern Region Pipelines, Etmadpur, Tundla,
Agra, Uttar Pradesh, India – 283003.
12 Meerut Indian Oil Corporation Limited, Northern Region Pipelines, Partapur, Meerut,
Uttar Pradesh, India – 250103.
13 Roorkee Indian Oil Corporation Limited, Northern Region Pipelines, Village Landura,
Lashkar Road, Roorkee,Uttarakhand, India – 247664.
14 Nazibabad Indian Oil Corporation Limited, Northern Region Pipelines, Adarsh Nagar,
Najibabad, DistBijnor, Uttar Pradesh,India – 246763.
15 Bharatpur Indian Oil Corporation Limited, Northern Region Pipelines, Mathura-
Bharatpur State highway, Vill. Dharmui,P.O. Rarah, Dist. Bharatpur, Rajasthan,
India – 321025
16 Tikarikalan Indian Oil Corporation Limited, Northern Region Pipelines Ghevra Mode, New
Delhi, India – 110041.

LIST OF RCP LOCATIONS UNDER NORTHERN REGION PIPELINES


Administrative
S No. RCP Name Address
office/Station
1 Panipat Chulkana Indian Oil Corporation Ltd., Chulkana RCP, approximate
12 KM away from NH-1 (Samalkha), Village- Chulkana,
Tehsil- Samalkha Dist. -Panipat, Haryana.

Tender No. PNP17130


Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 4 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Samalkha Indian Oil Corporation Ltd., Samalkha- Barota RCP,


approximate 15 KM away from Karnal bus stand on
Karnal- Munak road, Village Samalkha-Barota, Dist.
Karnal, Haryana.
Khanpur Indian Oil Corporation Ltd., Khanpur RCP, approximate
10 KM away from (NH-71A) Gohana& near
KanyaGurukul, Village- Khanpur Kala,Tehsil- Gohana,
Dist.- Sonipat, Haryana.
Kultana Indian Oil Corporation Ltd., Kultana RCP, approximate 10
km away from (NH-10) Sampla, Village- Kultana, Tehsil -
Sampla, Distt. -Jhajjar, Haryana
Jatheri Indian Oil Corporation Ltd., Jatheri RCP, approximate 5
km away from Pundari Bus stand on Pundari- Rajaund
road, Vill- Jatheri, Tehsil- Pundari, Distt.- Kaithal, Haryana
2 Bijwasan Bhanguri Indian Oil Corporation Limited, Bhanguri Repeater
station, Palwal- Hathin Road, Bhanguri village, District
Palwal, Haryana
3 Meerut Manauli Indian Oil Corporation Ltd, Manauli RCP, Near Yamuna
Baandh, approximate 15KM from MotiLal Nehru Sports
Complex- Rai, Village- Manauli, Distt.- Sonepat, Haryana
Sonepat Indian Oil Corporation Ltd, Sonepat T-point, Near
132kVA Sub station Harsanakala, Kharkoda Road, Village-
Rohat, Distt. -Sonepat, Haryana
4 Mathura Chatta Indian Oil Corporation Limited, Chhata Repeater station,
Barsana road, near Railway crossing, Chhata, Mathura,
Uttar Pradesh
HajipurKhera Indian Oil Corporation Ltd. Mathura Tundla Pipeline,
Situated on Agra Mathura Road in village HazipurKhera
about 6 KM from Main Road (Near Khandoli) in State UP.
5 Roorkee Munda Khera Indian Oil Corporation Ltd. Kurushetra-Roorkee-
Nazibabad Pipeline (KRNPL), Situated on Raisi-Balawali
road in village Mundakhera, about 6 KM from Laksar
Railway station on Roorkee- Haridwar road in
Uttaranchal.
Dabki - Gujjar Indian Oil Corporation Ltd. Kurushetra- Roorkee-
Nazibabad Pipeline (KRNPL),) Situated in village Dabki
Gujjar about 2.5 km from Saharanpur Chilkana road in
Uttar Pradesh.
Chudiala Indian Oil Corporation Ltd. Kurushetra-Roorkee-
Nazibabad Pipeline (KRNPL), village Churiala, about 8 KM
from Bhagwanpur police station on Roorkee-Saharanpur
raod in Uttaranchal.
6 Ambala Kurukshetra Indian Oil Corporation Ltd. Kurushetra- Roorkee-
Nazibabad Pipeline (KRNPL) , Ladwa Road near New
AnajMandi, Kurushetra , Haryana

Tender No. PNP17130


Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 5 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Mandhar Indian Oil Corporation Ltd. Kurushetra- Roorkee-


Nazibabad Pipeline (KRNPL) approx 2KM away from
Alahar-Jathlana Road crossing on Mandhar-Alhana Road
in village Mandhar PO: JathlanaDistt Yamuna Nagar
Haryana
Salimpur Indian Oil Corporation Ltd.,Village& PO Salimpur,
ThesilSirhind, DistFathegarh Sahib, Punjab
7 Jalandhar Hedon Indian Oil Corporation Ltd.,Hedon RCP, Village Hedon,
Tehsil Samrala, Dist Ludhiana, Punjab 141114
Urapur Urapar RCP, Indian Oil Corporation Ltd., Panipat
Jalandhar Pipeline/Mathura Jalandhar Pipeline
(PJPL/MJPL), Phillaur - Nawanshahr metalled road.
NawanShehar District Punjab.
8 Sangrur Taranwali Taranwali RCP, Panipat Jalandhar Pipeline/Panipat
Bhatinda Pipeline,(PJPL/PBPL), Indian Oil Corporation
Ltd., Village Taranwali, PO Mastgura, Tehsil Guhla,
Khalori – Patada Road Dist – Kaithal ,Haryana.
Joga/Bhaini Indian Oil Corporation Ltd., Panipat - Bathinda Pipeline
Fatta (PBPL), Village Bhaini Fatta, Tehsil Tapa, District Barnala,
Punjab – 148 101.
9 Rewari AsadpurKhera Indian Oil Corporation Ltd., Asadpurkhera RCP,
Appoximate 3 km away from village Machroli on Jhajjar –
Rewari SH Road in DisttJhajjar, Haryana
Jainpurawas

10 Nabha Deheru Deheru RCP, Panipat Jalandhar Pipeline,(PJPL), Indian Oil


Corporation Ltd., , Village Daheru, Tahsil Khanna,
District Ludhiyana – Punjab.

LIST OF SV LOCATIONS UNDER NORTHERN REGION PIPELINES


Sl. Location Pipeline Jurisdiction
1. Indian Oil Corporation Ltd, SV-1, approximate 2KM Dadri Panipat R-LNG NRPL Meerut
away from Muradnagar-Loni Water Pipeline Road & Pipeline
approx. 10KM from NH-58, Duhai, Village-
MilakChakarpur, Tehsil- Modinagar, Distt.
Ghaziabad, UP
2. Indian Oil Corporation Ltd, SV-2, Dhikoli- Rataul Dadri Panipat R-LNG NRPL Meerut
Road , approximate 17KM away from Baghpat Bus Pipeline
Stand, Village- PanchiKhaspur, Tehsil: Baghpat,
Distt- Baghpat, U.P

Tender No. PNP17130


Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 6 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

3. Indian Oil Corporation Ltd, SV-3, approximate 3 KM Dadri Panipat R-LNG NRPL Meerut
away from Baghpat Road (Tateri) Railway Station, Pipeline
Village- BrahmanPutti, Tehsil: Baghpat, Distt-
Baghpat, U.P

4. Indian Oil Corporation Ltd., SV- 4, approximate 10 Dadri Panipat R-LNG NRPL Panipat
km away from ( NH-1) Patikalyana, Village- Dehra, Pipeline
Tehsil - Gannaur, Distt.- Sonipat, Haryana
5. Indian Oil Corporation Ltd., SV- 5, approximate 5 Dadri Panipat R-LNG NRPL Panipat
KM away from NH-1 ( Shivah), Village Diwana , Pipeline
Tehsil- Panipat , Distt. - Panipat, Haryana.
6. Indian Oil Corporation Ltd., SV- 6, approximate 0.5 Dadri Panipat R-LNG NRPL Panipat
km away from Binjhol Railway Station, Village- Pipeline
Binjhol, Tehsil- Panipat, Distt.- Panipat, Haryana

PIPELINES UNDER NORTHERN REGION PIPELINES JURISDICTION


PIPELINE LENGTH (KM)
MPPL Mundra Panipat Pipeline 249.3
SMPL CP Salaya Mathura Pipeline - Chaksu Panipat Section 242.5
SMPL CM Salaya Mathura Pipeline - Chaksu MathuraSection 86
SMPL DBN Loop Salaya Mathura Pipeline - Debottlenecking Loop 5.25
PRPL Panipat Rewari Pipeline 155
PBPL Panipat Bathinda Pipeline 216
MJPL MD Mathura Jalandhar Pipeline - Mathura Delhi Section 146.6
MJPL DP Mathura Jalandhar Pipeline - Delhi Panipat Section 118.1
MJPL PA Mathura Jalandhar Pipeline - Panipat Ambala Section 101.5
MJPL AJ Mathura Jalandhar Pipeline - Ambala Jalandhar Section 164.877
PJPL Panipat Jalandhar LPG Pipeline 274.339
PBAPL Panipat Bijwasan ATF Pipeline 110
DPPL Dadri Panipat R-LNG Pipeline 132
DPPL NFL Dadri Panipat R-LNG Pipeline - National Fertilisers Ltd. Spur P/L 1.8
DPPL MPL Dadri Panipat R-LNG Pipeline - Micropolypet Spur P/L 6.624
KRNPL Kurukshetra-Roorkee-Najibabad Pipeline 168
SnMPL Sonepat Meerut Pipeline 70
MTPL Mathura Tundla Pipeline 58
MBPL Mathura Bharatpur Pipline 23
2328.89

1.4.0 BRIEF DESCRIPTION OF WORK :


1.4.1 Owner indents to line up a contract “Maintenance, Inspection and Up-keeping of cross-country
pipeline - Pipeline Right of Way, SV Stations and Cathodic Protection system of NRPL”
1.4.2 The bidder may give their offer for one or more than one (i.e. multiple) groups of the work. However
owner shall have the right to award the work all groups of work either to single contractor or to
different contractor as per terms and condition of tender. Single Group of work shall mean total scope

Tender No. PNP17130


Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 7 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

of work envisaged in that Group and no bifurcation of scope of work of the said Group shall be made
while awarding the work.
1.4.3 In case the bidder quotes for more than one groups (i.e. multiple groups) then
I. The bidder shall have to fulfil the qualification criteria as mentioned in clause 2.13.0 (Chapter
II, Special Instructions to Tenderers (Commercial)) in the cumulative way for all the groups
quoted.
II. The bidder shall have to give their preference of groups in Annexure-XVIII which shall be non-
changeable.
III. If the qualification criteria as mentioned in clause 2.13.0 (Chapter II, Special Instructions to
Tenderers (Commercial)) are not fulfilled in the cumulative way for all the groups quoted, then
the bids shall be evaluated in the order of preference given by the bidder in Annexure-XVIII.
IV. In case of non-submission / part-submission of preference of groups in Annexure-XVIII, the bid
shall be evaluated considering decreasing order of preference as A, B, C & D and no
clarification/query shall be asked from the bidder in this regard.
1.4.4 The detailed scope of work is as enumerated in Chapter-V: Scope of Work in the tender documents.

1.5.0 SITE VISIT


The Tenderers are advised to visit the station locations and obtain all information that may be
necessary for preparing the tender 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. The intending Tenderers may contact the tender issuing authority
for any site visit.

1.6.0 LOCAL CONDITIONS


1.6.1 It will be imperative on BIDDER to acquaint himself of all local laws, conditions and factors which may
have any effect on the execution of works and supplies under the Bid document. In their own interest,
the BIDDERs are requested to familiarise themselves with, but not limited to, the Indian Income Tax
Act,1961, Indian Companies Act, 1956, Indian Customs Act, 1962, Factory act, Contract labour
Regulation & Abolition Act, 1970, Arbitration Act, P.F. Act and other related Acts, Laws and
Regulations, with their latest amendments, as prevalent in India. OWNER shall not entertain any
request for clarification from the BIDDER regarding such local conditions.

1.6.2 It must be understood and agreed that such factors have properly been investigated and considered
while submitting the Bid. No claim for financial and other adjustments to the contract price, on
account of lack of clarity or proper understanding of such factors, shall be entertained.

1.7.0 CRITERIA FOR EVALUATION


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.

(A) Experience criteria


Bidder should have successfully completed contract of “Any Mainline
Maintenance/refurbishment/repair/laying works of cross country liquid petroleum/natural

Tender No. PNP17130


Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 8 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

gas/any other hydrocarbon pipelines” against a Single Work Order during the last five years ending
on the start date for download of tender document.

This shall be supported by copies of Work order/ Letter of Acceptance and Completion certificate as
stated in clause 2.13.1 of chapter 2 Special Instruction To Tenderer – Commercial. Without these
details, the offer shall be liable for rejection without any further correspondence/intimation to the
bidder. The commercial evaluation criterion is mentioned in clause 2.13.0 of Chapter II: Special
Instruction to Tenderer-Commercial of tender document.

1.8.0 DATA AND DOCUMENTATION REQUIREMENT ALONG WITH THE BID


1.8.1 Documentation to be supplied with each offer:
a) Customers list of last 3 years for similar equipment with Work Order reference number and
contact person’s details like name, designation, organisation, telephone/ fax number etc.
b) Bar chart for the work
c) Details of equipment & manpower to be deployed for the execution of the work.

1.9.0 DATA & DOCUMENTATION REQUIRED AFTER AWARD OF WORK


After the award of work, contractor shall provide details of work performed as directed by Engineer In
charge.

1.10.0 SPECIAL INSTRUCTION TO E-BIDDERS


Special instruction to e-bidders can be downloaded from link as follow:
https://iocletenders.nic.in/nicgep/app?page=WebAnnouncements&service=page

1.11.0 OTHER REQUIREMENTS


Clause-by-clause compliance/ deviations of the tender including Annexures are to be furnished along
with the bid. Attaching a mere deviation statement with respect of some clauses would mean the
remaining clauses stand complied.

Tender No. PNP17130


Chapter I SPECIAL INSTRUCTION TO TENDERER: Technical Page 9 of 9
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

CHAPTER II
SPECIAL INSTRUCTIONS TO TENDERERS
Commercial
INDEX
Clause No. DESCRIPTION
PART 1
2.0.0 TENDER DOCUMENT
2.1.0 PRICE OF TENDER DOCUMENT
2.2.0 SUBMISSION OF OFFER
2.3.0 INSTRUCTION TO BIDDERS FOR PARTICIPATION IN E-TENDER
2.4.0 SUBMISSION OF ONLINE BIDS/OFFERS ELECTRONICALLY AGAINST E-TENDERING
2.5.0 DIGITAL SIGNATURE
2.6.0 NEED FOR DIGITAL SIGNATURE
2.7.0 PRE-BID CONFERENCE
2.8.0 SUBMISSION OF DOCUMENTS
2.9.0 OPENING OF BID
2.10.0 LAST DATE FOR SUBMISSION OF BID
2.11.0 VALIDITY OF OFFERS
2.12.0 EARNEST MONEY DEPOSIT (EMD)
2.13.0 CRITERION FOR EVALUATION
2.14.0 RIGHT OF OWNER TO ACCEPT OR REJECT TENDERS
2.15.0 MODIFICATION AND WITHDRAWAL OF BIDS
2.16.0 CONFORMITY TO TERMS AND CONDITIONS OF BID DOCUMENTS
2.17.0 CURRENCIES AND PAYMENT
2.18.0 CORRIGENDUM/ADDENDA/ CLARIFICATION
2.19.0 PLACE OF PAYMENT
2.20.0 COST OF BIDDING
2.21.0 CLARIFICATION OF BIDS
2.22.0 EVALUATION AND COMPARISION OF BIDS
2.23.0 LANGUAGE OF BID
2.24.0 SIGNING OF THE CONTRACT
2.25.0 CONFIDENTIALITY
2.26.0 ADDENDA
2.27.0 REJECTION OF TENDERS
2.28.0 BILL TRACKING SYSTEM
2.29.0 GRIEVANCE OFFICER

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 1 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

2.0.0 TENDER DOCUMENT


2.0.1 The tender documents include the following:-

Part-A TECHNO-COMMERCIAL BID


Tender document comprising:
 General Condition of Contract (GCC)
 Chapter-I Special Instructions to Tenderer (SIT) -Technical
 Chapter-II Special Instructions to Tenderer (SIT) -Commercial
 Chapter III Special Conditions of Contract (SCC)-Technical
 Chapter IV Special Conditions of Contract (SCC)-Commercial
 Chapter V Technical Specification / Drawing
 Chapter VI Annexures
-Annexures Technical bid
-Annexures Commercial bid
 Unpriced SoR
Part-B PRICE BID
Schedule of Rates (SOR)

2.0.2 Owner has hosted the complete tender document on the web site (https://iocletenders.nic.in) and has
ensured its availability for downloading the full set as mentioned in clause 2.0.0 above. The tenderers
are required to download the complete tender document from the above mentioned website only as
per the index of the tender, compile the same and submit with their duly signed offer online only.
2.0.3 The tenderer is expected to examine the tender document, including all instructions, and specifications
in the tender document. Failure to furnish all the information required as per the tender documents or
submission of tender not substantially responsive to the tender requirements in every respect shall
result in the rejection of the tender.
2.0.4 The tender documents shall remain the exclusive property of the Owner without any right with the
Tenderer to use them for any purpose except for the purpose of tendering and for use by the
successful Tenderer with reference to the work.
2.0.5 Any person/ bidder downloading the tender document from Owner’s web site 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 route maps forming part
thereof, it being understood that the information therein are confidential and that the tender
documents have been downloaded by the eligible tenderer solely for the purpose of bidding.
2.0.6 The tender document is non-transferable

2.1.0 PRICE OF TENDER DOCUMENT


2.1.1 The Price of Rs.1.00 (Rupee One only) payable for the Tender Documents is made up of following:

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 2 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Price for use of Tender Document : Rs 1.00


Less paid by OWNER to tenderer by way of adjustment to keep the Tender offer open : Rs 1.00
Balance : Rs.0.00 (NIL)

The price of the Tender Document is the net cost/price per set of Tender Document, after accounting for
the consideration paid by the OWNER to the tenderer, for keeping the tenders valid for the prescribed
period, and any extension(s) thereof.

2.1.2 As detailed above, no Tender fee is payable for this tender, since the bidders are required to download
the complete tender document from IOCL e-tender website (https://iocletenders.nic.in).

2.2.0 SUBMISSION OF OFFER


2.2.1 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 2.2.11 and its sub clauses.
2.2.2 Tenderers shall quote as per the following:
i. Bidder may quote for any of the group or multiple groups.
ii. For bidding in a particular group, Bidder has to quote in BOQ (PRICE BID) of e tender of
that particular group. For example: if bidder want to quote for group A, then bidder has to
quote in BOQ of e-Tender for that particular group.
iii. For bidding in multiple groups, bidder has to quote in BOQ of respective e tender
separately.
iv. As per the requisite evaluation criteria Clause 2.13.0 and SIT-Technical Clause 1.7.0, if the
bidder qualifies for any one group then the bidder has to bid for that particular group
only.
v. The bidder opts to bid for multiple groups then he/she must fulfil requisite qualification
for the combination of all the quoted groups in a cumulative way.
vi. This tender document shall be binding for all the groups.
2.2.3 Tenders shall be based strictly on the terms, conditions and specifications contained in the Tender
document.
2.2.4 Any deviation and exceptions taken to terms and conditions of the tender documents must be clearly
listed out and submitted along with techno-commercial part of the offer as per proforma attached
Annexure III & XIV.
2.2.5 The Tender shall be submitted in “two bid system” in two parts viz. PART-A (Techno-commercial Bid)
and PART-B (PRICE BID) as detailed below through online mode only.
PART – A : Technical and commercial aspects of the offer of the tender
(Techno-commercial Bid) documents with NO PRICE indicated therein.
PART – B : It shall be noted that this part shall contain ONLY PRICES and
(PRICE BID) 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.

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 3 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

2.2.6 All Amendments to tender documents issued by Owner subsequently, if any, must be acknowledged,
signed and submitted along with the Tender. The Tender submitted by the Tenderer shall take into
account any and all impacts of all such amendments. It should be noted that all amendments/
corrigenda to the tender documents will be placed on the above website only and it shall be the
responsibility of the bidders to download the same for taking appropriate action at their end.
2.2.7 The tender shall be completely filled in all respects and with requisite information and annexures strictly
in the order indicated in Clause 2.2.11. 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.
2.2.8 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.
2.2.9 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 offer, the bid shall be
liable for rejection.
2.2.10 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
i. A copy the certificate issued by the Authorities under the Micro, Small & Medium enterprises
Development Act 2006. Please note that only notarized copy of the certificates will be
acceptable. For digitally verifiable certificate, notorised copy is not manadatory.
ii. An attested copy of the SC/ST certificate (applicable to MSEs owned by SC/ST entrepreneurs).
Original certificate as and when sought by the owner shall be submitted by the bidder for
verification.

2.2.11 PART-A ( Techno-Commercial Bid)


The techno-commercial part of the tender document shall be submitted as detailed below:-
(I) Commercial Bid –Fee Cover
The bidders are required to upload the scanned copy of the following list of documents/submit
following details within the period of bid submission:
i. Earnest Money Deposit as per Clause 2.12.0 hereof.
ii. Scanned copy of UNPRICED SOR duly signed shall be uploaded along with the above
declaration
iii. Duly filled Annexures: I to XVII
a. Master Checklist-Annexure-I
b. Tender Forwarding Letter-Annexure-II
c. Exceptions/deviations pertaining to the tender document covering Special Instructions to
Tenderers, General Conditions of Contract (GCC), Special Conditions of Contract (SCC), Scope
of work, BoQ (Schedule of rates) and other tender conditions to be indicated only in the
format attached as Annexure-III & Annexure-XV.

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 4 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Bidders are specifically informed that any exception, deviation and/or techno commercial
term(s) and condition(s) written elsewhere in the tender document shall not be considered
and any and all implications of such non consideration shall be to the bidders account. In case
the prescribed format or form is not submitted, it shall be presumed that the bidder confirms
to fully agree with and comply the tender stipulation in all respect.
d. Declaration as per performa given in Annexure-IV regarding Non-engagement of child labour.
e. Declaration for acceptance of terms and conditions of Techno-commercial volumes of the
tender documents including SOR as per Annexure-V..
f. Bank details for e-payment as per Annexure –VI
g. Declaration of Blacklisting as per Annex-VII. In case of JV members, the declaration shall be
furnished by all the JV members.
h. Confidentiality declaration as per Annex-VIII
Rate of service tax considered for this job after abatement, (if any) as per Annex-IX
i. Declaration of relationship with directors of IOCL as per Annex-IX
j. “Form of Tender” for commercial bid duly filled and signed as given on Annex X
k. “Form of Tender” for price bid duly filled and signed as given Annex XI. The space for
mentioning the amount quoted (Para 1 of the format) is to be left blank in this form.
l. GST Registration details as per annexure - XII
m. Tax Quotation/ Declaration as per annexure-XIII
n. Details of concurrent commitments giving details of work, date of commencement, % of work
completed, scheduled and anticipated date of completion shall be furnished as per Performa in
Annexure-XIV. In the case of Consortium tender, concurrent commitments of each member
specifically for similar works shall be submitted, in addition to other major works.
o. Proforma for furnishing details of work executed during last five years as per annexure –XVI
p. Information about tender as per annexure-XVII

(II) Commercial Bid –Pre Qual/ technical


a) Details of experience meeting financial criteria for techno-commercial evaluation as per NIT
along with relevant documents, such as copies of Work Order and its Completion Certificate,
supporting the claim.
b) Duly signed addendum/corrigendum, if any, issued to the tenderers at a later date.

(III) Commercial Bid –Other Important Document

S.No Document Details


1 Audited Balance Sheet and P/L Audited Balance sheets for the last 3 (three) financial
Statements for Last 3 years years. In case of JV, the Audited Balance Sheets shall be
furnished by all the JV members
2 PAN Card Income Tax Permanent Account Number issued by Income
Tax Authority. In case of JV, the PAN No. shall be furnished
by all the JV members. Income Tax Permanent Account
Number (for JV member) will be required as precondition
of release of payment

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 5 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

3 NSIC Certificate Notarised copy of NSIC certificate


4 MSME Certificate Notarised copy of MSME certificate
5 Provident Fund Registration Provident Fund Code Number as per clause 4.18 of General
Certificate Conditions of Contract. In case of JV, the P.F. Code shall be
furnished by all the JV members.
6 Service Tax registration Certificate Bidder shall submit copy of certificate containing Service
Tax Registration Number.
7 Power of Attorney or Affidavit of Power of Attorney or other proof of authority, in favour of
Partnership or Proprietorship on the person who is having valid Digital Signature Certificate
Stamp paper duly notarized (DSC) and participating in E-Tendering as required by
Clause 4.13 of Instructions to Tenderers of GCC (page 116)
as mentioned in clause 1.4.13
8 TIN The bidders shall get their names registered with Sales
Tax Authority of the State Government concerned in
which the work is being carried out. Any payment to the
Contactor shall be released only upon submission of TIN
No.
In case of failure to obtain the TIN as above, the Work
Order/ Contract shall be liable for cancellation; in
addition the party may not be considered for future
tenders of the same State.
9 GST Registration Bidders are required to submit copies of GST Registration
pertaining to the state of its operation along with the
techno- commercial bid. Bidders not registered under GST
law are liable to be rejected unless and otherwise they
are exempted as per GST laws & Rules.
10 VAT/CST (If applicable)
11 Copy of RC Book** Scanned copy of RC of vehicles as per tender document
12 Copy of Insurance Book** Scanned copy of insurance of vehicles as per tender
document
** Only in case of Vehicle tender
2.2.12 Documents in support of Power of Attorney:-
a. If tenderer is a proprietary firm, tender shall be signed by proprietor of the firm or power of
attorney holder of the firm, in such case original or Certified (Attested/ notarised) copy of the
power of attorney shall be uploaded.
b. If the tenderer, is a partnership firm, it shall be signed by all the partners of the firm or by a
partner holding power of attorney for the firm or power of attorney holder of the firm for
signing the tender, in such case original or certified (Attested/Notarised) copy of the power of
attorney shall accompany the Tender.
c. A certified copy of the partnership deed and current address of the partners of the firm shall
also accompany the Tender.
d. If the tenderer is a Private Limited Company, the power of attorney holder of the company

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 6 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

shall sign the Tender. Original or certified (Attested/ notarised) copy of the power of attorney
along with the certified (Attested/ notarised) copy of the Articles of memorandum of Private
Limited Company shall accompany the Tender.
e. If the tenderer is a Public Limited Company, the power of attorney holder of the company shall
sign the Tender. Original or certified (Attested/ notarised) copy of the power of attorney along
with the certified (Attested/ notarised) copy of the Articles of memorandum of Public Limited
Company shall accompany the Tender
f. In case of bid from Joint venture (JV), the tender shall be signed 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 (Registrar of Companies), JV agreement shall be
submitted along with the bid.

Note: Checklist of technical documents/data/details of system offered are required to be furnished with
unpriced bid is attached as Annexure-I. Bidders must submit documents exactly in the order specified
along with the checklist and ensure that no row/column is left blank or without response.

2.2.13 The bidder shall submit all relevant data, documentation and drawings as specified in the check-list so as
to enable the owner to conclude the evaluation in the first instance itself. 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 bid.
2.2.14 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.

2.2.15 PART – B ( PRICE BID )


2.2.16 The price bid shall be submitted online only in the file named BoQ.. TENDERS/PRICE BID SUBMITTED
BY ANY OTHER FORM (Fax / E-mail / Courier / Post/ Hard copy) WILL NOT BE ACCEPTED OR
CONSIDERED.
2.2.17 The tenderer shall quote firm prices in the price schedule. The bid prices shall conform to the provisions
of Clause No. 2.17.0, Currencies & Payments.
2.2.18 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 and scope of
work.
2.2.19 Bidder to quote prices exclusive of GST. For supply of 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, inspection charge, transportation charges, transit insurance,
loading unloading charges, storage & safe keeping at site(s) etc. except GST rate. GST rate to be entered
in Annexure – XIII. The quoted prices shall be firm without any escalation/de-escalation.

2.2.20 Further to clause 8.1.1.0 of General conditions of Contract, If after the date of submission of Price Bid,
any new output tax is introduced (applicable to invoices raised on the owner) in lieu of one or more of
the then existing taxes and the rate and impact of the new taxes is in excess in aggregate of the rate and

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 7 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

impact of existing output tax or taxes which is replaced , the OWNER shall on satisfactory proof
reimburse the CONTRACTOR the additional tax paid by the CONTRACTOR as the result of the imposition
of the new taxes provided they are within the ‘contractual completion period’. If on the other hand , the
rate and impact of the new tax is less than the aggregate rate and impact of tax(es) which is replaced ,
the CONTRACTOR shall pass on to the OWNER the benefit thereof by reduction in the amount payable
by the OWNER to the CONTRACTOR. The computation of differential shall also take into account the
additional “input tax credit” availed by the bidder on introduction of such new tax.
2.2.21 Bidders to take note of Anti profiteering measure clause in GST (Section 171) wherein it is stated that
any reduction in rate of tax on any supply of goods and services or the benefit of input tax credit shall be
passed on to the recipient by way of commensurate reduction in prices.
2.2.22 Bidder is requested to acquaint themselves about GST Law and other tax provisions before bidding.
Bidders are advised to quote the rate considering “input tax credit” available to bidder under GST.
2.2.23 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 issued..
b. Bidder to note that there are ‘white’ cells in the BOQ file, which should not be modified by the
bidder. Bidders are advised to fill the ‘coloured’ cells meant for the rates which are 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 or put any additional conditions in the BOQ work sheet.
d. BOQ shall be filled strictly the manner described as per above. The price bid part of the offer
MUST NOT CONTAIN ANY TERMS, CONDITIONS, EXCEPTIONS, DEVIATIONS, STIPULATIONS
WHATSOEVER. In case, the BOQ is not filled in the manner described above, the tender may be
rejected at the sole discretion of Owner without any further reference to the bidder and no claim
or correspondence shall be entertained in this regard. Decision of the owner in this regard shall
be final and binding on the bidder.
2.2.24 The bidder shall submit the tender online in IOCL’s E-tendering site https://iocletenders.nic.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.

2.3.0 INSTRUCTIONS TO BIDDERS FOR PARTICIPATION IN E-TENDERING


2.3.1 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.nic.in directly from the website in secured and transparent manner maintaining
confidentiality and security throughout the tender evaluation process and award.
2.3.2 All interested bidders are required to register themselves with the portal indicated above and enroll
their digital certificate with the user id for participation in the tender.
2.3.3 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.
2.3.4 Clause by clause compliance is required to be furnished along with the bid. Attaching a mere deviation

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 8 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

statement with respect of some clauses would mean the remaining clauses stand complied.

2.4.0 SUBMISSION OF ON-LINE BIDS / OFFERS ELECTRONICALLY AGAINST E-TENDERING


2.4.1 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 E-tendering 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, in their own interest, are advised to upload their bids, complete in all respect well before
the last date and time for submission of offers.
iii) Please note that no bids can be submitted or modified after expiry of the deadline for submission of
offers.
iv) No Manual Bids / Offers along with electronic Bids / Offers shall be permitted. TENDERS SUBMITTED
BY ANY OTHER FORM /PHYSICAL BIDS SENT THROUGH FAX / E-MAIL / COURIER / POST WILL NOT BE
CONSIDERED.
v) Tender documents as submitted by tenderer shall become the property of OWNER and OWNER shall
have no obligation to return the same to the tenderer.
vi) The Bids submitted on line in IOCL’s E-tendering site https://iocletenders.nic.in will only be
considered for evaluation.
vii) 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 liable for rejection.

2.5.0 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).

2.6.0 NEED FOR DIGITAL SIGNATURE


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 2 / 3) on their own from any of the Certifying

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 9 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Authorities in India. If any bidder is not currently holding DSC, then it may be obtained from any of the
following:
a. Safescript (Web Address: www.safescrypt.com )
b. TCS (Web Address: www.tcs-ca.tcs.co.in )
c. MTNL (Web Address: www.mtnltrustline.com )
d. GNFC (Web Address: www.ncodesolutions.com )
e. e-MUDHRA (Web Address: www.e-Mudhra.com )

2.7.0 PRE-BID CONFERENCE

The pre bid meeting shall be held at 1100 Hrs of 14.03.2018 at NRPL Panipat. 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.
The tenderers are advised to submit their queries/points for clarification to the tender issuing
authority by email so as to reach during working hours on 14.03.2018 for enabling due consideration
of and response to their queries.
The authorized representatives of the parties 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. All bidders must attend the
Pre-bid meeting.

2.8.0 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.
Indian Oil shall not be responsible in any way for failure on the part of the bidder to follow the
instructions. It is advised that the bidder uploads small sized documents (preferably up to 5 MB) at a
time to facilitate in easy uploading into e-tendering site.

At the e-tender website, the bidder will find 2 covers and each cover can take up to a file size of total 25
MB. In a 2 cover scenario following covers are configured in the system:
Cover 1 – Fee (For EMD and other Financial documents as per sub folders created there-in)
Cover 2 – Pre Qualification documents/Technical Documents
Cover-3- Other important Document

The vendors may upload the pre-qualification documents, where the file size is more than 20 MB, in the
“My Document” area available in their Log-in Page. Various folders have already been defined under this
section where the vendor can upload documents detailed in clause 2.2.11. The same can be uploaded
with Digital Signature as Non-Sensitive Document (NSD) during bid submission. The vendor may follow
the instructions under “My Document” and “Bid Submission process” under “Bidders manual Kit”

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 10 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

section available in the homepage at the site.

Indian Oil does not take any responsibility whatever in case of failure of the bidder to upload the
documents within specified time of tender submission.

2.9.0 OPENING OF BIDS


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.
All valid bids received electronically through the eTendering portal (https://iocletenders.nic.in) will be
opened at the time mentioned in NIT. Bids received in other form will not be considered or opened.

2.10.0 LAST DATE FOR SUBMISSION OF BIDS


Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well
before the closing date and time of bid. 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 Internet Explorer V8.0 or higher
recommended and computer should be JAVA V1.6 or higher enabled.

2.11.0 VALIDITY OF OFFER


2.11.1 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 or extended bid validity period.
2.11.2 In exceptional circumstances, prior to expiry of the original bid, Owner may ask the parties to extend the
bid validity. However, in such cases, extension of bid shall be without any deviation in the terms and
conditions including change in prices. 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. If a party deviates in terms &
conditions or changes price, the offer of the party shall be rejected.
2.11.3 In case the tenderer(s) alter / modify / withdraw the bid after submission and within the validity period,
the tender submitted by the tenderer shall be liable to be rejected and EMD forfeited.

2.12.0 EARNEST MONEY DEPOSIT


2.12.1 The tenderer shall furnish, as part of his tender, an amount as tabulated below as Earnest Money
Deposit at the time of submission of the tender:

Group EMD (in Rs. figures) EMD (in Rs. words)


A 13,77,700.00/- THIRTEEN LAKHS SEVENTY SEVEN THOUSAND SEVEN HUNDRED

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 11 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

B 11,08,000.00/- ELEVEN LAKHS EIGHT THOUSAND


C 7,74,300.00/- SEVEN LAKHS SEVENTY FOUR THOUSAND THREE HUNDRED
D 3,52,200.00/- THREE LAKHS FIFTY TWO THOUSAND TWO HUNDRED
In case bidder opts to bid for multiple groups, then cumulative amount needs to be submitted. For
example, if a bidder wishes to bid for Group A and Group B, then he/she needs to submit Rs.
24,85,700.00/- (TWENTY FOUR LAKHS EIGHTY FIVE THOUSAND SEVEN HUNDRED) as EMD.

2.12.2 EMD shall be submitted online in e-tender portal by either Net Banking or NEFT/RTGS only. The detailed
procedure for online EMD payment is available in the document Special Instruction to Bidder for
participating in e-Tender (Clause 8.0 & 9.0) and “FAQs on Online EMD Payment Facility in IOCL e-
Tendering system”.
2.12.3 The Performa for furnishing the bank guarantee is given on pages 136-137 of GCC. 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 failing which their offer shall be treated as without bid security. Bidders to note
that BG in lieu of EMD is acceptable provided the amount of Earnest money is not less than
Rs.1,00,000.00 (Rs. One Lakh only).
The bank guarantee shall be kept valid for a period of 6 (six) months from the scheduled date of
opening of the techno-commercial offers.

2.12.4 Deleted
2.12.5 The bid securities of unsuccessful BIDDER will be discharged/returned as promptly as possible, but
not later than thirty (30) days after the expiry of the period of bid validity prescribed by the
OWNER. No interest or any expense what-so-ever will be payable by OWNER on the bid security
furnished by BIDDER in any manner.
2.12.6 The bid 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.
2.12.7 Earnest Money shall be liable to be forfeited in the following circumstances:
i. In case the tender is accepted and the contractor fails to:-
a. Deposit the amount of initial security deposit and / or
b. Fails to execute the contracts within the stipulated period and / or
c. Fails to commence work at each job site within 10 (ten) days of handing over the job or any
part thereof to him
ii. In case the tenderer alters / modifies / withdraws his bid after submission and within the validity
period, the tender submitted by the tenderer shall be liable to be rejected and EMD forfeited.
iii. In case the tenderer misrepresents facts or submits forged, false or fabricated documents as
detailed in clause 2.2.11 of Chapter II SIT-Commercial.
2.12.8 Bids submitted without bid security may be considered as “NON-RESPONSIVE” and be liable for
REJECTION.

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 12 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

2.12.9 No interest or expense whatsoever shall be payable by Owner on the bid security furnished by the
bidder in any manner.

2.13.0 CRITERIA FOR EVALUATION


2.13.1 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.

Financial criteria
Please note that if a bidder opts to quote for multiple groups bidder has to fulfil criteria of quoted
groups in cumulative way

(i) Annual turnover of the tenderers for at least one of the last 3 (three) financial years ending 31st
Mar’17 shall not be less than amount as tabulated below:-

Group Annual Turnover Annual Turnover (in Rs. words)


(in Rs. figures)
A 413.29 Lakhs Four Crore Thirteen Lakhs and Twenty Nine Thousand Only
B 332.40 Lakhs Three Crore Thirty Two Lakhs and Forty Thousand Only
C 232.27 Lakhs Two Crore Thirty Two Lakhs and Twenty Seven Only
D 105.64 Lakhs One Crore Five Lakhs and Sixty Four Thousand Only

Bidder shall submit audited balance sheet as proof of annual turnover. If tenderer is not required to
get his accounts audited under section 44AB of Income Tax Act 1961,certificate from a practicing
Chartered Accountant towards the turnover of the tenderer along with copy of income tax return
should be submitted.

(ii) The bidder should have minimum working capital of following value as per the last audited financial
year:

Group Amount (in Rs. Figures) Amount (in Rs. Words)


A 275.53 Lakhs Two Crore Seventy Five Lakhs and Fifty Three Thousand
B 221.60 Lakhs Two Crore Twenty One Lakhs and Sixty Thousand
C 154.85 Lakhs One Crore Fifty Four Lakhs and Eighty Five Thousand
D 70.43 Lakhs Seventy Lakhs Forty Three Thousand

Note:

1. Working capital shall be calculated as Current Assets minus Current Liabilities as reported in
the Audited Balance Sheet.
2. In case the bidder’s 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.

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 13 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

(iii) The Tenderer’s 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 for the period one year counting from the month of start
of tender sale in the format attached as Annexure ‘XIV’ duly certified by a chartered accountant with
his stamp and signature.

(iv) For experience, the single work executed by the bidder during last 5 years ending on the start date
of sale /download of tender should be :

Groups 3 similar completed work 2 similar completed work 1 similar completed


each costing not less than (in each costing not less than (in work costing not less
Rs. Lakh) Rs. Lakh) than (in Rs. Lakh)
A 350.25 466.99 583.74
B 281.69 375.59 469.48
C 196.84 262.45 328.06
D 89.52 119.36 149.20

Proof of experience shall be in the form of copies of Similar Work Order and its completion
certificate during any of the last five years ending on the start date for download of tender
document.
Only the work orders related to work specified in aforementioned Experience Criteria clause no.
1.7.0 of Chapter I: Special Instruction to Tenderer-Technical shall be considered as similar work.

In case a bidder, was awarded a contract which was subsequently extended and is presently running
(after completion of the initial contract period) then the value of the work completed (in the initial
contract period will also be acceptable if it meets the single order value criteria. However, the date
of completion of initial contract period should be before the date of start of sale of tender
document.

Notwithstanding any other condition / provision in tender documents, in case of ambiguity or


incomplete documents pertaining to PQC, bidders shall be given only one opportunity with fixed
deadline after bid opening to provide complete & unambiguous documents in support meeting the
PQ criteria. In case the bidder fails to submit any documents or submit incomplete documents
within the given time, the bidders tender will be rejected.

Bidder to please note that:


1. Qualifying value for single work order specified in aforementioned table shall be exclusive of
service tax / any other tax.
2. The completion certificate submitted by bidder shall separately indicate the service tax / any
other tax amount included in the value of completed job OR a separate certificate from
respective client, mentioning the service tax / other tax amount if any, included in the value
of completed job under consideration should be submitted by bidder.

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 14 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

3. In case service tax / other tax amount/component is not specified in the submitted
completion certificate, then the amount equivalent to rate of applicable service tax / other
taxes for the subject tender shall be deducted from the value of completed job mentioned
in the completion certificate to arrive at the value of completed job without service tax /
other taxes.
4. The qualification document should include work order along with completion certificate as
main or as sub-contractor, clearly specifying WO no., Final executed value & duration of
contract. Copy of TDS certificates has to be submitted in case of sub-contract work orders or
in case where tender issuing authority specifically ask for the same. The said documents
must be for the work executed between the periods indicated there only.

2.14.0 RIGHT OF OWNER TO ACCEPT OR REJECT TENDERS


2.14.1 The right to accept the Tender will rest with Owner. Further, Owner does not bind itself to accept the
lowest Tender and reserves to itself the authority to reject any or all the Tenders received without
assigning any reason whatsoever
2.14.2 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.

2.15.0 MODIFICATION AND WITHDRAWAL OF BIDS


2.15.1 A bidder who has submitted his/it/their bid are permitted to alter/amend or withdraw/ resubmit
his/its/their bid as per the instructions given in the online bid re-submission document in the Bidder’s
Manual Kit on www.iocletenders.nic.in, provided the bid(s) has/have not yet been opened.
2.15.2 After the bid(s) has/have been opened, Bidders shall not be permitted to alter/modify or withdraw
his/its/their bid.
2.15.3 A bidder who purports to alter/modify or withdraw his/its/their bid/offer after opening of bid(s), within
the period during which he/it/they promised to keep his/its/their bid valid, shall be liable to have
his/its/their tender rejected and his/its/their Earnest Money Deposit or Bank Guarantee submitted by
way of Earnest Money forfeited/encashed.
2.15.4 Bidder who offers unsolicited reduction in the price offer whether before or after the opening of the
price part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s) rejected. Bidders may,
however, at any stage offer a reduction if such reduction is solicited or if the Owner gives the Bidder an
opportunity to offer such reduction
2.16.0 CONFORMITY TO TERMS AND CONDITIONS OF BID DOCUMENTS
2.16.1 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 Performa of “Exceptions and Deviations”. Exceptions & Deviations are to be submitted giving
proper reference to Chapter no./ Page No. / Clause No. / Para etc. in the prescribed format.
2.16.2 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.
2.16.3 Bidder must ensure that their e-mail id registered on eTendering portal (https://iocletenders.nic.in) is

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 15 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

regularly monitored as all communications regarding the tender shall be sent through the portal itself.

2.17.0 CURRENCIES AND PAYMENT


2.17.1 Tenderers shall quote their prices in Indian Rupees only.
2.17.2 All payments will be made in Indian Rupees only.
2.17.3 No advance of any sort shall be payable under this Tender.
2.17.4 All the payments in Indian Rupees will be released through e-banking only. All bidders should provide
their bank details as per the annexed format.

2.18.0 CORRIGENDUM/ ADDENDA/ CLARIFICATION


2.18.1 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 as
an outcome of pre-bid meeting 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.nic.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
attach one copy of such corrigendum/ addendum/ addenda, duly signed & stamped by its authorized
representative for submission along with the tender in acknowledgement of receipt thereof. All such
addendum issued shall form part of the tender document.
2.18.2 If a party does not view / fails to view the corrigendum/ addenda / clarification hosted on IndianOil e-
tendering site https://iocletenders.nic.in and their offer is without considering the corrigendum /
addenda / clarification, then owner may reject the offer and will not be accountable for any
consequence of the same.
2.18.3 Bidder must ensure that their e-mail id registered on eTendering portal (https://iocletenders.nic.in) is
regularly monitored as all communications regarding the tender shall be sent through the portal itself.

2.19.0 PLACE OF PAYMENT


2.19.1 All the payments shall be released from :-

Group A ; Group C and Group D -


Indian Oil Corporation Limited
Northern Region Pipelines (NRPL)
P.O. Panipat Refinery
Villlage - Baholi
District – Panipat (Haryana), Pin: 132140

Group B -
Indian Oil Corporation Limited
Northern Region Pipelines (NRPL)
Kapashera-Najafgarh Road, Bijwasan

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 16 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

New Delhi-110061

2.20.0 COST OF BIDDING


2.20.1 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.

2.21.0 CLARIFICATION OF BIDS


2.21.1 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.
2.21.2 The bidder requiring any clarification of the bidding document may notify the owner in writing or by
fax at the owner's address. The reply to queries / clarifications shall be conveyed to all the bidders for
their information and action as required.
2.22.0 EVALUATION AND COMPARISON OF BIDS
2.22.1 The bids received and accepted will be evaluated by OWNER to ascertain the relative position of the
best evaluated bid in the interest of OWNER, for the total of the complete supplies and services
covered by bid documents including Technical Specifications & as set out in the Price Schedule.
2.22.2 Bids which do not cover the complete scope of work will be treated as incomplete and may be rejected.
2.22.3 The requirements of specifications shall be approximately studied for compliance on each of the points.
The bidder may explain clearly his stand on the specifications not complied with. However bids in
compliance to each point would be deemed “Responsive Bid”.
2.22.4 Bid stipulating delivery schedule beyond that specified may not be considered.
2.22.5 The evaluation of the bids shall be done on the basis of total prices quoted for the complete scope of
work and supply, services and conditions elsewhere as specified in the tender.
2.22.6 Price of spares, if any, as mentioned in the SOR/specifications shall also be considered for evaluation.
Spare list shall be duly scrutinized during evaluation.
2.22.7 The equipment shall be quoted by the bidder in line with the SOR/ BOM attached to the tender (the
consolidated/ detailed BOM in the party’s offer shall be in line with their offered system configuration.
However, the quantity specified in the BOM attached to the tender are the minimum quantity to be
offered by the bidder).
2.22.8 Prior to the detailed evaluation of bids, the owner will determine whether each bid is substantially
responsive to the requirement of bidding documents. For the purpose of this clause, a substantially
responsive bid is one which conforms to all terms, conditions and specification of the bidding
documents without material deviation or reservation. A material deviation or reservation is one which
affects in any substantial way the scope, quality or performance of the works or which limits in any
substantial way, inconsistent with the bidding document, the owner's right or the bidder's
obligations under the contract, and/or which deviation or reservation would affect unfairly the
competitive position of other bidders presenting substantially responsive bids. If the bid is not
substantially responsive to the requirements of the bidding documents, it will be rejected by the

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 17 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

owner, and may not subsequently be made responsive by the bidder having corrected or withdrawn
the non-conforming deviation or reservation.
2.22.9 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.
2.22.10 The rate of GST indicated by the bidder, in the format given in the tender, submitted with the technical
bid shall be used in evaluation of price bids.
2.22.11 For the purpose of evaluation of price bids, landed cost in Indian Rupees including GST as quoted, shall
be considered.

2.23.0 LANGUAGE OF BID


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 to the exclusion of all other language.

2.24.0 SIGNING OF THE CONTRACT


The successful bidder(s) shall be required to execute a formal contract in accordance with the form of
contract within 30 (thirty) days from the date of receipt of the Acceptance of Bid from the owner or
within such extended time as may be permitted by the owner in this behalf.

2.25.0 CONFIDENTIALITY
2.25.1 The Tenderer shall keep and cause to be kept confidential and not to disclose or permit to be disclosed
to any third party any information at any time received by it from IOCL except, such information as now
is or hereafter becomes published or otherwise generally available to the public through no act or
breach by the Tenderer or any person who acquired the same from the Tenderer or such person. The
Tenderer is, however, authorised to disclose such information to its employees (including technical
advisors assigned or engaged to assist the Tenderer) Engineering and insurance companies.
2.25.2 The Tenderer agrees that when the Tenderer finds it necessary to disclose confidential information to
any third party as authorised above, Tenderer shall bind the third party to confidentiality on terms and
conditions not less strict then as stated in this Tender with permission from IOCL.

2.26.0 ADDENDA
2.26.1 Addenda to the Tender documents may be issued by the Owner to clarify documents or to reflect
modifications in the specification or contract terms.
2.26.2 Such addendum / addenda when issued shall be forwarded to each party to whom a set of tender
documents has been issued. Such addendum /addenda shall be complied with and shall be submitted by
the Tenderer to the Tender Issuing Authority in acknowledgement, of receipt thereof. All such
addendum(s) issued shall form part of the Tender Documents.
2.26.3 In order to afford prospective Tenderers reasonable time in which to take an addendum into account in
preparing their tenders, the Owner may, at his discretion, extend the deadline for submission of tender.

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 18 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

2.26.4 It shall be the responsibility of the bidder to ensure that its/their bid takes into account all the
addendum/corrigendum that may be issued by the owner. No request for change of price bid/offer shall
be entertained on this account after opening of offers. Please refer to clause 2.18.0 for further details
regarding necessity of e-mail communication etc.

2.27.0 REJECTION OF TENDERS


2.27.1 A Tender is deemed invalid and may be rejected in the following circumstances:-
a) Tenderer does not submit the Earnest Money Deposit before closing date and time of tender.
b) Tenderer does not fulfil minimum qualification criteria prescribed in the Tender Documents
c) Tenderer submits the tender after due date and time
d) Tenderer does not pay tender fee
e) Tenderer is holiday listed
f) Tenderer incorporated modification in BoQ format by any means.
g) Bidders not registered under GST law are liable to be rejected unless and otherwise they are
exempted as per GST laws & Rules.
2.27.2 Tender is also liable for rejection if the tenderer:-
a) Stipulates the validity period less than what is stated in the Tender Form
b) Stipulates his own conditions
c) Does not disclose the full names and addresses of all his partners in the case of a Partnership
concern.
d) Does not fill in and sign the tender form as well as the schedule of rates, annexures,
specifications, etc.
e) Does not have his PF Code / Number from the Regional Provident Fund Commissioner
f) Does not propose to make available sufficient number of manpower / other machinery
required for satisfactory execution of work in the offer.
g) Does not give proof of past performance
h) Does not submit acceptable instruments towards EMD along with technical/commercial bid.
i) if the tenders are partly quoted.
j) if the tenders contain unacceptable terms and conditions
k) in case of suo Moto reduction in the prices offered by the tenderer
l) if the tender is not according to format of this document
m) Revise price bid during validity period without being asked for
n) In case the tenderer misrepresents facts or submits forged, false or fabricated documents as
detailed in clause 2.2.11 of Chapter II SIT-Commercial.
2.28.0 INTEGRITY PACT PROGRAM

A. 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.

B. 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
Annexures, and are also available at Indian Oil website www.iocl.com.

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 19 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

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

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

2.29.0 BILL TRACKING SYSTEM


A. A bill management/tracking mechanism has been devised at Owner’s end in form of a portal
namely “BILL TRACKING SYSTEM FOR VENDORS” available at
“https://associates.indianoil.co.in/Vendor/” whereby a vendor, if so desires, can enter the details
of its bills/invoices, raised in terms of the contract, and track the status of the same.
B. Notwithstanding any such entry, the bill shall only be considered to be under process once the
actual bill/invoice is received in terms of the Contract and the said option is only to ensure
transparency while providing a mechanism to the Vendor to track the status of its bill(s).
C. No terms or conditions of payment, as provided under the contract, stand amended.

2.30.0 GRIEVANCE OFFICER


2.30.1 Tenderer may contact following officer for any grievance :

1 Contact person for any grievance Name : Shri Sabyasachi Nath


Designation : GM(Construction)
Department : Construction
Division : Pipelines
E-mail : nathsabyasachi@INDIANOIL.IN
Tel : 7086008070

Tender No. PNP17130


Chapter II SPECIAL INSTRUCTION TO TENDERER - Commercial Page 20 of 20
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

CHAPTER - III

SPECIAL CONDITIONS OF CONTRACT: Technical

CLAUSE NO. DESCRIPTION

3.0.0 GENERAL
3.1.0 CO-OPERATION WITH OTHER CONTRACTORS
3.2.0 PROGRESS SCHEDULE
3.3.0 PROGRESS REPORT
3.4.0 GUIDELINES TO THE CONTRACTOR
3.5.0 ACCURACY OF WORK
3.6.0 EMPLOYMENT OF LOCAL LABOUR
3.7.0 RESTRICTION OF VISITORS
3.8.0 ENVIRONMENT AND POLLUTION CONTROL
3.9.0 SAFETY AND SECURITY
3.10.0 CONDITIONS OF WORK
3.11.0 PAYMENT TERMS
3.12.0 VARIATION IN ITEM QUANTITIES
3.13.0 COMPLETION SCHEDULE
3.14.0 PRICE ADJUSTMENT DUE TO DELAY IN WORK
3.15.0 DEFECT LIABILTY PERIOD
3.16.0 EQUIPMENT INSTALLATION
3.17.0 ADHERENCE TO SAFETY PROCEDURES AND PRACTICES
3.18.0 SAFETY PRACTICES WHILE WORKING AT A HEIGHT

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 1 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

3.0.0 GENERAL
3.0.1 This chapter on Special Conditions of Contract shall be read in conjunction with the General
Conditions of Contract, specifications, drawings and other documents forming part of this
Contract wherever the context so requires.
3.0.2 Notwithstanding the subdivision of the documents into these separate sections and volumes each
of these shall be deemed to be supplementary to and complementary to every other part and
shall be read with and into the Contract in so far as it may be practicable to do so.
3.0.3 Where any portion of the General Conditions of Contract is repugnant to or at irreconcilable
variance with any provision of the Special Conditions of Contract then the relevant provision of
the Special Conditions of the Contract shall to that extent be deemed to override the said
provision of the General Conditions of Contract and shall to the extent of such repugnancy or
variations, prevail.
3.0.4 Wherever it is mentioned that the Contractor shall perform certain works or provide certain
facilities, it is understood that the Contractor shall do so at his cost, being deemed to be part of
the relevant items in the Price Schedule whether expressly stated or not.
3.0.5 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.
3.1.0 CO-OPERATION WITH OTHER CONTRACTORS
3.1.1 Further to Clause No. 4.0.5.0 of General Conditions of Contract, the OWNER may engage at the
work site, other Contractors or agencies to perform other works. The Contractor shall co-
operate with the Owner and other Contractors and agencies engaged at the work site to ensure
harmonious working and shall comply with any instruction issued by the Engineer-in-Charge
and/ or Site Engineer for this purpose.
3.1.2 If due to the design and other stipulation or requirements at site (including for reasons
contemplated in Clause No. 3.2.1 hereof) a particular sequence of construction / operations has
to be followed due to which certain interruptions to any one or more of the Contractor’s
operations are inherent, no claim for extra compensation or idleness resultant upon such
interruption or suspension of works will be admissible or available to the Contractor except that
suitable extension of time for completion shall be granted in accordance with the provisions of
Clause No. 4.3.5.0 of General Conditions of Contract, if the reasons for delay are not
attributable to the Contractor, and the Contractor hereby specifically waives any and all
contrary rights and entitlements.
3.2.0 PROGRESS SCHEDULE
3.2.1 In addition to the provisions of the General Conditions of Contract relating to "Progress
Schedule” the Contractor shall take into account the instructions of the Engineer-in-Charge
regarding the constraints, restraints and other requirements of works and the required
sequence of works, in preparing the Progress Schedule. Notwithstanding the provisions relating
to "Approved Progress Schedule", weekly or monthly work programmes may be drawn up by the
Engineer-in-Charge taking into account the availability of work fronts and the requirements of
other Contractors or agencies involved at the work sites and the contractor shall abide by the
weekly or monthly work programmes also so drawn-up.
3.2.2 In the event of failure on the part of the Contractor to adhere to the weekly or monthly work

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 2 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

programmes drawn up by the Site Engineer/ Engineer-in-Charge, the provisions of Clause No.
4.7.4.0 of General Conditions of Contract shall apply. The decision of the Engineer-in-Charge as
to whether a failure on the part of the Contractor to comply with the weekly or monthly work
programmes drawn up has occurred or not shall be final and binding on the Contractor.
3.2.3 Any delay caused due to non-availability of work fronts (including delayed availability of work
front, wherever applicable) and/or due to the requirements of other Contractors and/or
agencies engaged at the work sites shall not entitle the Contractor to any extra payments/ claims
whatsoever, whether for idleness or otherwise. Only suitable extension of time for completion
shall be granted in accordance with the provisions of Clause No. 4.3.5.0 of General Conditions of
Contract, provided the reasons for delay are not attributable to the Contractor, and the
Contractor hereby specifically waives of any and all contrary rights and entitlements.
3.3.0 PROGRESS REPORT
3.3.1 The Contractor shall take into account the instructions of the Engineer-in-Charge regarding the
constraints, restraints and other requirements of works and the required sequence of works, in
preparing the Progress Schedule. Notwithstanding the provisions relating to "Approved Progress
Schedule", weekly or monthly work programmes may be drawn up by the Engineer-in-Charge
taking into account the availability of work fronts and the requirements of other Contractors or
agencies involved at the work sites and the contractor shall abide by the weekly or monthly work
programmes so drawn up
3.3.2 In the event of failure on the part of the Contractor to adhere to the weekly or monthly work
programmes drawn up by the Site Engineer/ Engineer-in-Charge, the decision of the Engineer-in-
Charge as to whether a failure on the part of the Contractor to comply with the weekly or
monthly work programmes drawn up has occurred or not shall be final and binding on the
Contractor.
3.3.3 If at any time the progress of work at any job site or the work as a whole is found unsatisfactory
to achieve the relative date of completion as per progress schedule, the contractor may be asked
to open more than one front or increase the labour / staff / tools / materials, etc. failing which
clause 4.3 and other associated clauses of the General Conditions of Contract shall apply.
3.3.4 Correspondence Procedure:
All correspondence before and up to award of work/ contract agreement execution shall be
addressed to the office of tender issuing authority. On award of work the correspondence
procedure as specified in the letter of acceptance shall be followed.
3.4.0 GUIDELINES TO THE CONTRACTOR
The Contractor shall agree to the following conditions:
Contractor shall be totally responsible for the completion of the project. In the event any additional
equipment/ interfaces are required or modifications in the specifications included in the Bid
document are warranted, bidder shall spell out all such requirements at the time of submission
of the offer. It shall be explicitly understood that the equipment specifications are given as
presently envisaged to meet the design objectives:
a) Contractor may improve upon these specifications, in such cases Contractor shall list out
all proposed improvements along-with his offer for review and approval of Owner.
b) Contractor shall bring all instruments for testing, system installation, commissioning etc. as
deemed necessary for the timely implementation of the project. These test instruments
shall have valid calibration certificate. The certificate shall be traceable to national/

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 3 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

international standard laboratory.


c) In case Contractor decides to undertake survey, all the equipment required shall be
arranged by Contractor at his own Cost.
d) The system design shall be flexible enough to meet future expansion programmes of the
owner without deteriorating the performance of the system. Contractor shall design/size
the system equipment to allow for future hardware and software expansion as described
elsewhere in the tender.
e) Temporary power supply if required for installation/ testing/ commissioning of the newly
Contractor supplied and installed equipment and especially for welding purposes shall be
arranged by the Contractor.
f) During system definition/ engineering stage, owner shall review/ approve drawings/
documents as per Contract technical specifications.
g) If during the course of execution of the work any discrepancy or inconsistency, error or
omission, in any of the provisions of the contract is discovered which needs to be clarified,
the matter shall be referred to the Owner, whose decision shall be final on the
clarification.
h) If during the course of execution of the work any discrepancy or inconsistency, error or
omission in the execution of work is discovered by the owner, the contractor shall rectify it
at his risk & cost.
i) Safety measures required shall be directly taken up by the Contractor. Contractor shall be
responsible for any delay on account of non-permission to work due to non-compliance of
safety measures.
3.5.0 ACCURACY OF WORK
The installation of equipment and instruments shall be in accordance with the specifications and
in case of rectification, all rectification including re-doing or re-installation, if considered
necessary by the Engineer-in-Charge or Site Engineer (whose decision shall be final) shall be
carried out by the Contractor without any extra cost.
3.6.0 EMPLOYMENT OF LOCAL LABOUR
The Contractor shall ensure that local labour, unskilled as well as skilled, to the extent possible are
available from local resources and preferentially employed for the work to be performed at job
site(s). For any infringement of this provision, the owner shall be at liberty to rescind the
Contract without any liability to pay any compensation whatsoever to the Contractor.
3.7.0 RESTRICTION OF VISITORS
The Contractor shall not allow any visitors on the works or premises of or at the job sites without
the approval of the Engineer-in-Charge and / or Site Engineer.
3.8.0 ENVIRONMENT & POLLUTION CONTROL
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 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.

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 4 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

3.9.0 SAFETY AND SECURITY


Safety, Fire and Security Regulations, Accident and Damage:
3.9.1.1 Safety, Fire and Security Regulations outlined below may be read in conjunction with Section - 8
(Clause No. 8.4.0.0) and Section - 10 of General Conditions of Contract as well as Safety Rules
and Fire Prevention Regulations of the Owner given Safety manuals and other such documents.
It will be the responsibility of the Contractor and its supervisors to make themselves fully
conversant with all the Rules and Regulations regarding Safety and Fire Prevention and to issue
necessary instructions to all persons deployed by the Contractor at the Site(s).
3.9.2 The Contractor shall take all precautions necessary and abide by relevant rules of safety including
Explosive Rules and Regulations and such other rules and regulations enforceable within limits of
Petroleum installation. The contractor shall also take such other additional precautions or resort
to such other additional safety measures as may be directed from time to time by the Engineer-
in-Charge/Site Engineer.
3.9.3 No hot work shall be undertaken without written permit issued by the Officer-in-Charge of the
Station. The Contractor shall be responsible to fulfil and abide by all requirements and conditions
subject to which the hot work permit is issued.
3.9.4 Though the hot work permit will be issued by the Officer-in-Charge after required testing for
presence of any explosive mixtures etc. it will be the responsibility of the Contractor to do
continuous checking by means of an Explosive meter or other means approved by Site Engineer.
3.9.5 Record of such testing shall be maintained by the Contractor and in case of presence of any
explosive mixture is observed all hot jobs shall be stopped immediately and Site Engineer/ Fire
and Safety Department/ Station-in-Charge shall be also informed. Hot jobs shall be started only
after obtaining fresh permits.
3.9.6 The Contractor shall be responsible to enforce in his work force strict discipline and safety
consciousness required to be observed in operating petroleum installation and shall ensure that
the work is carried out under constant supervision by competent supervisors who are
adequately informed and experienced for handling the work in such environment.
3.9.7 Without prejudice to the generality of the provisions of 3.8.0 herein, the Contractor shall take
necessary precautions to ensure that no damage, whatsoever is caused to the existing cable
lines, pipelines and other facilities and utilities within the area. In case the Contractor fails to
adhere to this stipulation and if any damage to those facilities result due to his negligence the
Contractor shall be held responsible and shall be liable to compensate the owner for such
damage caused as assessed by the Engineer-in-Charge.
3.9.8 Contractor shall take written permission of Site Engineer/ Engineer-in-Charge before connection/
disconnection of cables and electrical equipment, which exist, in the station.
3.9.9 The Contractor shall take due precaution to avoid damage to other pipelines, roads, cables, drains,
water mains, dykes, poles, pillars, fences, wires, supports and embankments and other
underground works, structures or construction whatsoever and shall at his own cost and
initiative forthwith restore and repair any damage thereto to the satisfaction of the Owner.
3.9.10 While working within the compound area of pump station, the Contractor shall make
arrangement of gate pass for his employees as prescribed and instructed by the Security
Department of respective pump station at its own cost. Each gate pass shall have to be endorsed
by the Security Officer or Station-in-Charge before the same can be used for an employee. In the
event of an employee's services being terminated during the Contractual period, the Contractor
shall surrender the gate pass issued to the said employee by the Security Department. At the

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 5 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

end of the contract, all the gate passes endorsed by the security department for use of
Contractor’s employees shall be returned to the concerned authority.
3.9.11 The Security Department or any person authorised by Station-in-Charge of respective pump
station/ refinery premises shall have the right to search bodily or otherwise each and every
employee of the Contractor and the Contractor shall abide by the rules and regulations of
Central Industrial Security Act as well as set-out by IOCL. In addition to other safety
arrangements, the Contractor shall also ensure strict adherence to the following provisions.
i) It is required to have proper and continuous supervision in hazardous area. It is essential
that workers are allowed to work in hazardous area only after medical check-up.
ii) Whenever presence of entrapped hydrocarbon gas/ liquid is suspected, anybody entering
the closed space should be provided with air/gas mask by the Contractor.
iii) No job including vessel entry shall be undertaken by the Contractor without prior written
clearance.
3.9.12 The following requirements shall be complied with by the Contractor in the event of an injury being
sustained by anybody on the works:
i) All injuries occurring on works whether minor or critical shall be reported in the prescribed
Work Accident Forms to Engineer-in-Charge and Site Engineer immediately or within half
an hour of occurrence of the event, as per rules of the Corporation and statutory
requirements of Govt. of India. The Contractor shall indemnify & keep indemnified the
Owner of the responsibility of all such accidents.
ii) The Engineer-in-Charge shall be kept informed by the Contractor on daily basis regarding
condition, recovery/ progress and date of joining on duty about the persons who after
being inflicted by critical injuries were firstly examined and treated outside.
iii) The compensation to the victims shall be paid by the Contractor as per applicable legal
requirements.
3.9.13 The Contractor shall ensure that the following general rules / guidelines pertaining to safety are
rigidly complied with:
i) All vehicles (such as trucks, tractors, bull–dozers, cranes etc.) entering and moving within
the pump station/refinery premises, should be fitted with spark arrestors.
ii) Vehicles should not be parked on road junctions within the pump station / refinery
premises, where they are likely to interfere with the movement of other vehicles.
iii) Vehicles shall not be allowed to enter into any operating area without a valid fire permit,
safety certificate and gate pass.
iv) Parking of vehicles on the side of fire hydrants is strictly prohibited.
v) Within the premises, the speed limit of vehicles shall be 20 km/hr.
vi) Use of ordinary torchlight within the premises is strictly prohibited and the Contractor
should use only explosion proof torches.
vii) When a fire extinguisher is used, the In-charges of control room or Site Engineer should be
informed and the same should be replaced immediately by the Contractor.
viii) In the event of fire emergency, the Fire System, Engineer-in-Charge, Site Engineer and
Control room should be informed immediately and the caller should indicate his identity,
telephone number and the location of fire.
ix) Wearing of terylene/ nylon/ polyester clothing within premises is strictly prohibited, as
there are chances of generation of static electricity in these types of clothing.
x) While on duty, wearing of chappals/ slippers is prohibited and every one should wear

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 6 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

shoes/ safety shoes.


xi) Wearing of safety helmet is essential for all contract persons working.
xii) All personnel of the Contractor shall be required to carry and wear photo badges for
identification.
The contractor shall ensure that the personnel {may be their own and/or their sub vendor(s)}
engaged for working at IOCL installation(s) follows all the safety rules/regulations as applicable in
petroleum installation
3.9.14 The following safety aspects should be borne in mind by the Contractor and his men while
working on electrical line or with electrical tools and they should take suitable precautions
accordingly.
a) No person shall work on any live electric conductor or apparatus and no person shall
assist any other person on such works unless he is authorised in this behalf.
b) No defective extension cord/cable shall be used on portable hand tools.
c) All portable power tools such as drills, grinders etc. which are operated electrically,
should be subjected to thorough inspection before being put into use.
d) It should always be checked that proper earthing wire is provided for all electrical tools.
3.9.15 The Contractor shall instruct his personnel NOT TO SMOKE within the premises of Installation
except at prescribed smoking booths. NO MATCHES shall be permitted to be carried inside the
premises. The Contractor shall be held responsible for any default of his workers in this regard
and the clause for termination of contract shall be imposed in that eventuality.
3.9.16 Restrictions as applicable for use of mobile phones and cameras as applicable at various work
sites are to be strictly adhered to and non-compliance would constitute a violation of safety
guidelines and attract imposition of penalty as stated elsewhere in these documents.
3.9.17 Before undertaking any hot jobs within the work premises, advance clearance shall be obtained
from the Competent Authority. The Contractor shall take up the issue with the Site Engineer at
an appropriate time.
3.9.18 In case of fire or other emergency in any part of station, siren will be sounded by the Fire Station.
In such case all on going hot jobs to be stopped immediately followed by stoppage of other jobs
also till the clearance from Engineer-in-Charge/ Site Engineer.
3.9.19 Additional document pertaining to use of personal protective equipment is provided in this tender.
Successful contractor needs to strictly follow the guidelines provided in PPE Matrix.
3.10.0 CONDITIONS OF WORK
3.10.1 In addition to the provisions of clause 4.2.0.0 of General Conditions of Contract and other associated
clauses there under, notwithstanding the shutdown of works during rain, the Contractor shall
without entitlement to any additional compensation or remuneration, at his own cost and
initiative take all necessary steps to protect the 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 reworking as shall be necessary.
3.10.2 In super session of Clause No. 4.0.4.0 of GCC, the Contractor shall ensure for each job site that his
representative is available at all hours during which work is being performed at the job site, for
the receipt of orders, instructions, notices, and other communications.
3.11.0 PAYMENT TERMS
3.11.1 All the payments in Indian Rupees will be released through e-banking only. Bidder should provide
their bank details as per the Annex VI at the time of submission of offer. Running bill can be

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 7 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

made by the EIC however the bill amount should be minimum Rs 25,000.00.
3.11.2 The contractor has to submit the photocopy of the Challan for PF & ESI deposit for contract labours
engaged during the month along with the monthly bill to Engineer-in-Charge.
3.11.3 All payments to & recoveries from the contractor shall be rounded off to the nearest rupee. If the
amount to be paid /recovered consists of a fraction of a rupee (paise) the amount shall be
rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the
fraction of a rupee is less than 50 (fifty) paise the same shall be ignored.
3.11.4 Payment shall be subject to deduction of sales tax/income tax at source, as applicable or any other
taxes.
3.11.5 Payment shall be released from NRPL Panipat/ Bijwasan Finance Department
3.11.6 No mobilization advance shall be given for this work
3.11.7 Wage register shall be maintained on monthly basis for all workers. Payment shall be released to
workers shall be witnessed by Site Engineer/ EIC and shall be recorded in register.
Final Bill:
3.11.8 The final bill shall only be released after fulfilling the criteria as defined in clause nos. 6.2.1.0 to
6.2.6.2 of General Conditions of Contract and upon submitting a bank Guarantee from a Schedule
Bank for an amount equal to 10% of contract value to cover the defect liability for period stated in
Clause No. 3.15.0 in Chapter III- Special Conditions of Contract and receipt of all documentation as
per contract.
3.11.9 Pre-condition for release of on account payments
Release of on account payment shall be subject to the Contractor fulfilling the following conditions
a) Submission of Initial Security Deposit/ Security deposit
b) Submission of necessary invoice(s)/on account bills for payment.
c) Signing of contract agreement.
d) Compliance of all statutory regulation like minimum wages, PF, ESI etc.

3.12.0 VARIATION IN ITEM QUANTITIES


3.12.1 In supercession of GCC clause No. 2.6.2.0, Contractor shall be entitled only for the item rates as
mentioned in the Schedule of Rates. There may be some variation in quantities of any or all the
items. The owner may not operate all the items as mentioned in the Schedule of Rate. No claims
other than items rate in Agreed Schedule of Rates will be entertained under any circumstances,
even if the total executed value falls below 80% of the contract value.
3.13.0 SCHEDULE FOR COMPLETION
3.13.1 The completion period for the works envisaged under the scope of this contract shall be as
tabulated below:-
Group Validity period
A 24 (twenty four) months from the date of issue of specific notice of commencement
by the Engineer-in-Charge.
B
24 (twenty four) months from the date of issue of specific notice of commencement
by the Engineer-in-Charge.

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 8 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

C
24 (twenty four) months from the date of issue of specific notice of commencement
by the Engineer-in-Charge.
D
24 (twenty four) months from the date of issue of specific notice of commencement
by the Engineer-in-Charge.

The date of specific notice to be issued by the Engineer-in-Charge will not be later than one
month from the date of issue of Letter of Acceptance.
3.13.2 The contract may be extended after successful completion of initial contract validity period of 24
months, for a further period of 12(Twelve) more months or part thereof on the same rate, terms
and conditions at the discretion of the Owner.
3.13.3 No extra claim or any compensation whatsoever for working on holidays/ Sundays or extra hours on
any working day will be entertained. Contractor should be in a position to deploy sufficient
manpower, equipment and other resources to achieve desired work progress to complete the
work in contractual period.
3.13.4 The mutually agreed rates shall be firm and valid for the entire duration and no escalation shall be
payable on any account whatsoever.
3.13.5 The owner reserves the right to terminate the rate contract any time during pendency of the
contract without assigning any reasons, therefore such termination will be communicated to the
contractor in writing and any work affected beyond the date of termination of the contract shall
not be measured and paid for.
3.14.0 PRICE ADJUSTMENT DUE TO DELAY IN WORK
With respect to the provisions of clause no.4.4.0.0 & 4.4.1.0 of General Conditions of Contract, it is
clarified that the total contract value to be reckoned for the purpose of calculating price adjustment
in the contracted prices in accordance with the completion schedule stated under SCC Clause 3.13.0.
3.15.0 DEFECT LIABILITY PERIOD , LATENT DEFECTS AND GAURANTEE

a) Further to the provisions clause no. 5.6.0.0 of General Conditions of Contract & sub-clauses
thereof, the Defect Liability Period for this contract shall be 03 (three) months from the date of
completion of the works as certified by the Engineer-in-Charge.

The defect liability period shall apply on works mentioned hereunder:

I. Rectification of leak/ burst/ clamp fitting

II. Restoration of communication by OFC joint

III. Any equipment replaced by the Contractor.

b) The Contractor shall perform all works with due diligence in accordance with sound engineering
practice and shall be entirely responsible for construction method or directive plans, bills of
materials or other information made, prepared, given, checked, verified or accepted by the
Contractor and for construction method, plans, bills of materials or other information to meet
the stated aims of the work.

c) The Contractor shall, at his own cost and the initiative, correct/ repair and/or rectify all such

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 9 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

defect(s) and/or imperfections in the works performed during the said defect liability period.

d) The Contractor shall indemnify and keep indemnified the Owner & its every employees against
all actions, proceedings, claims, costs & expenses, losses and damages suffered by the Owner
arising from any negligence/ omission or default on the part of the Contractor or breach of any
of the terms of the contract by the Contractor, its servants or agents observed within the defect
liability period.
3.15.1 Material supplied by the contractor should be of approved make.
The contractor shall perform all works with due diligence in accordance with sound engineering
practice & shall be entirely responsible for construction method or directive plans, bills of
materials or other information made, prepared, given, checked, verified or accepted by the
contractor.
3.15.2 The contractor shall indemnify & keep indemnified against all loss & damage suffered by the owner
arising from any negligence/ omission or default on the part of contractor or breach of any of the
terms of the contract by the contractor observed within the defect liability period. At the close of
the work and before issue of Final certificate of virtual completion, the contractor shall furnish
written guarantee indemnifying the Engineer–in-Charge against defective materials &
workmanship for a period of one year after completion.
The contractor shall be responsible for reinstallation or replacement, free of cost to the owner the
following: -
a) Any defective work or material supplied by the contractor during the contract period &
during defect liability period.
b) Any material or equipment damaged or destroyed as a result of defective workmanship by
the contractor during the contract period & during the defect liability period.
3.15.3 In the event of failure by the contractor to abide by the above directives, action will be initiated
against the contractor & security deposit shall be forfeited. If in case the contractor abandon the
job without completing the work the same shall be got done by any external agency as decided by
the owner at the risk & cost of the contractor.
3.16.0 EQUIPMENT INSTALLATION
The Contractor shall furnish the details of all construction materials, tools and equipment and
perform all work required for complete installation of all equipment furnished under the scope of
this contract. The scope of the installation shall include all work up to and including placing the
equipment in successful operation. Erection procedures not specified herein shall be in accordance
with the recommendations of the equipment manufacturers as per the requirement of the Owner.
3.17.0 ADHERENCE TO SAFETY PROCEDURES AND PRACTICES
3.17.1 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’s(Personal Protective Equipment) Rs. 1000/- per occasion
b) Working without clearance Rs. 5000/- per occasion
c) Violation of applicable safety, health and Rs. 5000/- per occasion
environment related norms

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 10 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

S No. Nature of Violation Penalty


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 station Rs. 1000/- per occasion
h) Non-protection of deep excavation by way of shoring Rs. 10000/- per occasion
and strutting.
i) Over speeding of jeep / bus etc. in operating station Rs. 1000/- per occasion
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 hospitalisation
/ Treatment charges and Group insurance amount, compensation shall be paid by the Contractor
to the affected person / his family members in presence of Engineer-in-charge as per Workmen
Compensation Act.
3.18.0 SAFETY PRACTICES WHILE WORKING AT A HEIGHT
3.18.1 Further to OISD guidelines on “Safety practices during construction” (OISD-GDN-192), 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 with tender requirements, at a height of 2.0
meters and more depending upon site conditions and job requirements
*****

Tender No. PNP17130

Chapter-III: SPECIAL CONDITIONS OF CONTRACT -Technical Page 11 of


11
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

CHAPTER - IV

SPECIAL CONDITIONS OF CONTRACT: Commercial

CLAUSE NO. DESCRIPTION

4.0.0 GENERAL
4.1.0 INDEMNITY & INSURANCE
4.2.0 FORCE MAJEURE
4.3.0 SCHEDULE OF RATES
4.4.0 GST
4.5.0 TAXES AND DUTIES
4.6.0 PERSONAL ACTS AND LIABILITIES
4.7.0 EXCLUSION OF LIABILTY
4.8.0 RESTRICTION OF VISITORS
4.9.0 LABOUR LAW AND REGULATION
4.10.0 LABOUR LICENCE
4.11.0 DEFINITIONS
4.12.0 CONDITIONS FOR BENEFITS/PREFERENCE FOR MSEs
4.13.0 SPECIFIC REFERNCE TO GCC CLAUSE
4.14.0 CORRECTION IN GCC

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 1 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

4.0.0 GENERAL
4.0.1 This chapter on Special Conditions of Contract shall be read in conjunction with the General
Conditions of Contract, specifications, drawings and other documents forming part of this
Contract wherever the context so requires.
4.0.2 Notwithstanding the subdivision of the documents into these separate sections and volumes each
of these shall be deemed to be supplementary to and complementary to every other part and
shall be read with and into the Contract in so far as it may be practicable to do so.
4.0.3 Where any portion of the General Conditions of Contract is repugnant to or at irreconcilable
variance with any provision of the Special Conditions of Contract then the relevant provision of
the Special Conditions of the Contract shall to that extent be deemed to override the said
provision of the General Conditions of Contract and shall to the extent of such repugnancy or
variations, prevail.
4.0.4 Wherever it is mentioned that the Contractor shall perform certain works or provide certain
facilities, it is understood that the Contractor shall do so at his cost, being deemed to be part of
the relevant items in the Price Schedule whether expressly stated or not.
4.0.5 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.
4.1.0 INDEMNITY AND INSURANCE
4.1.1 Further to provisions of clause 8.5.0.0 of General Condition of Contract, the Contractor shall
undertake to provide comprehensive accident insurance coverage in respect of every employee
employed by him for carrying out Owner’s 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.
4.1.2 All goods supplied under the contract shall be fully insured against loss or damage incidental to
manufacture or acquisition, transit, transportation, storage, delivery and erection. The contractor
shall take comprehensive insurance policy favouring IOCL to the above effect.
4.1.3 Regarding insurance following provisions are further incorporated over & above the provisions of
GCC:
4.1.3.1 Vendor will take the storage cum erection all risk insurance policy of the project for Owner &
Contractor supplied materials (subsequent to its receipt at work site) for permanent
incorporation in the works and services. The, transit insurance of the items covered under
supplies shall also be in the scope of the bidder up to the point of receipt of material at site.
4.1.3.2 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 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.
4.1.3.3 Owner shall raise the insurance claim in case of damage to the materials 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.
4.1.3.4 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.
4.1.3.5 The cost of Normal Excess (deductible) and depreciation (if any) will be borne by the Contractor.
4.1.3.6 Contractor shall be liable solely to adhere to the requirements of the insurer for settlement of

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 2 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

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 monitory 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.
4.1.3.7 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.)
4.1.3.8 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.
4.2.0 FORCE MAJEURE
4.2.1 In partial modification of clause 4.3.8.0 of GCC, Local "Bandh" shall be included in "FORCE MAJEURE”
4.3.0 SCHEDULE OF RATES
4.3.1 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-in-Charge and shall include all
labour, materials, tools, tackles, etc. required to complete the job.
4.3.2 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.
4.3.3 CLAUSE 6.3.3.0 OF GENERAL CONDITIONS OF CONTRACT IS MODIFIED AS UNDER:
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.

4.4.0 GOODS AND SERVICES TAX


4.4.1 GST

4.4.1.1 Bidder has to obtain GSTIN registration at the location where Works Contract Services are to be
performed or carried out. In case of other type of services, Bidder may decide depending upon their
business requirement and provisions of GST Laws. However, it is advisable to obtain GSTIN in the
State where job is required to be carried out/executed.

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 3 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

4.4.1.2 Bidders are to necessarily indicate their Goods & Service Tax Identification Number (GSTIN) along
with their techno commercial bids unless and otherwise they are exempted as per GST Laws & Rules.
Offers without GSTIN shall be treated at par with “Unregistered” Taxable Person as described in
clause 4.4.1.5

4.4.1.3 Depending upon the nature of service of subject tender, category of services, applicable rate of GST
(SGST+CGST OR IGST as the case may be) is to be confirmed by bidder as per prescribed format given
in the technical bid. (Annexure XIII)

4.4.1.4 If the bidder deviates w.r.t. category of services, service code and GST rate as per the format given
by IOCL in the technical bid, then details with proper justification must be provided.

4.4.1.5 In case a Bidder declares that he is not required to be registered under GST laws and Rules, he shall
be treated as “Unregistered Taxable Person”. In such case, Owner is liable to pay GST under reverse
charge and therefore for the purpose of evaluation, bid shall be evaluated after considering GST
Rates and Service Accounting Code (SAC) as determined by the Owner.

4.4.1.6 In case a bidder leaves the GST rate to be quoted by the bidder in Annexure – XIII blank then the GST
rate given by IOCL will be taken for the purpose of evaluation and the same shall be payable to the
bidder.

4.4.1.7 In case Service is specified where Service Recipient is liable to pay GST under Reverse Charge, same
shall be clearly mentioned in the Annexure- XIII.

4.4.1.8 Bid evaluation shall be done after considering GST Rates and Service Accounting Code( SAC) quoted
or confirmed as per the format provided in the Technical Bid or and shall be evaluated on gross tax
basis i.e. after including amount of GST so quoted or confirmed. Owner shall not be liable to pay or
reimburse rate of GST actually invoiced which is in excess of GST rate quoted or confirmed by the
bidder.

4.4.1.9 In case a Bidder claim that he has opted for Composition Scheme as defined in Section 10 of CGST
Act, 2017, he shall submit Form GST CMP 01 and GST CMP 02. His Bid shall be evaluated without
considering GST. [Please note that Composition Scheme is available only for Restaurant and Outdoor
Catering Services]

4.4.1.10 CGST & SGST (or UTGST) or IGST, as the case may be, shall be released only on receipt of GST
Invoice containing the following details:-
a. Name, address and GSTIN of the supplier;
b. A consecutive serial number of the invoice;

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 4 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

c. Date of issue;
d. Name, address and GSTIN or UIN, if registered of the recipient;
e. Name and address of the recipient and the address of the delivery, along with the State and its code,
f. HSN Codes or Service Accounting Code(SAC);
g. Description of goods or services;
h. Total value of supply of goods or services;
i. Taxable value of supply of goods or services taking into discount or abatement if any;
j. Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or cess);
k. Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax, Integrated Tax
(for inter-state supply), Union Territory Tax or cess);
l. Place of supply along with the name of State, in case of supply in the course of inter-state trade or
commerce;
m. Address of the dispatch point where the same is different from the place of supplier;
n. Whether the tax is payable under Reverse Charge basis and
o. Signature or digital signature of the supplier or his authorized representative.

4.4.1.11 It shall be the obligation on the part of Bidder/ Vendor to discharge his liability by payment of GST to
Government of India in cash OR utilization of Input Tax credit in respect of such supply of goods or
services through GST Invoice under this Contract, so that Owner can avail Input Tax Credit( ITC) on such
supply. In the event that the input tax credit of the GST charged by the Bidder / Vendor is denied by the
tax authorities to due to delay by Bidder / Vendor / Contractor /Consultant, in issue of Invoice, Debit
Notes or Credit notes, filing of Return of Outward Supplies, payment of taxes or filing of any other
Returns as required under GST Laws and Rules, or timely corrections, rectification or modification in the
detail of Return of Outward Supplies or any other Returns, Owner shall be entitled to recover such
amount from the Bidder / Vendor / Contractor / Consultant by way of adjustment from the next invoice
or from Bank Guarantee or security deposit. In addition to the amount of GST, Owner shall also be
entitled to recover interest and penalty, in case same is imposed by the tax authorities on Owner.

4.4.1.12 It shall be obligatory for the Bidder to issue Credit Note for Price reduction on account of delay in
delivery as defined in the Bid or Contract Documents in the month immediately following the month in
which deduction of account of delay in delivery is effected by the Owner.

4.4.1.13 In case of any advance including Mobilization Advance given as per Contract, the CONTRACTOR shall
issue a GST Invoice containing all the details required as per GST Laws and Rules. Subsequent
recoveries / adjustment of Advance amount shall be separately indicated in the GST Invoice for
actual supply of Goods and Services.

4.4.1.14 In case any recovery is made for any facility or services provided by the Owner and such recoveries
are subject to GST, amount of recovery plus applicable GST shall be deducted/recovered from the
Invoices/Claim of the Bidder.

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 5 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

4.4.1.15 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 therefrom or in connection therewith.
Further to clause 8.1.1.0 of General conditions of Contract, If after the date of submission of Price
Bid, any new output tax is introduced (applicable to invoices raised on the owner) in lieu of one or
more of the then existing taxes and the rate and impact of the new taxes is in excess in aggregate
of the rate and impact of existing output tax or taxes which it replaces , the OWNER shall on
satisfactory proof reimburse the CONTRACTOR the additional tax paid by the CONTRACTOR as the
result of the imposition of the new taxes provided they are within the ‘contractual completion
period’. If on the other hand , the rate and impact of the new tax is less than the aggregate rate
and impact of tax(es) which is replaces , the CONTRACTOR shall pass on to the OWNER the benefit
thereof by reduction in the amount payable by the OWNER to the CONTRACTOR. The
computation of differential shall also take into account the additional “input tax credit” availed by
the bidder on introduction of such new tax.
Bidder is requested to acquaint themselves about GST Law and other tax provisions before
bidding. Bidders are advised to quote the rate considering “input tax credit” available to bidder
under GST.

4.4.1.16 Tax invoice to be submitted by the bidder in compliance with the prevailing tax laws at the time of
execution/delivery. No other invoice will be accepted as Owner intends to avail Input Tax/Cenvat
Credit
4.4.1.17 Fulfilment of all the statutory requirements for supply of materials and services and any other
statutory requirement shall be the exclusive responsibility of the Contractor.
4.4.1.18 Bidders to note that basic prices quoted for the subject work shall be exclusive of GST and GST to be
quoted separately in Annexure - XIII. Offer shall be evaluated by considering GST rates quoted by
bidder in the Annexure.

4.5.0 Taxes and Duties


4.5.1 Income Tax
4.5.2 Income Tax along with surcharge of Income Tax & cess as applicable at the prevailing rate on the
gross amount billed shall be deducted from the Contractor's bill as per applicable laws
4.5.3 Service Tax
4.5.3.1 The price offer for the subject work shall exclude service tax. 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.
4.5.3.2 Bidders to note that their bids will be evaluated by adding Service Tax at the rates mentioned in
column 2 of the table below. Abated rates are considered, assuming bidder is not availing
CENVAT credit on inputs.
In case, bidder wishes the bids to be evaluated at a different rate the same is to be indicated in

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 6 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

column 3. In such case the Service Tax rate in column 3 shall be used during evaluation of price
bid.
The above format attached as Annex-IX, is to be submitted with the techno¬commercial bid.
Item as per Rate of Service tax to be In case bidder will charge
SOR/BOQ charged on value submitted in different Service tax rate, the
the price bid same to be indicated here
1 2 3
Item No. 010-Supply Nil
Item No. 020-Services 15 %
Item No. 030-Composite 10.50 %(70% of 15%)
ITEM No.040- ARC 6 %(40 % of 15%)
1. Service tax on abated value is applicable wherever the services provider has not availed any
CENVAT credit on inputs / input services / capital goods Therefore, in case the bidder opts for
abatement scheme, bidder has to furnish a certificate confirming that CENVAT credit has not
been availed on inputs / input services/ capital goods.
2. Bidders are requested to ascertain the applicable effective rate of service tax applicable on
the quoted price on this job.
3. Bidders to note that their bids will be evaluated by adding Service Tax at the rates
mentioned in column 2 of the table. Above Rates in column 2 are based on abated rates,
assuming bidder is not availing CENVAT credit on inputs.
4. Anything in contrary is to be specified in column 3 and the same shall be used during
evaluation of bids.

5. In case a bidder mentions “NIL” or “Not Applicable” or any such words then it will be assumed that
service tax is not applicable and the bid will be evaluated by applying 0% service tax, i.e. no service
tax will be applied for evaluation. No service tax will be payable to the bidder.

6. In case a service is considered in RCM (Reverse charge mechanism) and a bidder mentions a
different rate in column 3, then evaluation will be done by applying pro-data rate of column 2 & 3.
For 100% RCM cases, rate as per column 2 shall be considered
4.5.3.3 Bidders to note that basic prices quoted for the subject work shall be exclusive of GST and GST
to be quoted separately in the row/column provided in BoQ. Offer shall be evaluated by
considering GST rates quoted by bidder in BoQ.
4.5.3.3.1 Rates as quoted by the bidder shall be considered for evaluation of the bids, The declaration
regarding service tax submitted with the bid shall be treated as final and no communication/
correspondence shall be entertained from the bidder after opening of the techno-commercial
bids, except in following circu mstance:
a) Where service tax rate quoted is more than maximum prevailing service tax rate,
i.e. more than 15 %.
b) Where non-zero service tax rate is quoted by bidder towards supplies and it is
different from the service tax rate quoted towards composite works.
These rates are subject to change as per notification of Govt. of India issued from time to time.
The latest service tax notification is No. 31/2016-Service Tax dated 26 May, 2016 service wherein
tax of 15 % is applicable w.e.f. 1.6.2016.

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 7 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Paymnet of service atx will be made in accordance with the Invoice (s) raised by the
contractors, limited to the rate considered during evaluation, as above.
4.5.3.3.2 As mentioned at clause 4.4.12.3 above, the quoted prices shall be exclusive of service tax.
However, if a bidder as found to have quoted prices inclusive of service tax in the techno-
commercial bid, the Owner reserves its right to bifurcate the quoted prices into basic price and
service tax based on service tax rates quoted by the bidder in column 3, else rate specified in
column 2 above.
4.5.3.4 Upon award of work, GST shall be paid by the Owner to the Contractor at the rate as per HSN
code/SAC code mentioned in the invoice raised by the contractor. limited to the rate(s)
considered during evaluation in accordance with the provisions of Rule 4A of the Service Tax Rules
1994 which state that each
The invoice shall be serially numbered and shall contain the following details:
(i) The name, address and GST registration number of the supply of service provider
(ii) The name and address of the recipient of the taxable supply of services
(iii) Description, classification and value of taxable supply of service provided and
(iv) The service tax and cess payable GST payable on such supply of services.
The above details are required to enable Owner to claim CENVAT credit Input Tax Credit on Tax
paid. In case Contractor does not furnish such invoices enabling the Owner to claim CENVAT Input
Tax Credit benefit, then such amount shall not be paid to the Contractor irrespective of the
payment of such amount by the Contractor to the Tax Authorities. However, the contractor's
liability shall be limited to furnishing of CENVATABLE tax invoices.
4.5.3.5 Tax invoice to be submitted by the bidder in compliance with the prevailing tax laws at the time of
execution/delivery. No other invoice will be accepted as Owner intends to avail Input Tax/Cenvat
Credit

4.5.3.6 Statutory variation on service tax GST (as payable to the bidder) as applicable for the
category/service shall be to Owner's account up to the contractual completion period. Any
statutory variation in tax after expiry of the contractual completion period shall be to contractor's
account. Contractual completion period mentioned above is TIME SCHEDULE' indicated in Letter
of Acceptance which will be inclusive of time extension, if any, granted by the OWNER in terms of
Clause 4.3.5.0 and/or 4.3.6.0 of GCC without imposition of any price discount under clause 4.4.0.0
of GCC. Similarly, in case of any reduction in the rate(s) of the 'said taxes' between last date of
submission of Price bid relevant to the Contract and the date of execution of activities under the
contract, the CONTRACTOR shall pass on the benefit of such reduction to the OWNER with a view
that OWNER shall pay the reduced duty/tax to Govt.
4.5.3.7 The tax payable by the Owner to the Contractor shall be limited to the rate(s) considered during
evaluation as per clause No. 4.4.12.3 and its sub-clauses above (except for condition mentioned in
clause No. 4.4.12.5 irrespective of the amount payable by the Contractor towards tax to Statutory
Authorities
4.5.4 Octroi
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.
4.5.5 “Entry Tax”, if any, on the materials transported or deployed by the Contractor shall be on

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 8 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Contractors account.

4.6.0 PERSONAL ACTS AND LIABILITIES


4.6.1 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 authorised 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-à-vis the company to make the settlement, receipt, acknowledgement, agreement or other
document concerned.
4.7.0 EXCLUSION OF LIABILITY
4.7.1 It is expressly understood and agreed that Indian Oil Corporation Limited, is entering into this
contract 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 contract and has
no liabilities, obligations or rights whatsoever hereunder. It is expressly understood and agreed that
Indian Oil Corporation Limited is an independent legal entity with power and authority to enter into
contracts solely on its own behalf under the applicable laws of India and the general principles of
contract laws. The contractor expressly agrees, acknowledges and undertakes that Indian Oil
Corporation Limited is not an agent, representative or delegate of the Government of India, and that
the Government of India is not and shall not be liable of any acts, omissions, commissions, breaches
or other wrongs arising out of the contract. Accordingly the contractor hereby expressly waives,
releases and forgoes any and all actions or claims whatsoever, including cross claims impending
claims or counter claims, against the Government of India arising out of the contract and covenants
not to sue, the Government of India for any manner of claims, causes of action or things
whatsoever arising of or under this contract
4.8.0 RESTRICTION OF VISITORS
The Contractor shall not allow any visitors on the works or premises of or at the job sites without the
approval of the Engineer-in-Charge and / or Site Engineer.
4.9.0 LABOUR LAW AND REGULATIONS
4.9.1 The contractor shall take the comprehensive insurance policy for the workmen engaged by him/
them at site and shall submit the copy of the same to the EIC/ Site Engineer. It shall be noted that in
no conditions, whatsoever owner shall permit the contractor to carry out the work as
defined/specified elsewhere the workmen (including supervisors and work inspectors) not covered
under such insurance policy. This may, however, be noted that the contractor shall have to take any
other insurance policy/policies for workmen as required by the laws of the land i.e. by the State
Government and/ or Central Government enforced from time to time, in this regard owner shall not
take any responsibility whatsoever. The contractor at his own risk and cost shall take all such
insurance policy/polices.
4.9.2 The contractor shall adequately cover all its eligible employees under the provisions contained in
Employees Provident Fund Act 1952 and subsequent amendment thereof, if any. The contractor shall
furnish a certificate and statement embodying therein all the relevant details in evidence of having
complied with the provisions of the said act. It would be obligatory on the part of the Contractor to

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 9 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

take necessary PF establishment code number and regularly deposit the PF amount (Amount
deducted from the employee's wages and employer's contribution) for all the eligible employees to
the concerned statutory authority.
4.9.3 The Contractor shall ensure that the wages are paid by him or by his subcontractors to their
workmen directly without the intervention of any Jamadars or Thekadars and that no amount by
way of commission or otherwise is deducted or recovered by the Jamadars from the wages of the
workmen. The contractor shall maintain a register showing names & address of the persons
engaged along with photographs of each person and shall produce the same for inspection on
demand by the Engineer-In- charge or such other person so authorized by the company. The
contractor has to abide by the various state labor laws, in addition to Contract Labour act 1970,
Employees Provident Fund & Miscellaneous Provision Act 1952, Payment of Bonus act 1965,
Payment of wages act 1936, Minimum wages act 1948, the workmen’s compensation act 1923, ESI
act 1948 and different rules & regulations passed from time to time.

4.9.4 The owner shall be entitled at all times to carry out checks or inspection(s) of the Contractor’s
facilities, records and account to ensure that the provisions of the PF Act, Labour laws and
regulations are being observed by the contractors and that the workmen are not denied the rights
and benefits to which they are entitled under such provisions. Any violation shall, without prejudice
to any other rights or remedies available to the owner, constitute a ground for termination of the
contract
4.9.5 The contractor shall also indemnify and keep indemnified the owner from and against all actions,
claims, demands and liabilities whatsoever under and in respect of the breach of provisions of any/all
clauses as mentioned elsewhere in the tender.
For any infringement of these provisions, the owner shall be at liberty to rescind the contract
without any liability to pay any compensation whatsoever to the contractor.
4.9.6 Contractor has to comply all regulations of Employees’ State Insurance Act (ESI), 1948 and submit
copies of Challan of ESI contributions to EIC in respect of their Contract labour employed for the
work during the contract period.
4.9.7 As all our units and major installations engage in hazardous processes and employment of children in
hazardous processes or young person in certain areas is prohibited by various enactments, the
contractor is required to state that he/she is not engaging any child labour as per the labour laws
applicable to him/her. Contractor making any false claim would have its contract terminated
forthwith if detected later.
4.10.0 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.
4.11.0 DEFINITIONS
4.11.1 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.
4.11.2 "Tender Document" shall mean the same as "Bid document". "Tender" shall have the same meaning
as "Bid" or "Offer". "Tenderer" shall have the same meaning as "Contractor" or "Bidder". Wherever
the word ‘Refineries Division’ and/or ‘Gujarat Refinery’ is appearing in the tender document it should
be read as ‘Pipelines Division’

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 10 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

4.12.0 CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs) (APPLICABLE
ONLY FOR TENDERS CONSISTING OF SERVICES PORTION ONLY)
4.12.1 As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide
Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of
Govt. of India, MSEs must be registered with any of the following in order to avail the
benefits/preference available vide Public Procurement Policy MSEs Order, 2012.
a. District Industries Centers (DIC)
b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME

4.12.2 MSEs participating in the tender must submit the certificate of registration with any one of
the above agencies indicating the details of the particular tendered item along with their bid.
4.12.3 The registration certificate issued from any one of the above agencies must be valid as on close date
of the tender. The successful bidder should ensure that the same is valid till the end of the contract
period.
4.12.4 The MSEs who have applied for registration or renewal of registration with any of the above
agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are
not eligible for exemption/preference.
4.12.5 The MSEs registered with above mentioned agencies/bodies are exempted from payment of
Earnest Money Deposit(EMD).

4.12.6 Purchase Preference to MSEs – In case the quoted price of the MSE participating in the tender is
within a price band of L1 (Lowest) + 15 percent and they agree to match the L1 price by way of
written confirmation upon receipt of a written request from the owner, then said MSE shall be
considered as deemed L-1 and may be awarded the total tendered works (without any splitting). In
case of more than one such MSEs are in the price band of L1 + 15%, the preference for matching the
L1 price shall be given to the lowest to the next one amongst such MSEs. For e.g. , if MSE ‘A’ has
quoted L1+10% and MSE ‘B’ has quoted L1+12%, then MSE ’A’ shall be asked to match their quoted
rates with L1 price first. In case MSE ‘A’ does not intend to do so, then the option of matching L-1
price will be extended to MSE ‘B’.

4.12.7 To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District
Authority must be submitted by the bidder in addition to certificate of registration with any
one of the agencies mentioned in paragraph (I) above . The bidder shall be responsible to furnish
necessary documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST.
MSE owned by SC/ST is defined as:
a) In case of proprietary MSE, proprietor(s) shall be SC /ST.
b) In case of partnership MSE, The SC/ST partners shall be holding at least 51%
shares in the enterprise.
c) In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.
4.13.0 SPECIFIC REFERENCE TO GCC CLAUSES

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 11 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

4.13.1 The Income Tax Clearance Certificate as stated in clause No. 4.8 of Instructions to Tenderers (Page-
115) & Form of Tender (Page 127-128) of General Conditions of Contract are not required to be
submitted with the bidder’s offer:
4.14.0 CORRECTION IN GENERAL CONDITIONS OF CONTRACT
S. No. Page Clause No. Correction
No.
1. 7 2.1.1.5 In the 2nd line, the words `2.1.1.2 (c) may be read as `2.1.1.2 (b)’.
2. 10 2.2.5.0(ii) In the 5th line, delete the words `not covered by the Schedule of
Rates or lump sum price, as the case may be,’.
3. 13 2.5.3.0(b) In the 4th line, the words `lump price’ may be read as `lumpsum
price’.
4. 13 2.5.3.1 In the 1st line, the word `Providing’ may be read as `Pending’.
5. 21 3.3.2.0 In the 3rd line, the word `whatever’ may be read as `whatsoever’.
6. 23 3.5.2.0 In the 4th line, the words `other OWNER’ may be read as `the
OWNER’.
7. 27 4.0.6.0 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’.
8. 27 4.0.7.0 In the 2nd / 3rd line, `the words `founded thereon’ may be read
as `founded or dependent thereon’.
9. 30 4.3.6.0 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’
10. 33 4.5.2.0 In the 5th line, the words `for the calculating payments’ may be
read as `for calculating the payments’.
11. 35 4.7.4.0 In the 5th line, the words `item or work’ may be read as `item of
work’.
12. 35 4.7.4.0 In the 11th line, insert the word `to’ between the words
`CONTRACTOR’ and `appoint’.
13. 65 8.6.1.0 In the 1st line, insert the word `by’ between the words `upon’ and
`the’.

4.14.1 Clause no. 4.17 of Chapter 14 Instruction to Tenderer of GCC stands replaced by the following
clause:

The tenderer shall enclose documents to show that he has previous experience in having successfully
completed in the recent past works of similar nature together with the name of OWNER, location of
sites and value of contract in the format annexed to the Form of Tender. It shall be the responsibility
of the Tenderers to fill complete, correct and accurate information in line with the
requirements/stipulations of the Tender Document, regarding their past experience and other
information required to facilitate due evaluation/consideration of their tenders.
If any information given by a bidder/tenderer is found to be incorrect in any particular considered by

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 12 of 13


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

the OWNER to be relevant for the evaluation of the bid/tender or is found by the OWNER to
misrepresent facts, or if any of the documents submitted by the bidder/tenderer in support of or
relevant to the bid/tender is found by the owner to be forged, false or fabricated, the OWNER may
reject the bid, and without the prejudice to any other right(s) of action, or remedy available to the
OWNER, the OWNER may forfeit the Earnest Money given by the bidder in the form of Earnest
Money Deposit or Bank Guarantee in lieu of Earnest Money Deposit in order to compensate the
OWNER for the expense incurred by it in considering the bid (and not by way of penalty) and take
actions for putting the bidder/tenderer on holiday list for such period as the OWNER in this behalf
considers warranted and/or to remove the Bidder/Tenderer from the approved list of
Vendors/Contractors. If prior to the discovery of incorrect information, misrepresentation or false,
forged or fabricated document(s), the bid/tender has resulted in a contract, the contract shall be
liable to be terminated by the OWNER pursuant to the provisions of Clause 7.0.1.0 of the General
Conditions of
Contract with consequences of termination as provided in Section 7 of the General Conditions of
Contract
*****

Tender No. PNP17130

Chapter-IV: SPECIAL CONDITIONS OF CONTRACT-Commercial Page 13 of 13


CHAPTER – V

SPECIAL CONDITIONS OF CONTRACT


(Technical)
with
SCOPE of WORK
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

SPECIAL CONDITIONS OF CONTRACT


INDEX
Cl. No. DESCRIPTION
1.0.0 GENERAL
2.0.0 BRIEF DESCRIPTION
3.0.0 SITE LOCATION
4.0.0 RIGHT OF WAY
5.0.0 SCOPE OF WORK
5.3.0 SCOPE OF WORK UNDER PART-A:
5.4.0 SCOPE OF WORK UNDER PART-B:
6.0.0 MATERIALS SUPPLIED BY THE CONTRACTOR
7.0.0 WATER & POWER SUPPLY
8.0.0 PERMITS, CONSENTS, LICENCES, ETC.
9.0.0 CONTRACT REVIEW MEETINGS:
10.0.0 PERFORMANCE OF WORK
11.0.0 SETTING OUT OF THE WORKS
12.0.0 CONDITIONS OF WORK
13.0.0 CONTRACT PERIOD
14.0.0 FORCE MAJEURE
15.0.0 PROGRESS SCHEDULE
16.0.0 PROGRESS REPORT
17.0.0 SUBLETTING OF THE CONTRACT
18.0.0 DEFECT LIABILITY, LATENT DEFECTS AND GUARANTEE
19.0.0 SECURITY DEPOSIT
20.0.0 TERMS OF PAYMENTS (ON ACCOUNT PAYMENTS AND ADVANCES)
21.0.0 PLACE & MODE OF PAYMENT
22.0.0 PENALTY PROVISIONS
23.0.0 PERSONAL ACTS AND LIABILITIES
24.0.0 OWNERS OBLIGATIONS
25.0.0 WATER, POWER AND OTHER UTILITIES
26.0.0 ORDER OF WORKS
27.0.0 TAXES & DUTIES
28.0.0 LABOUR LAWS AND REGULATIONS
29.0.0 INDEMNITY AND INSURANCE
30.0.0 INDEMNITY BOND
31.0.0 PATENT AND ROYALTIES
32.0.0 ENVIRONMENTAL PROTECTION & POLLUTION CONTROL
33.0.0 SAFETY, FIRE AND SECURITY REGULATIONS
34.0.0 COMPLIANCE TO ISO - 14001
35.0.0 MISCLLENEOUS
36.0.0 SUPERVISION OF WORK
37.0.0 SITE CLERANCE
SPECIAL CONDITIONS OF CONTRACT
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 2 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

1.0.0 GENERAL
1.1.0 Special Conditions of Contract shall be read in conjunction with the General
Conditions of Contract, Technical Specifications, Drawings (if any) 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 portion of the General Conditions of Contract is repugnant to or at
irreconcilable variance with any provision of the Special Conditions of
Contract, then the relevant provision of the Special Conditions of Contract
shall to that extent be deemed to override the said provision of the General
Conditions of Contract 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
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.
1.6.0 The Contractor shall employ qualified technical staff having experience of
carrying out similar works and who are conversant with the type and
standard of works elaborated under the scope of work.
1.7.0 The contract shall be governed by all the relevant health and safety rules.
1.8.0 All necessary statutory permissions/permits require for the job shall be taken
by the contractor
1.9.0 Deleted.
1.10.0 Items like Pipes for fabrication of sleeve, leak clamps, weld plus end etc will
be supplied by IOCL.
1.11.0 The Special Condition of Contract shall be read in conjunction with the
General Conditions of Contract, Schedule of rates, specifications, drawings
and any other documents forming part of contract, wherever the context so
requires. Notwithstanding the sub-division of the documents into these
separate sections and volumes, every part of each section shall be deemed to
be supplementary to and complementary of every other part and shall be
read in conjunction with each other into the CONTRACT so far as it may be
practicable to do so.
1.12.0 The materials, design, and worKmanship shall satisfy the relevant INDIAN &
International STANDARDS, the JOB SPECIFICATIONS contained herein and
CODES referred to. Where the job specification stipulate requirements in
addition to those contained in the standard codes and specifications, these
additional requirements shall also be satisfied as per applicable codes &
standards.
1.13.0
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 3 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

1.14.0 The intending bidder shall be deemed to have visited the site. Non-familiarity
with site condition and unawareness of General Condition of contract will not
be considered a reason either for extra claim or for not carrying out work in
strict conformity with drawings and specifications.
1.15.0 Security Deposit/Retention money
The tenderer with whom the contract is decided to be entered into and
intimation is so given will have to submit within 15 days from the date of
intimation of acceptance of their tender, a non-revocable composite bank
guarantee equivalent to 10% of the contract value to cover for retention
money and performance of contract in favour of Indian Oil Corporation
Limited Norther Region Pipelines from any schedule bank (other than Co-
operative bank) payable at Panipatin the proforma enclosed, failing which the
IOCL reserves the right to cancel the contract. The validity period for the
composite bank guarantee shall be 3 (three) months beyond the expiry
period of the contract.

2.0.0 BRIEF DESCRIPTION


2.1.0 The Owner operates and maintains cross-country pipelines 04 Groups
Group A: NRPL PANIPAT, AMBALA, ROORKEE AND NAJIBABAD CRUDE OIL,
LPG, NATURAL GAS AND PRODUCT pipelines.
Group B: NRPL BIJWASAN, MATHURA, BHARATPUR, MEERUT AND TUNDLA
CRUDE OIL AND PRODUCT pipelines.
Group C: NRPL JALANDHAR, SANGRUR, BHATINDA,NABHA CRUDE OIL, LPG,
NATURAL GAS AND PRODUCT pipelines.
Group D: NRPL REWARI CRUDE OIL, LPG, NATURAL GAS AND PRODUCT
pipelines.

2.2.0 Entire pipelines are provided with protective coatings and cathodic protection
system to prevent corrosion.

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 4 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

2.3.0 The Owner intends to outsource the pipeline & ROW maintenance for the
lengthS of ROW underNRPL

LENGTH Group
DETAILS: OF LENGTH OF
PIPELINE ROW (KM)
STATION: (KM)
D
365
REWARI 160.000
A
645.7
PANIPAT 311.233
197.7
AMBALA 197.000
109
ROORKEE 109.000
24
NAJIBABAD 24.000
C
124.3
SANGRUR 106.000
36
BATHINDA 35.700
101.8
NABHA 101.450
160.8
JALANDHAR 86.920
B
184.7
BIJWASAN 134.400
114.3
MATHURA 100.672
35
TUNDLA 79.365
80.16
BHARATPUR 35.000
150.8
MEERUT 150.809
Total 2329Km

2.4.0 Location details of RCP & Block Valves Locations:

LOCATION OF BLOCK VALVE


S. No. PIPELINE
CHAINAGE PLACE
0 1 2 3

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 5 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

1 MUNDRA-PANIPAT SECTION 28”/22” O.D.

1 HOV 946.250 Kavarpura


2 MOV 968.00 Jainpurwas
3 HOV 968.650 Sota Nala(upstream)
4 HOV 969.700 Sota Nala (Down Stream)
5 HOV 991.450 Janakpura
6 HOV 1019.114 REWARI INLET
7 HOV 1019.114 OUTLET
8 HOV 1032.907 U/S JLN
9 HOV 1033.807 D/S JLN
10 MOV 1056.000 Asadhpur
11 HOV 1056.379 ASSADPUR KHERA
12 MOV 1089.548 KULTANA
13 HOV 1114.846 U/D DIVERSION NO.8
14 HOV 1117.83 D/S DIVERSION NO.8
15 HOV 1129.539 U/S BHALOUT SUB
16 HOV 1131.496 D/S JLN FEEDER
17 MOV 1136.135 KHANPUR
18 HOV 1173.071 U/S DELHI PARALLEL
19 HOV 1173.335 PANIPAT INLET

2 PANIPAT-BHATINDA SECTION 14” O.D.

1 HOV 0 PANIPAT OUTLET


DELHI PARALLEL BRANCH
2 HOV 5.427
HANSI BRANCH
3 HOV 7.307 CHORKARSA HOV 7.307
4 HOV 26.015 RAJUND BRANCH CANAL
5 HOV 34.096 JATHERI
6 HOV 44.118 SIRSA BRANCH CANAL
7 HOV 51.441 U/S PARA RIVER
8 HOV 81.763 U/S GHAGGAR RIVER
TARANVALI D/S GHAGGAR
9 MOV 87.733
RIVER
10 HOV 92.022 U/S BHAKRA CANAL
11 HOV 97.744 D/S BHAKRA CANAL
12 HOV 98.085 GUJARAN
D/S GHAGGER BRANCH
13 HOV 119.391
CANAL OF SIRHIND CANAL
14 HOV 121.417
15 HOV 130.661 SANGRUR INLET
16 HOV 130.661 OUTLET
U/S KOTLA BRANCH OF
17 HOV 157.221
SIRHNIDN CANAL
D/S KOTLA BRANCH OF
18 HOV 158.153
SIRHNIDN CANAL

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 6 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

BHIANI FATAH BALIAN WALI


19 MOV 169.266
(KATRA)
20 HOV 195.238
21 HOV 215.665 BHATINDA INLET

3 PANIPAT-REWARI SECTION 12” O.D.


1 MOV 0 Panipat -Station limit valve
D/S of Delhi-Parallel Branch
2 HOV 2
canal
Khanpurkalan Repeater
3 MOV 36.93
Station
4 HOV 55.212 U/S of Diversion Drain no. 8
5 MOV 83.543 Kultana Repeater Station
Asadpur Khera Repeater
6 MOV 116.712
Station
7 HOV 140.184 U/S of JLN canal
Rewari Terminal -Station limit
8 MOV 153.977
valve

4 PANIPAT -AMBALA –JALANDHAR (PAJ) SECTION


Panipat –Ambala
Section
1 MOV 97.7 Panipat Station
delhi side of augmentation
2 HOV 119.039
canal
karnal minak METALLED
3 MOV 121.853
ROAD
ambala side of western
4 CV 124.51
yamuna canal
5 HOV 136.678 delhi side of NBKLSYL canal
Ambala side of NBKLSYL
6 CV 137.927
canal
kuruksetra pipli saharanpur
7 MOV 163.022
METALLED ROAD
8 HOV 184.941 Delhi side markanda river
9 CV 188.06 Ambala side markanda river
10 HOV 199.246 Delhi side of Tangri River
11 CV 199.983 Delhi side of Tangri River
12 HOV 202.777 Ambala Pump Station
Ambala-Jalandhar
5
Section
1 HOV 0 Ambala Pump Station
Ambala SIDE OF GHAGGAR
2 HOV 14.648
RIVER
JALANDHAR SIDE OF
3 CV 15.01
GHAGGAR RIVER

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 7 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

JALANDHAR SIDE OF SARAI


4 MOV 41.204 BANJARA- SALEMPUR
METALLED ROAD
AMBALA SIDE OF BHAKRA
5 HOV 61.692
CANAL
JALANDHAR SIDE OF BHAKRA
6 CV 61.763
CANAL
7 MOV 79.2 AMBALA SIDE OF HEDON
AMBALA SIDE OF SIRHIND
8 HOV 89.85
CANAL
JALANDHAR SIDE OF
9 CV 90.17
SIRHIND CANAL
AMBALA SIDE OF SUTLEJ
10 HOV 109.645
RIVER
JALANDHAR SIDE OF
11 HOV 118.216 PHILLAUR AUR METALLED
ROAD
AMBALA SIDE OF PHAGWARA
12 HOV 143.325 NAWASHAHAR METALLED
ROAD
JALANDHAR DELIVERY
13 HOV 164.877
STATION

6 BIJWASAN -PANIPAT SECTION 10” O.D. (PBAPL)

1 MOV 0.039 BIJWASAN


U/S OF NAJAFGARH DRAIN
2 HOV 11.033
CROSSING
3 HOV 33.415 RCP AT AUCHANDI
4 HOV 43.604 U/S OF OLD YAMUNA CANAL
5 MOV 46.494 SONEPAT T- POINT STATION
6 MOV 76.03 CHULKANA
7 MOV 109.79 PANIPAT
PJPL(Panipat- Jalandhar)-04 more new RCP locations are
7 being added and 12 locations are under modifications, PJPL
also includes Panipat Kohand Pipeline
1 HOV 23.614 KM Jalmana
2 MOV 47.575 KM Jatheri
3 HOV 68.906 KM Khanpur
4 HOV 81.293 KM Chakku Ladana
5 MOV 87.755 Taranwali
6 HOV 91.98 Kath
7 HOV 108.405 Mavikalan
8 HOV 154.664 Molgawara
9 HOV 171.285 Rajewal
10 HOV 182.116 Daheru
11 HOV 201.382 Bhattian
12 HOV 214.699 Chaunta

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 8 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

13 HOV 219.3 Rahon


14 MOV 225.785 Urapar
15 HOV 242.157 Ladian
16 HOV 258.704 Nangal Majha

8 DPPL(Dadri Panipat Pipeline)

1 GV/BV 0.000 DADRI


MILAK CHAKARPUR,
2 GV/BV 29.115 SV 1
GHAZIABAD
3 GV/BV 45.408 SV 2 KHASPUR, BAGHPAT
4 GV/BV 59.64 SV 3 PUTTI BRAHMAN, BAGHPAT
5 GV/BV 92.753 SV 4 DEHERA, SONIPAT
6 GV/BV 107.493 SV 5 DIWANA, PANIPAT
7 GV/BV 115.5 SV 6 BINJHOL, PANIPAT
8 HOV (DPPL) 30” 131.818 Station Valve
Salaya Mathura Pipeline (SMPL) SECTION 24” O.D. (CP
9
Section)
1 HOV 128.139 Kavarpura
2 MOV 150.276 Jainpurwas
3 HOV 151.00 Sota Nala Upstream
4 HOV 151.224 Sota Nala Downstream
5 HOV 174.638 Shahjahapur
6 HOV 205.78 REWARI INLET
7 HOV 205.78 OUTLET
8 HOV 209.209 U/S JLN
9 HOV 210.389 D/S JLN
10 HOV 230.838 ASSADPUR KHERA
11 MOV 264.17 KULTANA
12 HOV 291.551 U/D DIVERSION NO.8
13 HOV 292.071 D/S DIVERSION NO.8
14 HOV 304.671 U/S BHALOUT SUB
15 HOV 304.338 D/S JLN FEEDER
16 MOV 310.311 KHANPUR
17 HOV 345.321 U/S DELHI PARALLEL
18 HOV 348.7 PANIPAT INLET

10 KRNPL

1 HOV 0.000 PIPLI

2 HOV 23.000 CHANDEL

3 MOV 30.75 MANDHAR


4 MOV 40.000 TABUR
5 MOV 63.907 CHUDIYALA

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 9 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

6 MOV 94.000 DABKIGUJJAR


7 MOV 117.978 ROORKEE DELIVERY STATION
8 MOV 134.500 MUNDA KHERA

9 MOV 166.400 NAJIBABAD TERMINAL

SONIPAT MEERUT SECTION


11
1 MOV 0.000 ROHAT

2 HOV 21.917 YAMUNA RIVER (U/S)

3 HOV 26.279 YAMUNA RIVER( D/S)


4 HOV 48.427 HINDAN RIVER(U/S)
5 HOV 51.937 HINDAN RIVER (D/S)
6 MOV 69.940 MEERUT
7 MOV 117.978 ROORKEE DELIVERY STATION
8 MOV 134.500 MUNDA KHERA

9 MOV 166.400 NAJIBABAD TERMINAL

12 MATHURA TUNDLA SECTION

1 HOV 0.000 MATHURA

2 CP STATION 0.250

3 MOV 34.120 HAZIPUR KHEDA


4 MOV 57.000 TUNDLA

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 10 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

AMBALA

S.N State Base Base wise RCP name MOV Chaina Chainage to
o jurisdiction nam ge from
e

Station Line details State Name of section Pipeline details (size,


with length thickness, grade etc.)
under station

AMBALA MJPL HARYANA MJPL-PA Section 14”OD,0.281”WT,


(120-202.77)- APIL5LX46
KRNPL
82.77Km
MJPL-AJ Section 12”OD,0.250”WT,
(0-80)-80 Km APIL5LX46

KRNPL- (0-35)- 10.75”OD,0.250”WT,


35 Km APIL5LX46

1
SAMALKHA MOV-
(MJPL) BV7
Statio
n
inlet
AMBALA and
HARYA PANIP Same as Same as
2 JURISDICTI outlet
NA AT above above
ON PIPLI(MJPL) valve
SALEEMPUR(MJ MOV-
PL) BV8
MANDHAR MOV-
(KRNPL) BV8

2.5.0 Location details of RCP & Block Valves Locations:

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 11 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

RCP/MOV (AMBALA)

S.No RCP District Tehsil Village Chainage


Samalkha
1 RCP Karnal Karnal Samalkha 121.3
2 PIPLI RCP Kurukshetra Thanesar Pipli 163.2
Saleempur
3 RCP Patiyala Rajpura Saleempur 41.20
Mandhar
4 RCP Yamuna nagar Radaur Mandhar 30.75

ROORKEE STATION
Station Line details State Name of section Pipeline details (size,
with length under thickness, grade
station etc.)

ROORKEE KRNPL U.P. & KRNPL, 10.75”OD,0.250”WT,


UTTARAKHAND APIL5LX46
Ch-35.000-
144.000=109.000Km

S.N State Base Base RCP name MOV & Chaina Chaina
o wise HOV name ge from ge to
jurisdicti
on
TABUR &
PANIP DABKIGUJJ DABKIGUJJ
1 U.P. AT PANIPAT AR AR 35.000 92.750
CHUDIYALA CHUDIYALA
UTTARAKHA PANIP
2 PANIPAT MUNDAKHE MUNDAKHE 92.750 144.000
ND AT
RA RA

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 12 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

2.6.0 Location details of RCP & Block Valves Locations:

RCP (_KRNPL)

S.N Chainag
o RCP District Tehsil Village e
DABKIGUJJA
1 R SAHARANPUR SAHARANPUR DABKIGUJJAR 63.907
2 CHUDIYALA HARIDWAR BHAGWANPUR CHUDIYALA 96.651
MUNDAKHER MUNDAKHERAKHUR
3 A HARIDWAR LAKSAR D 134.193

MOV (KRNPL Section)

S.N Chainag
o MOV/ HOV District Tehsil Village e
1 SAHARANPU
TABUR R NAKUR TABUR 40.352
2 SAHARANPU
DABKIGUJJAR R SAHARANPUR DABKIGUJJAR 63.907
3 CHUDIYALA HARIDWAR BHAGWANPUR CHUDIYALA 96.651
4 MUNDAKHERAKHUR
MUNDAKHERA HARIDWAR LAKSAR D 134.193

NAJIBABAD

Station Line State Name of section with Pipeline details (size,


details length under station thickness, grade
etc.)

Najibabad PAJPL UP KRNPL, 10.75”OD,0.250”WT,


(KRNPL) APIL5LX46
Ch-144.000-
167.700=23.700Km

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 13 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

BIJWASAN

Station Line details State Name of section Pipeline details (size,


with length thickness, grade etc.)
under station

Bijwasan Delhi Panipat Delhi and 0- 47.3 Km and 14” OD API 5L X-46
MJPL Haryana 0- 3.3 Tikrikalan WT 0.281”
Loop Total 54
Km

Bijwasan Mathura UP, Haryana 60-146.6 Km 16” OD API 5L X-46


Delhi MJPL and Delhi total (86.6 Km) WT 0.281”

Bijwasan Bijwasan Delhi and 0- 47.3 Km total 10.75” OD API 5L X-


Panipat ATF Haryana 47.3 Km 46 WT 0.219”
Pipeline

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 14 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 15 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

MATHURA

Station Line details State Name of Pipeline details (size,


section with thickness, grade etc.)
length under
station

Mathura MJPL Uttar Mathura Delhi 16”OD,


Pradesh section (0.00- API5LX46,0.281”
60.00)-
60.00Km length

MTPL Uttar Mathura Tundla 16”OD,


Pradesh section-(0.00- API5LX46,0.250”
21.00) -
21.00Km

MBPL/SMPL Uttar Mathura- 8”OD,0.219”WT,


(Common Pradesh Bharatpur API5LX35-MBPL
Row) section (0.00-
22.00 Km)-
22Km/ Chaksu- 24”OD,API5LX52,0.281”
Mathura WT-SMPL
section-790.00-
803.00 (13Km)

Mainline Jurisdiction with station and bases with chainage

S.N State Base Base wise RCP MOV Chainag Chainag


o jurisdiction name name e from e to

RCP - 43.260K
Chhata M 43.260KM
Chhata 43.260K
Mathura Station - MOV M 43.260KM
Jurisdiction: HOV
MD:0.00- Chhatikal 22.294K
60.00KM a M 22.294KM
MTPL: 0.00- HOV 13.292K
Station: 21.00 Km - Daulatpur M 13.292KM
Mathura MBPL: 0.00-
; 22.00
Uttar Bijwasa Km/SMPL:790.0
1 Pradesh n 0-803.00Km - - - -

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 16 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

2.7.0 Location details of RCP & Block Valves Locations:

RCP (Chhata)

S.No RCP District Tehsil Village Chainage


1 Chhata Mathura Chhata Chhata 43.260

MOV (Chhata Section)

S.No MOV District Tehsil Village Chainage


1 Chhata Mathura Chhata Chhata 43.260Kmm
2 HOV
Chhatikala Mathura Sadar Chhatikala 22.294Km
3 HOV
Daulatpur Mathura Mant Daulatpur 13.292KM

BHARATPUR

Station Line details State Name of Pipeline details


section with (size, thickness,
length under grade etc.)
station

NRPL SMPL C-M Rajasthan Chaksu- 24”OD,0.281”WT,


BHARATPUR Section Mathura API5LX52
Section

Mainline Jurisdiction with station and bases with chainage

S.N State Base Base wise RCP MOV Chainag Chainage to


o jurisdictio name name e from
n
PLCH-
Rajastha Bharatpu 717.520- PLCH-
1 n r 790.00KM Bailara Bailara 717.520- 790.00KM

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 17 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

2.8.0 Location details of RCP & Block Valves Locations:

RCP (Bailara)

S.No RCP District Tehsil Village Chainage


1 Bailara Bharatpur Nadbai Bailara 752.250KM

MOV( C-M Section)

S.No MOV District Tehsil Village Chainage


1 752.250
Bailara Bharatpur Nadbai Bailara KM
2
HOV District Tehsil Village Chainage
1 Paprera Bharatpur Kumher Paprera 761.250KM
2 788.850
Rareh Bharatpur Bharatpur Rareh KM

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 18 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

MEERUT

Station Line State Name of section Pipeline details


details with length under (Size, thickness, grade
station etc.)

SnMPL Haryana (0- SnMPL (0-70 Km) 10.75”OD,0.219”WT,


23) APILX46
NRPL DPPL (0 to 80 Km)
Meerut UP (23-70
DPPL Km)
(Gas) 30”OD,0.438”WT,
UP APIL5LX70-DPPL

RCP (Under Meerut)


S. Pipelin Chaina
No. State e RCP District Tehsil Village ge
Manauli 23.195
1 HARYANA SnMPL RCP Sonepat Rai Manauli Km
Panchi- 45.408
2 UP DPPL SV-2 Baghpat Baghpat khaspur Km

MOV/HOV/SV (Meerut Jurisdiction)


S. MOV/SV/H Chaina
No. State Pipeline OV District Tehsil Village ge
SnMPL
1 HARYANA SnMPL MOV Sonepat Rai Manauli. 21.197
Km
SnMPL
Old
2 HARYANA SnMPL HOV Baghpat Baghpat 26.273
Baghpat.
Km

HARYANA SnMPL
3 SnMPL HOV Baghpat Baghpat Baleni. 48.427
Km

HARYANA Mirpur SnMPL


4 SnMPL HOV Baghpat Baghpat jhakheda 51.937
. Km

Milak DPPL
Ghaziab Ghaziab
1 UP DPPL SV-1 Chakarp 29.115
ad ad
ur. Km

DPPL
Brahman
2 UP DPPL SV-3 Baghpat Baghpat 59.640
putthi.
Km

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 19 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

TUNDLA

Station Line details State Name of section Pipeline details (size,


with length thickness, grade etc.)
under station

Tundla MTPL UP MTPL(Ch 23Km 16”OD,0.250”WT,API5LX46


to 57Km)

Mainline Jurisdiction with station and bases with chainage

S.N Stat Base Base wise RCP MOV name Chainag Chainag
o e jurisdictio name e from e to
n
MOV 1 , API-6D
,16 ", 600# M/S
HAZIPU SIT INDUSTRY
Bijwasa R KHERA INTERNATIONAL
1 UP n Tundla (34.120) SRL , ITALY 23.0 57
MOV-701 API-6D
,16 ", 600# M/S
Station
SIT INDUSTRY
(57.45)
INTERNATIONAL
SRL , ITALY

2.9.0 Location details of RCP & Block Valves Locations:

RCP (Hazipure khera 34.120Km MTPL)

S.No RCP District Tehsil Village Chainage


1 Hazipure Agra Khandouli Hazipure 34.120

MOV (Mathura-Tundla Section)

S.No MOV District Tehsil Village Chainage


1 MOV-01 Agra Khandouli Hazipure 34.120
1 MOV-
701 Agra Khandouli Hazipure 57.45
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 20 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

SANGRUR

Station Line State Name of section Pipeline details


details with length under (size, thickness, grade
station etc.)

NRPL PBPL Haryana PBPL (69.00 to 14”OD,0.250”WT,API5LX46-


Sangrur 180.00 Km) PBPL
PJPL Punjab
(Gas) PJPL (73.00 to 96.5 10.75”OD, 0.219”WT,API5LX52-
Km) PJPL

RCP (Under Sangrur)


S. Pipelin Chainag
No. State e RCP District Tehsil Village e
Taranwa 84.00
1 HARYANA PBPL Taranwali Kaithal Guhla li Km
Rure KE Baini 169.00
2 PUNJAB PBPL Baini Fatah Barnala Kalan Fatah Km

MOV/HOV/SV (Sangrur Jurisdiction)


S. Pipelin MOV/SV/HO Distric Chainag
No. State e V t Tehsil Village e
HOV D/S Para Janedpu PBPL
1 HARYANA PBPL Kaithal Chaku
River r 78.215
MOV at RCP Taranwa PBPL
2 HARYANA PBPL Kaithal Guhla
Taranwali li 84.250
HOV D/S PBPL
3 PUNJAB PBPL Patiala Patran Kath
Ghaggar River 88.720

HOV U/S PBPL


4 PUNJAB PBPL Patiala Patran Kalwanu
Bhakra Canal 94.375

HOV D/S PBPL


5 PUNJAB PBPL Patiala Patran Kalwanu
Bhakra Canal 95.415
HOV U/S
Sangru PBPL
6 PUNJAB PBPL Ghaggar Dirba Gujran
r 115.860
Branch Canal
HOV D/S
Sangru PBPL
7 PUNJAB PBPL Ghaggar Dirba Nagra
r 118.450
Branch Canal
Sangrur
8 PUNJAB PBPL Sangru Sangrur Sangrur PBPL
Station I/L
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 21 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

r 130.840

Sangrur Sangru PBPL


9 PUNJAB PBPL Sangrur Sangrur
Station O/L r 130.985
HOV U/S
Sangru Longow Mander PBPL
10 PUNJAB PBPL Kotla Branch
r al Khurd 157.650
Canal
HOV D/S
Sangru Longow Mander PBPL
11 PUNJAB PBPL Kotla Branch
r al Khurd 158.500
Canal
MOV at RCP Barnal Rure Ke Baini PBPL
12 PUNJAB PBPL
Baini Fatah a Kalan Fatah 169.266
PJPL SV at Chakku Chakku PJPL
1 HARYANA Kaithal Siwan
(Gas) Ladana Ladana 81.293
PJPL MOV at RCP Taranwa PJPL
2 HARYANA Kaithal Guhla
(Gas) Taranwali li 87.775
PJPL SV at Seona PJPL
3 PUNJAB Patiala Patran Kath
(Gas) Kath 91.980

BHATINDA

Station Line State Name of Pipeline details (size,


details section with thickness, grade etc.)
length under
station

NRPL, Panipat- Punjab Sangrur- 14”OD,0.250”WT,API5LX46-


Bathinda Bathinda Bathinda: 36 PBPL
Pipeline Kms

Mainline Jurisdiction with station and bases with chainage

S.N State Base Base wise RCP MOV Chainag Chainage to


o jurisdictio name name e from
n
1 Punjab Panipat Panipat NA NA 179/3 215/3

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 22 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

JALANDHAR

Station Line details State Name of section Pipeline details (size,


with length thickness, grade
under station etc.)

Jalandhar PAJPL Punjab Ambala- 12.75” x 0.250"


Jalandhar API 5L x 46
Section
Length- 84.87
Kms

Jalandhar PJPL Punjab Nabha-Jalandhar 10.75” x 0.219"


Section API 5L x 52
Length- 75.4
Kms

Mainline Jurisdiction with station and bases with chainage

S.N State Base Base wise RCP MOV Chainag Chainage to


o jurisdictio name name e from
n
Hedon Hedon 80.000
1 Punjab Panipat Panipat Urapar Urapar Kms 164.877 Kms
198.200
2 Punjab Panipat Panipat 273.620 Kms
Urapar Urapar Kms

2.10.0 Location details of RCP & Block Valves Locations:

RCP (Ambala-Jalandhar Section of PAJPL under NRPL Jalandhar)

S.No RCP District Tehsil Village Chainage


1 Hedon Ludhiana Samrala Hedon 80.220
2 Urapar SBS Nagar SBS Nagar Urapar 118.216

MOV (Ambala-Jalandhar Section of PAJPL under NRPL Jalandhar)

S.No MOV District Tehsil Village Chainage


1 Hedon Ludhiana Samrala Hedon 80.220
2 Urapar SBS Nagar SBS Nagar Urapar 118.216

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 23 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

HOV (Ambala-Jalandhar Section of PAJPL under NRPL Jalandhar)

S.No HOV District Tehsil Village Chainage


1 Garhi Ludhiana Machhiwara Garhi 89.850 Kms
109.100
2 Sutluj Ludhiana Kum Kalan Haidarnagar Kms
143.300
3 Phagwara Kapurthala Phagwara Phagwara Kms

RCP (Nabha-Jalandhar Section of PJPL under NRPL Jalandhar)

S.No RCP District Tehsil Village Chainage


1 Urapar SBS Nagar SBS Nagar Urapar 225.785

MOV (Nabha-Jalandhar Section of PJPL under NRPL Jalandhar)

S.No RCP District Tehsil Village Chainage


1 Urapar SBS Nagar SBS Nagar Urapar 225.785

HOV (Nabha-Jalandhar Section of PJPL under NRPL Jalandhar)

S.No HOV District Tehsil Village Chainage


201.382
1 Bhattian Ludhiana Machhiwara Bhattian Kms
214.699
2 Chaunta Ludhiana Kum Kalan Chaunta Kms
219.300
3 Jhuggian SBS Nagar SBS Nagar Jhuggian Kms
242.157
4 Ladian Jalandhar Goraya Ladian Kms
Nangal 258.704
5 Majha Kapurthala Phagwara Nangal Majha Kms
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 24 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

NABHA

Station Line details State Name of section Pipeline details (size,


with length thickness, grade
under station etc.)

Nabha PJPL Punjab Panipat- Nabha


Section 10.75” x 0.219”
Length- 42.29 API 5L x 52
Nabha-
Jalandhar
Section
Length- 61.71

Mainline Jurisdiction with station and bases with chainage

S.N State Base Base wise RCP MOV Chainag Chainage to


o jurisdictio name name e from
n
94.000
1 Punjab Panipat Panipat 198.000 Kms
Daheru Daheru Kms

2.11.0 Location details of RCP & Block Valves Locations:

RCP (Nabha-Jalandhar Sectionof PJPL under NRPL Nabha)

S.No RCP District Tehsil Village Chainage


1 Daheru Ludhiana Khanna Daheru 182.780

MOV (Nabha-Jalandhar Section of PJPL under NRPL Nabha)

S.No MOV District Tehsil Village Chainage


1 Daheru Ludhiana Khanna Daheru 182.780

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 25 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

HOV (Nabha-Jalandhar Section of PJPL under NRPL Jalandhar)

S.No HOV District Tehsil Village Chainage


108.405
1 Mavikalan Patiala Samana Mavikalan Kms
154.664
2 Mohalgwara Patiala Nabha Mohalgwara Kms
171.285
3 Rohnokalan Ludhiana Khanna Rohnokalan Kms

REWARI

Station Line details State Name of Pipeline details (size,


section with thickness, grade
length under etc.)
station

Rewari 1. MPPL 1. Rajasthan MPPL: 924- MPPL:


1077
2. SMPL 2. Haryana 22”OD,0.281”WT,
SMPL: 106.5- API5LX52
3. PRPL
259.5
SMPL:
PRPL: 95-
154.250 24”OD,0.281”WT,
API5LX52
PRPL:
12.75”OD,0.219”WT,
API5LX52

S.No State Base Base wise RCP name MOV/HOV name


jurisdiction

Kavarpura (MPPL)
Kavarpura (SMPL)
MPPL: 924-
Jainpurwas(MPPL)
1002
1 Rajasthan Panipat Jainpurwas Jainpurwas(SMPL)
SMPL: 106.5-
184.5 Upstream side Sota-
Nala(MPPL)
Upstream side Sota-

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 26 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

Nala(SMPL)
Downstream side ,Sota-Nala
(MPPL)
Downstream side ,Sota-Nala
(MPPL)
Shajahanpur,NH8 (MPPL)
Shajahanpur,NH8 (SMPL)
JLN Upstream (MPPL)
MPPL: 1002- JLN Upstream (SMPL)
1077 JLN Downstream (MPPL)
SMPL: 184.5- JLN Downstream (SMPL)
3 Haryana Panipat Asadhpur
259.5 JLN Downstram (PRPL)
PRPL: 95.000 – Asadpur Khera,RCP (MPPL)
15 Asadpur Khera,RCP (SMPL)
Asadpur Khera,RCP (PRPL)

2.12.0 Location details of RCP & Block Valves Locations:

RCP (NRPL Rewari)

S.No RCP District Tehsil Village Chainage


MPPL Ch.
1 Jainpurwas Alwar Behror Jainpurwas 968.00 Km
MPPL Ch.
1056.000
2 Asadhpur Jhajjar Jhajjar Asadhpur Km

MOV (MPPL Ch. 924-1077 Km Section)

S.No MOV/HOV District Tehsil Village Chainage


1 Kavarpura
(MPPL)(HOV) Jaipur Kothputli Kavarpura 946.250
2 Kavarpura (SMPL)
(HOV) Jaipur Kothputli Kavarpura 128.139
3 Jainpurwas(MPPL)
(MOV) Alwar Behror Jainpurwas 967.950
4 Jainpurwas(SMPL)
(MOV) Alwar Behror Jainpurwas 150.276
5 Upstream side Sota-
Nala(MPPL) (HOV) Jaipur Kothputli Malpura 968.65
6 Upstream side Sota -
Nala(SMPL) (HOV) Jaipur Kothputli Malpura 150.276
7 Downstream side
,Sota -Nala (MPPL)
(HOV) Jaipur Kothputli Malpura 969.700
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 27 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

8 Downstream side
,Sota -Nala (MPPL)
(HOV) Jaipur Kothputli Malpura 151.224
9 Shajahanpur,NH8
(MPPL) (HOV) Alwar Neemrana Janakpura 991.450
10 Shajahanpur,NH8
(SMPL) (HOV) Alwar Neemrana Janakpura 174.638
11 JLN Upstream (MPPL)
(HOV) Rewari Rewari Lisana 1032.250
12 JLN Upstream (SMPL)
(HOV) Rewari Rewari Lisana 209.250
13 JLN Downstream
(MPPL) (HOV) Rewari Rewari Ghaseda 1033.500
14 JLN Downstream
(SMPL) (HOV) Rewari Rewari Ghaseda 210.250
15 JLN Upstream (PRPL)
(HOV) Rewari Rewari Ghaseda 139.100
16 Asadpur Khera,RCP
Asadpur
(MPPL) (HOV)
Jhajjar Jhajjar Khera 1056.079
17 Asadpur Khera,RCP Asadpur
(SMPL) (MOV) Jhajjar Jhajjar Khera 233.000
18 Asadpur Khera,RCP Asadpur
(PRPL) (MOV) Jhajjar Jhajjar Khera 116.250

list of Crossings, NRPL

6.6.0 DETAILS OF HDD CROSSINGS

6.6.1 MPPL

S.NO. DESCRIPTION OF HDD CHAINAGE LENGTH OF


CROSSINGS (KM) CROSSING
(MTRS)

1. JAWAHARLAL NEHRU 1032.907 212.1


CANAL

2. JAWAHAR LAL NEHRU/ 1131.496 343.7


BHALOUT CANAL

3. WESTERN YAMUNA & 1173.071 395


DELHI PARALLEL CANAL

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 28 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

6.6.2 PBPL

1.
DELHI PARALLEL BRANCH 5.392 376.1
CANAL

2.
HANSI BRANCH CANAL 7.272 214.3

3.
RAJOUND MAIN BRANCH 34.927 188.7
CANAL

4.
SIRSA BRANCH CANAL 51.406 200.3

5.
BHAKRA CANAL 94.149 235.8

6.
GHAGGAR BRANCH CANAL 116.149 204.5

7.
KOTLA BRANCH CANAL 157.221 203.7

6.6.3 PRPL

1.
REFINERY PIPING AREA 0.45 100
2.
DELHI PARALLEL BRANCH 1.5 371
3.
JLN CANAL 140.184 283
4.
JLN FEEDER & BHALOUT
SUB BRANCH 44 380
5.
DIVERSION DRAIN NO. 8 56.558 340

6.6.4 PBAPL

Sr. Chainage Crossing


Name of Crossing
No. (Approx.)KM length

1 Inside BPCL 0.443 110.35

2 Bharthal - Dwarka Mettled Road 0.870

3 NH-8 Dwarka Mettaled Road 1.060 990.16

4 NH-8 Dwarka Mettaled Road 1.920

Dwarka Near Sector -19 Mettled Raod 5.238


5 221.84
Box type drain alog with metalled road near
5.288
sector - 19

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 29 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

Dwarka near sector - 19 Metalled road 5.388

Box type drain along with metalled road


5.457
near sector - 19

Dwarka Near Sector -19 Mettled Raod 5.692

6 Ganda Nala 5.750 350.81

Kargil Society Mettled Road 6.030

Mettalled Road to Najafgarh Drain 11.328

Mettaled Road on EmbanKment of old


11.428
Najafgarh Drain

7 Old Najafgarh Drain 11.550 411.34

Mettaled Road on EmbanKment between


11.580
old & new Najafgarh Drain

New Najafgarh Drain 11.727

8 Baprola Bakkarwala Mettaled Road 14.013

Mettaled Road of EmbanKment of Drain 14.220


251.48
Mundka Distributory 14.243
9
Lok Nayak Puram - Bakkarwala Mettaled
14.252
road

Kakrola Nagloi Mettaled road 5 mtr. Wide 12.605


10 48.85
Nagloi - Najafgarh Mettaled road 12.630

Old Delhi Branch of Western Yamuna Canal 45.956

11 New Delhi Branch Western Yamuna Canal 222.79


parallel to Old Delhi Branch of Western 46.000
Yamuna Canal

Hulana Lined Distributory 91.557

12 Carrier Lined Canal 91.590 402.52

Western Yamuna Lined Canal 91.648

Israna lined Distributory 93.963


13 91.96
Asphalted Road (Bahadur - Binjhaul) 93.983

Gohana Lined Distributory(Thermal Channel


98.817
1)
14 160.89
Gohana Lined Distributory(Thermal Channel
98.836
1)

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 30 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

SH- 14 (Tau Devi Lal Thermal Power Plant-


Panipat) (Panipat Safidon - Asandh) Kms-6 98.857

Carrier Lined Canal(RD-38K) 104.902


15 269.56
Western Yamuna Lined Canal (Delhi Parallel
104.958
Branch)(RD-38K)

(Main) Indri Unlined Drain No. 2 (RD-


109.722
28.5K)
16 381.97
Asphalted Road (Singhpura-Dadlana) 109.760

Asphalted Road (Baholi-Dadlana)Marketing


17 109.916
Emergency Gate
67.28
Asphalted Road (Baholi-Dadlana)Marketing
18 110.028
Main Gate

19 Inside BPCL 0.600 48.5

20 Dwarka Near Sector -12 & 13 Mettled Raod 6.920 106.47

21 Dwarka sector 17-16B Mettaled Road 7.919 110.5

22 Najafgarh - Tilak Nagar Mettaled Road 9.436 85.47

23 Pucca Drain 13.099 21.8

24 Delhi Rohtak NH 10 16.873 107.58

25 Sultanpur Minor 19.809 36.71

26 Mandauri Pond 39.300 183.69

27 Palwal Express Highway 40.625 143.99

28 Drain No. 08 41.350 233.16

29 Sonepat - Kharkhoda rohatak SH 20 46.515 122.16

30 Snepat Gohana SH 11 53.479 122.55

31 Atail Pond 73.590 232.75

32 Narena Lined Distributory 92.280 101.96

33 NH-71A (Rohtak-Panipat) 92.766 85.75

34 (Main) Indri Unlined Drain No. 2 (RD-36K) 106.479 256.49

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 31 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

MUNDRA - PANIPAT CRUDE PIPELINE CHAINAGES


KANDLA

CHUWDA CH.
0.000 13.500 EX KANDLA

MUNDRA MEETI RVR NAGALPUR (WADI) CHURWA VONDH KHARI U/S KHARI D/S KIDIYA NGR LAKHPAT SANTELPUR RADHANPUR

0.000 22.727 50.230 73.800 103.495 124.200 125.550 150.412 177.700 202.000 249.545

UMER-DASHI UMER-DASHI UMER-DASHI UMER-DASHI


LEGENDS: D/S U/S SIDHPUR D/S U/S KHAN-PURDHA NARMADA D/S NARMADA U/S BANAS D/S BANAS U/S

MOV 344.488 343.844 330.084 318.863 316.803 289.495 280.954 280.335 269.184 269.184

SUKHRI RIVER END CH. ODF


HOV CHITRA-SAINI BANAS D/S DHANPUR ABUROAD D/S SP-II PINDWARA NANA RLY STN. TATAWARI U/S

PUMPING STATION 367.174 372.451 386.124 406.311 420.786 432.160 456.346 469.548 486.012

HARIPUR RLY SUKRI RIVER


DELIVERY STATION DEEPAWAS STN DEBLI-HULAN D/S RAJOLA DAVELI SHIVAS PADAM-PURA KOT INLET

RCP 627.699 622.667 606.655 597.014 588.698 558.236 545.580 521.666 507.209

BANDI RIVER BANDI RIVER


BEAWAR SURAJPUR BAGSURI DHASUK THARI NIMERA U/S D/S SANGANER

655.348 676.363 700.221 746.831 758.766 791.613 811.613 811.871 837.626

GOVERDHANP MADHU-BANI MADHU-BANI


JAIN-PURWAS URA SABI NADI D/S SABI NADI U/S JAWAN-PURA D/S U/S KUKAS NALA D/S NALA U/S
P/L SIZE

MUNDRA - 968.897 946.458 921.639 920.523 915.691 897.330 896.529 868.464 839.419 838.680
22"
PANIPAT
SHAHJAHANPU ASSADPUR DIVERSION NO
SOTA NADI U/S SOTA NADI D/S RA REWARI JLN U/S JLN D/S KHERA KULTANA 8 U/S

969.493 969.857 992.965 1019.114 1032.907 1033.807 1056.379 1089.548 1114.846

DELHI JLN FEEDER BHALOUT SUB DIVERSION NO


NOTE: DUE TO ADDITION OF MUNDRA-CHURWA SECTION
PANIPAT INLET PARALLEL U/S KHANPUR D/S U/S 8 D/S
(73.8 KM), CHAINAGES SHOWN ARE PROPOSED CHAINAGES.
ACTUAL FIELD CHAINAGES ARE MINUS 60.3 KMs (73.8-13.5)
FROM CHURWA (73.8 KM) ONWARDS. 1173.335 1173.071 1136.135 1131.496 1129.539 1117.830

PANIPAT - BATHINDA PRODUCT PIPELINE CHAINAGES

DELHI
RAJAUND SIRSA
PANIPAT PARALLEL (D/S) HANSI BRANCH (D/S) CHARKASA BRANCH JAT HERII BRANCH

0.000 5.392 7.272 25.980 34.927 44.083 51.406

BHAKRA BHAKRA GHAGGER RIVER U/S PARA RIVER


LEGENDS: GUJARAN CANAL D/S CANAL U/S GHAGGER RIVER D/S (TARANANWALI) (U/S)

MOV 115.640 95.188 94.149 88.493 83.972 77.979

HOV BHAINI BHATINDA


GHAGGER BRANCH KOTLA BRANCH OF KOTLA BRANCH OF BALIAN WALI
OF SIRHIND D/S SANGRUR SIRHIND U/S SIRHIND D/S FATAH (KATRA) INLET
REPEATER
116.149 130.661 157.221 158.153 169.266 195.238 215.665
PUMPING STATION

CHECK VALVE

DELIVERY STATION

RCP

LINE SIZE
PBPL 14"

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 32 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

MATHURA - JALANDHAR PRODUCT PIPELINE

TUNDLA

MATHURA NARHOLI CHATTIKARA CHHATA KOSI HODAL BHANGURI

0.000 8.626 22.177 43.137 53.228 66.282 90.020


ROHAT
(SONEPAT) TEE AUCHNADI
LEGENDS: POINT SAIDPUR ROAD LADPUR BIJWASAN PUMP STATION SOHNA HATHIN

MOV 45.485 33.512 24.699 146.601/0.000 112.848 90.068


PANIPAT
HOV MEERUT
AUGMENTATION KARNAL MINAK BARAUTA/BHO
SONEPAT CHULKANA 97.713 BAHOLI CANAL (U/S) ROAD NDSI

REPEATER
50.751 77.205 106.500 119.039 121.510 124.020
PUMPING STATION PIPLI WESTERN
NAJIBABAD
MARKANDA MARKANDA SAHARANPUR YAMUNA CANAL
RIVER (D/S) RIVER (U/S) PIPLI ROAD NILOKHERI NBKLSYL CANAL (U/S) (U/S)

CHECK VALVE
188.060 184.941 164.768 163.022 148.998 137.927 124.510
DELIVERY STATION SARAI
TANGRI RIVER TANGRI RIVER GHAGGAR RIVER GHAGGAR RIVER SALEMPUR
(U/S) (D/S) AMBALA PUMP STATION (U/S) (D/S) RAJPURA ROAD

CP
199.246 199.983 202.777/0.000 14.648 15.010 34.062 41.204

SUTLEJ RIVER SIRHIND CANAL SIRHIND CANAL BHAKRA CANAL BHAKRA CANAL
(U/S) (D/S) (U/S) HEDON HEDON (U/S) (D/S) (U/S) BASSI PATHANA

SECTION SIZE 109.645 90.170 89.850 80.372 80.360 61.763 61.692 60.105
PHAGWARA JALANDHAR
M-D 16"
PHILLAUR AUR NAWANSHAHAR DELIVERY
D-P 14" URAPAR ROAD (D/S) LADIAN ROAD (U/S) STATION

P-A 14"
A-J 12.75" 118.204 118.216 134.622 143.325 164.877

PANIPAT - REWARI PRODUCT PIPELINE

ASADPUR-
PANIPAT INLET KHANPUR AAWLI KULTANA KHEDA JLN U/S

0.000 36.930 55.212 83.543 116.712 140.184

REWARI

153.977

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 33 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

MJPL BRANCH LINES


KURUKSHETRA-ROORKEE-NAJIBABAD SECTION
YAMUNA CANAL MUNDA-
(D/S) KHEDA
PIPLI CHUDIYALA DABKIGUJJAR ROORKEE DELIVERY STATION

0.000 40.350 62.190 94.000 117.978 134.500

NAJIBABAD TERMINAL

SECTION SIZE 166.400


K-R-N 10.75"
S-M 10.75"
M-T 16"

LEGENDS: SONEPAT-MEERUT SECTION


YAMUNA YAMUNA HINDAN HINDAN
MOV ROHAT MANAULI RIVER (U/S) RIVER (D/S) RIVER (U/S) RIVER (D/S) MEERUT

HOV 0.000 21.197 21.197 26.273 48.427 51.937 69.940

RCP

REPEATER

MATHURA-TUNDLA SECTION
CP HAZIPUR-
MATHURA KHEDA TUNDLA
PUMPING STATION

0.000 0.250 34.120 57.000


DELIVERY STATION

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 34 of 87


PIPELINES UNDER NORHTERN REGION PIPELINES - AT A GLANCE
LINE LENGTH (KM) PIPE DETAIL LINE FILL YEAR OF COMM. PRODUCT HANDLED
MPPL 249.00 22" OD, 0.281"WT API 5L X52 36013 KLs 2006 CRUDE OIL
JAINPURWAS RCP REWARI ASSADPUR KHERA RCP KULTANA RCP KHANPUR RCP PANIPAT

Tender No. PNP17130


CHAINAGE 924.00 968.897 1018.714 1055.98 1077.00 1077.00 1089.548 1136.135 1173.3
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत

REWARI JURISDICTION (153 KM) PANIPAT JURISDICTION (96 KM)


BVs 968.897; 969.493; 969.857; 992.965; 1019.114; 1032.907; 1033.807; 1056.379 1089.548; 1114.846; 1117.830; 1129.539; 1131.496; 1136.135; 1173.071; 1173.335

SMPL (CP) 248.00 24"OD, 0.281"WT API 5L X52 40077 KLs 1997 CRUDE OIL
(Ex-CHAKSU) ANTELA VILL. REWARI ASSADPUR KERA RCP KULTANA RCP KHANPUR RCP PANIPAT
Pipeline wise details

CHAINAGE 106.50 201.000 238.266 259.29 259.29 264.170 310.311 354.25


REWARI JURISDICTION (153 KM) PANIPAT JURISDICTION (95 KM)
BVs 201.000; 209.209; 210.389; 238.266; 264.170; 291.551; 292.071; 304.338; 304.671; 310.311; 345.321; 348.700

PRPL 155.00 12"OD, 0.219" WT API 5L X52 12015 KLs 2004 HSD;PCK;SKO;MS
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग

REWARI ASADPUR KHERA RCP KULTANA RCP KHANPUR RCP PANIPAT


CHAINAGE 155.00 116.712 96.00 96.00 83.543 36.930; 0.00
REWARI JURISDICTION (59 KM) PANIPAT JURISDICTION (96 KM)
BVs 153.977; 140.184; 116.712; 83.543; 55.212; 36.930; 2.000; 0.000

MJPL (MD) 146.60 16" OD, 0.281"WT API 5L X46 17695 KLs 1982 HSD;SKO;MS;PCK
MATHURA RCP NARHOLI CP CHATTIKARA CP CHATTA RCP KOSI CP HODAL CP HATIN RCP SOHNA CP DELHI RCP(BIJWASAN)
CHIANAGE 0.00 8.626 22.117 43.137 53.228 62.5 62.5 66.33 90.02 112.843 146.6
MATHURA JURISDICTION (62.5 KM) BIJWASAN JURISDICTION (84.1 KM)
BVs 0.00; 22.117; 43.137; 66.282; 90.02; 112.848; 146.60.

MJPL (DP) 111.50 14" OD, 0.281"WT API 5L X46 6680 KLs 1982 HSD;SKO;MS;ATF
(with 5.5 km loop) BIJWASAN AUCHANDI RCP ROHAT T-POINT (SONIPAT) CHULKANA REPEATER 5.5 KM LOOP LINE (AT MJPL 106 KM) SAMALKHA
CHIANAGE 0.00 33.415 47.00 47.00 76.03 120.00.
BIJWASAN (47 KM) PANIPAT JURISDICTION (73 KM)
BVs 0.039; 11.033; 33.415; 43.604; 46.494; 76.03; 109.79.

Chapter V - Special Conditions of Contract


MJPL (PA) 100.50 14" OD, 0.281"WT API 5L X46 9455 KLs 1982 HSD;SKO;MS;ATF
(with 5.5 km loop) PANIPAT SAMALKHA BARAUTA RCP NILOKHERI CP KRNPL T-POINT(PIPLI RCP) AMBALA
CHAINAGE 5.5 KM LOOP LINE 107.00 120.00 120.00 124.020 148.998 164.7 202.7
PANIPAT PANIPAT JURISDICTION AMBALA JURISDICTION (82 KM)
BVs 121.853; 124.510; 136.678; 137.927 163.022; 184.941; 188.060; 199.246; 199.983;202.7

MJPL (AJ) 164.88 12"OD, 0.250"WT API 5L X46 12600 KLs 1982 HSD;SKO;MS;ATF
AMBALA RAJPURA CP SARAI SALEMPUR ROAD BASSI PATHANA CP HEDON HEDON RCP URAPAR RCP LADIAN CP JALANDHAR
CHIANAGE 0.00 34.062 41.204 60.105. 80.00 80.36 118.204 134.622 164.877
AMBALA JURISDICTION (80 KM) JALANDHAR JURISDICTION (85 KM)
BVs 0.00; 14.648; 15.010; 41.204; 61.692; 61.763; 79.200; 89.850; 90.170; 109.645; 118.216; 143.325; 164.877

MOVs REPATER/RCP STATIONS DELIVERY STATIONS


(*Other BVs are HOVs)
INDIAN OIL CORPORATION LIMITED, Pipelines Division
NRPL, PANIPAT

Page No. 35 of 87
PIPELINES UNDER NORTHERN REGION PIPELINES - AT A GLANCE
LINE LENGTH (KM) PIPE DETAIL LINE FILL YEAR OF COMM. PRODUCT HANDLED
PJPL 273.62 10"OD, 0.219"WT API 5L X52 14618 KLs 2008 LPG GAS
KOHAND JALMANA SV JAHTERI RCP KHANPUR SV C.LDN T.WLI RCP KATH NABHA(DELIVERY) RAJEWAL SV DAHERU RCP BTTIAN SV CHUNTA SV RHON SV URAPAR RCP LADIAN JALANDHAR
CHAINAGE 0.00 23.614 47.575 68.906 78.00 81.29 87.315 91.98 96.25 135.767 171.212 184.636 197.7 201.382 214.699 219.3 226.588 242.157 273.62

Tender No. PNP17130


PANIPAT JURISDICTION (74 KM) SANG RUR(15) NABHA JURISDICTION (103 KM) JALANDHAR (74 KM)
BVs 23.614; 47.575; 68.906; 81.29; 87.75; 91.98; 108.405; 155.294; 171.212; 184.636 201.382; 214.699; 219.300; 226.558; 242.157; 258.704.
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत

PBPL 215.75 14"OD, 0.250"WT API 5L X46 20120 KLs 1996 HSD; SKO; MS
PANIPAT SIRSA BR.CANAL RCP TARANWALI RCP SANGRUR (DELIVERY) BHANI FATAH RCP BHATINDA
CHAINAGE 0.00 44.118 74.00 74.00 87.315 130.661 169.266 180.00 180.00 215.75
PANIPAT JURISDICTION (74 KM) SANGRUR JURISDICTION (106 KM) BHATINDA JURISDICTION (35.75 KM)
BVs 0; 5.427; 7.307; 26.015; 34.096; 44.118; 51.441; 81.76; 87.73; 92.02; 97.74; 98.08; 119.39; 121.42;130.66; 157.22; 158.15; 169.27; 195.238; 215.665

PBAPL 110.00 10"OD, 0.219"WT API 5L X42 5900 KLs 2010 NAPTHA
BIJWASAN AUCHANDI RCP ROHAT RCP CHULKANA RCP PANIPAT
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग

CHAINAGE 0.00 33.415 46.494 47.00 76.030 110.00.


BIJWASAN JURISDICTION (47 KM) PANIPAT JURISDICTION (63 KM)
BVs 0.039; 11.033; 33.415; 43.604; 46.494; 76.030; 109.785.

DPPL 131.82 30"OD, 0.438"WT API 5L X70 10 MMSCMD 2010 R-LNG GAS
DADRI SV1 KHASPUR RCP(SV2) SV3 DAHERA RCP(SV4) SV5 SV6 PANIPAT
CHAINAGE 0.00 29.115 45.408 59.64 81.00 81.00 92.753 107.493 115.500 131.818.
MEERUT JURISDICTION (81 KM) PANIPAT JURISDICTION (51 KM)
BVs 29.115; 45.408; 59.640; 92.753; 107.493; 115.500; 131.818

KRNPL 168.00 10"OD, 0.250"WT API 5L X46 8979 KLs 2003 HSD,SKO,MS,ATF
PIPLI RCP MANDHAR RCP DABKIGUJJAR RCP CHUDIYALA RCP ROORKEE (DELIVERY) MUNDAKHERA RCP NAJIBABAD
CHAINAGE 0 30.71 35.00 35.00 63.9 95.000 117.978 135.500 144 144.00 168.00
AMBALA (35) ROORKEE JURISDICTION (109 KM) NAJIBABAD JURISDICTION (24 KM)
BVs 0.00; 21.750; 40.350; 62.190; 94.00; 101.924; 117.978; 135.500; 166.400.

SnMPL 70.00 10"OD, 0.219"WT API 5L X46 3780 KLs 2000 HSD,SKO,MS,ATF

Chapter V - Special Conditions of Contract


SONEPAT (ROHAT) MANAULI RCP MEERUT
CHAINAGE 0.00 21.197 70.00.
MEERUT JURISDICTION (70 KM)
BVs 0.00; 21.197; 26.273; 48.427; 51.937; 69.94.

MTPL 58.00 16"OD, 0.250"WT API 5L X46 7000 KLs 2003 MS,SKO,HSD
MATHURA HAZIPUR KHEDA RCP TUNDLA
CHAINAGE 0.00 23.00 23.00 34.124 58.00.
MATHURA JURISDICTION (23 KM) TUNDLA JURISDICTION (35 KM)
BVs 0.00; 13.292; 34.347; 57.445.

MOVs REPATER/RCP STATIONS DELIVERY STATIONS *C.LDN - CHAKKU LADANA


(*Other BVs are HOVs) *T.WLI - TARANWALI
INDIAN OIL CORPORATION LIMITED, Pipelines Division
NRPL, PANIPAT

Page No. 36 of 87
PIPELINES UNDER NORTHERN REGION PIPELINES - AT A GLANCE
LINE LENGTH (KM) PIPE DETAIL LINE FILL YEAR OF COMM. PRODUCT HANDLED
MBPL 22.21 8"OD, 0.219"WT API 5L X35 910 KLs 2010 MS,SKO,HSD,PCK
MATHURA BHARATPUR
CHAINAGE 0.00 15.00 15.00 22.209.
MATHURA JURISDICTION ( 15 KM ) BHARATPUR JURISDICTION ( 8 KM)
BVs

Tender No. PNP17130


SMPL (CM) 86.00 24"OD, 0.281"WT API 5L X52 54914 KLs 1981 CRUDE OIL
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत

(Ex-VADINAR) BHUTOLI CP BAILARA RCP PAPREDA CP NAGLAMANJI CP


CHAINAGE 717.00 739.5 752.12 760.60 774.42 790.00 790.00 803.00.
BHARATPUR JURISDICTION (73 KM) MATHURA JURISDICTION (13 KM)
BVs 752.120; 760.770; 788.859;

DPPL-MPL 6.624 6.624"OD,0.375"WT API 5L Gr. B, 6.625" 500 SCM/Hr 2014 R-LNG GAS
(Spur-Line) PANIPAT MICROPOLYPET
CHAINAGE 0.00 6.62
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग

PANIPAT JURISDICTION ( 6.62 KM )


BVs

MOVs REPATER/RCP STATIONS DELIVERY STATIONS


(*Other BVs are HOVs)

Chapter V - Special Conditions of Contract


INDIAN OIL CORPORATION LIMITED, Pipelines Division
NRPL, PANIPAT

Page No. 37 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

Note: The broad locations of the work and facilities with station which is
not limited to is briefly described in general as above. It is subjected
to additions & deletions based on the jurisdiction of the station under
each group and at any time party can be advised to work at other
location/group in NRPL at the time of emergency without any cost
except for as mentioned in SOR.

After the award of the work contractor has to carry out the complete
survey of ROW and has to submit detailed RoW diagram indicating
crossing locations, BPs, TLPs, valves and all the other ROW facilities
along with GPS co-ordinate’s.

2.13.0 RCP & MOV operations

All block valve locations / RCPs are provided with RTU and operations of these block
valve
Locations can be performed from respective stations.

2.14.0 Other Details

Test Lead Points TLPs are for collecting PSP of each pipeline at an interval
(TLPs) of 1.0 Km. Additional TLPs are provided at cased
crossings, etc.
Kilometre (KM) Kilometre marking posts are installed at an interval of 1.0
Posts Km
Boundary Pillars Boundary pillars are installed on both sides of ROW at an
(BPs) interval of 250m. Additional BPs are installed at turnings,
crossings, high populated area etc.
Crossings List of road/railways/rivers crossings for pipeline sections
are provided as above

3.0.0 SITE LOCATION


Already furnished in clause 2.0.0.
4.0.0 RIGHT OF WAY
4.1.0 The pipelines are laid in the Right of Way (ROW) acquired by the Owner. The
width of ROW is 16.0-29.0M or more uniformly except at few locations with
restricted ROW.
4.2.0 At the time of taking position at site for starting the work, the entire ROW &
ROW facilities shall be handed over to the Contractor. The Contractor shall be
permitted to work within ROW area only. Any claims raised by third party
beyond the ROW area shall be duly indemnified by the Contractor to the

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 38 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

Owner in full. There may be standing crops and other vegetation done by the
landowners on the ROW. The Contractor’s representative shall enter into ROW
only with the prior permission/ authorization from the Owner and no cleaning
of crop/ vegetation, etc. on ROW shall be resorted to by the Contractor before
approval from the Owner.
4.3.0 The Contractor shall be responsible for making the temporary approach road
to ROW wherever required at his own cost and risk and shall keep the Owner
indemnified for any claim and/or damages whatsoever caused by the
Contractor in this regard. Wherever any permission, etc. required to be taken
from Government authorities towards this, the Contractor shall be responsible
for obtaining such permission and shall keep the Owner indemnified from all
such claims, damages arising out of the above, from any/ all quarters.

5.0.0 SCOPE OF WORK


5.1.0 The Owner intends to outsource the mainline maintenance activities of
RoW (Right of Way) of its pipeline sections at mentioned Stations in
Groups.
The work including all activities related to but not limited to Mechanical/ Electrical/
Instrumentation/ Telecommunication/ Civil works and other miscellaneous work.
The scope of work related to mainline maintenance activities include maintenance
of mainline and also all RCPs, HOVs, MOVs, CP station, Scrapper station etc. falling
in the pipeline stretch. Mainline Maintenance activities broadly includes attending to
emergency situations like attending to leakages & bursts, civil works during
washouts, pilferage/ leak/ burst, repair and maintenance of ROW facilities, civil
maintenance of RCP buildings, MOV Building, RCP & MOV Boundary Walls and
connecting RCC roads to installation, maintaining cathodic protection system and its
repairs, maintenance & repair of facilities in Scrapper Station etc.
5.2.0 The broad scope of works has been divided into 02 (two) parts i.e.
Part-A & Part-B.
Consolidated lump-sum monthly charges would be paid for the maintenance
activities covered under Part-A and no extra payment shall be made for any other
incidental expenditure for performing the scope under Part-A except consolidated
monthly payment unless expressed explicitly for extra payment. Scope of work/
activities as envisaged under each part of work shall be as elaborated in following
clauses of tender.

5.3.0 SCOPE OF WORK UNDER PART-A:


5.3.1 It covers lump sum Repair, Maintenance, supervision, monitoring of
pipeline in each Group.
5.3.2 Including all activities but not limited to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil / other miscellaneous
works. The scope of work related to mainline maintenance activities
include maintenance of pipeline and also maintenance &
upkeepment of all RCPs, HOVs, MOVs, CP station, etc. falling in the
pipeline stretch as mentioned under clause no. 5.1. The scope also
covers operating & maintaining Quick Response Team (QRT) along
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 39 of 87
इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

with Mobile Maintenance Vehicle (MMV) and maintenance of


maintenance base at designated locations:
5.3.3 Contractor will provide at least one quick response team (QRT) with
MMV at the designated base which is Panipat.
5.3.4 The broad scope of the work which is not limited to is briefly
described in general as below. It is subjected to additions & deletions
based on the safety and actual requirement at site while executing the
work.
a) Activities related to ROU Maintenance including restoration of
ROU
b) To Co-ordinate / Support with Surface Team in Pigging operations
as per SOP for the identified pipelines
c) Maintenance of Valves / filters / Scrubbers/ launcher & receivers/
gauges / flow meters installed on Pipeline(s)
d) Maintenance of CP System including CP station installed on the
pipeline (s)
e) Health Assessment & report preparation of identified pipelines
as per SOP / Standards and Submission of detailed Root causes
analysis report against any defect of equipment/pipe, if any.
f) Support during disaster Management related to pre-mature
failure of pipeline maintained under the contract

g) To Liaison with Regulatory Authorities / Government departments


(viz. OGMS/ OISD/ State Electricity Board/Railways/
NHAI/PWD/Power Company/DFCC etc.)
h) Maintaining maintenance records and Data entry in the system
as per IOCL requirement
i) All works to be executed as per the SOP or as directed by respective
EIC/Site Engineer.

5.3.5 (Some of the typical Planned Activities in are summarised here


for convenience)

Sr Activities (Table A) Frequency

A. General Activities
1 Inspection SV/IP/DT/RT Monthly

2 Inspection of Cased-Rail / Road / Canal /Water Body Crossings. Quarterly

3 Inspection Of Pipeline Vulnerable Location Monthly

4 Inspection Of River Crossing Quarterly

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 40 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

5 Encroachment -Inspection Status Report of ROW Quarterly

B. Mechanical Activities

1 Valves Performance and Inspection For SV/RCP/stations Half Yearly


2 Inspection of Portable Fire Extinguishers Q/Y

3 UT Measurement of Above Ground Piping Yearl


4 Performance Check of Launcher/Receiver y
Yearl
y
5 Maintenance of Chain Pulley Block At IP/DT/RT Yearl
y
C. Electrical Activities
1 Inspection and Maintenance of Earth Pit Half Yearly
2 Monitoring and Maintenance Of Battery Banks Monthly

3 Yard Lighting/Exhaust/Ceiling Fans Yearl


y
4 Monitoring and Maintenance of ACDB Panels Yearl
y
5 Monitoring and Maintenance of Air Conditioner Quarterly

6 Inspection and Maintenance of Solar System Monthly

D. Terminal related activities


1 Inspection of Unmanned Terminal Monthly
2 Filter Maintenance/ Cleaning Half-Yearly

3 Stream/Equipment Change Over Report Quarterly


4 Verification of Online Gas Chromatograph (OGC) Monthly

5 Validation Of Online GC For Heating Value Calculation Quarterly

6 Validation / Verification Of Flow Computer (TFM) Quarterly

7 Validation Of Flow Computer For Compressibility & Flow Quarterly


Rate (USM)
8 SOS / VOS Verification As Per Aga-10 (USM Metering) Monthly
9 Operational Checks of PCV Annually

10 Operational Checks of SDV Annually


11 Joint Calibration Of Custody Transfer Instruments Quarterly

12 Validation Of Custody Transfer RTD Yearly


E. Cathodic Protection
1 Availability of Power for CP Equipment (CPPSM / CPTR) Monthly

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 41 of 87


इं डियन ऑयल कॉर्पोरे शन लललिटे ि, र्पाइर्पलाइन्स प्रभाग INDIAN OIL CORPORATION LIMITED, Pipelines Division
उतरी क्षेत्र र्पाइर्पलाइं स, र्पानीर्पत NRPL, PANIPAT

2 Monitoring of CPPSM / CPTRU Monthly

Quarterly (On)
3 Pipe To Soil Potential Monitoring
Half
4 Monitoring of Polarisation Coupon Yearly (On/Off)
Quarterly
5 Monitoring of Test Stations Quarterly
6 Current Density Calculation Monthly

7 Protective devices (Polarisation Cell) Quarterly

8 Protective devices (Surge Diverter) Quarterly

Monitoring of Grounding Resistance of Anode / Earthing Yearly


9 of
Polarisation Cell
10 Monitoring of DC interference / Bond Location. Yearly

11 Monitoring & Maintenance Of Anode Ground Bed And Half Yearly


A.L.J.B

12 Integrity of the Isolating Joints / Isolating Flange (IJ / Yearly


IF)
13 Integrity of the Casing & Carrier Pipe Yearly

14 Monitoring of External ER Probe Yearly

15 Monitoring & Maintenance Of CTSU Half Yearly

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 42 of 87


TABLE- B
5.3.6 (Unplanned Activities)

A. Mechanical/General

1 Servicing of all kinds of valves e.g. Gate, globe, safety, ball valves etc.
including removal and erection, sealant injection and greasing
2 Assistance in servicing and checking of scrapper barrel Pig & handling Tray

3 Pipeline locating with pipeline locator(of contractor)

4 Gasket Replacement, flange opening & closing

5 Material shifting, cleaning/ lubrication of equipment/above ground piping,


metering skid
6 to keep them
Providing free from
assistance dust,
in any rust and corrosion
Specialized Mechanicaland ensuring
Works/ jobssmooth
functioning.
7 Identification and rectification of any kind of leakages.

8 Pipeline coating
9 Any other jobs required for maintaining system healthy in order as per
instruction of EIC.
B. Electrical
Assistance in Cable laying/dressing , Identification of the power and control
circuits faults
in power, lighting circuits

1 Faulting finding, rectification and replacements of the components in


these systems
2 wherever required
Replacements in all
faulty the,of
parts SV/IP/RT/DT stations
the lighting system equipment , exhaust
fans, ceiling fans,
power & lighting distribution boards and associated electrical fittings etc

3 Breakdown maintenance of CPPSM/CPTR unit, TLP, CTSU, ER probe,


Anode beds etc.

C. Instrumentation
1 Installation /removal of the field & panel instruments as and
when required for
maintenance & testing; cleaning of panels & installed equipments in field
& control room

2 Cable lying, preparation, tubing, ferruling, dressing, lugging, cable


glanding, termination,
removal and loop checking
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 43 of 87
3 Impulse tubing preparation, ferruling, installation, Checking of tubing
leakages in field on regular basis
4 Removal of Pressure/Temperature Switches, Transmitters, Gauges
from field and
5 installation
Panel wiring/re-installation in need
works on specific the field
basisas per the instruction of IOCL
engineer.
6 Functional checking of Gas / Smoke / Heat detectors

7 Tagging of all field instruments, sealing of safety valves,


replacement of terminals,
8 annunciator bulbs replacement
Laying of instrument cables and cable glanding and termination
following standard
9 procedure as per
Rain protection instruction
works of EIC/IOCL
for instruments Site engineer.
at SV/IP stations

10 Any Specialized Instrumentation Works/ jobs not mentioned above


however required to
be carried
A. SCADA out on specific need basis.
B.
Daily status Checking and recording of RTU status

Physical Loop checking for Analog Input, Digital Input, Digital Output,
Analog

5.3.7 QUICK RESPONSE TEAM


a) Each QRT will comprise of one Mobile Maintenance Vehicle (MMV) with
driver and 02 (two) nos. of Vehicles (01 no. 4WD & 01 no. 2WD, Make-
Mahindra SCORPIO/ BOLERO/ CHEVROLET TAVERA, Model not older
than six months from the date of LOA).
b) Mobile Maintenance Vehicle (MMV) shall be equipped with tools &
tackles as per Annexure-1. Quick Response Team (QRT) shall consist
of dedicated maintenance team as per Annexure-2. The QRT along
with MMV and vehicles shall be kept available on 24x7 basis for
handling of emergencies in mainline. The normal duty for the QRT crew
shall be 9:00am to 05:30 pm. However, the team shall render the
services round the clock as per the requirement of the Owner. The
Contractor shall deploy, maintain and utilize Mobile Maintenance
Vehicle (MMV) along with required competent manpower as per
requirement or as directed by the Engineer-in-Charge.
c) The list of number of personnel in QRT (as shown in Annexure-2) is
exclusive of operating personnel for vehicles & MMV and other persons
which shall be required for routine maintenance for works under scope
of works of tender. Quick Response Team (QRT) shall always remain
alert and shall remain in touch with pipeline operation group, mainline
maintenance group, and must be well equipped with required tools and
tackles and proper PPE, portable generator, portable de-watering
pump, flameproof torches etc. so as to immediately act upon to tackle
any emergency in mainline. Quick Response Team shall proceed to

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 44 of 87


emergency site anywhere as per stretch under work immediately after
report of emergencies along with fully equipped MMV. No extra
Payment shall be made towards providing, operating and maintaining
QRT along with MMV. The QRT team shall report to leak/ pilferage/
wash out/OFC cuts/Disruption in CP system/encroachment or any other
emergency site within 04 (four) Hrs of instructions to proceed to site.
The Contractor shall maintain an establishment on his own cost &
d) expenses for accommodating QRT facilities along with telephone and
mobile facilities for all team members for un-interrupted
communication.

5.3.8 Maintenance Base:


The Contractor shall maintain 1 (one) central maintenance bases in
each Group on his own cost & expenses including establishment
expenditure for routine maintenance. However, technical personnel
of QRT team except MMV driver may be utilised for regular
maintenance activities also. The Contractor shall maintain adequate
tools & tackle at each base office for regular maintenance.
5.3.9 Operation & Maintenance of MOSRU (Mobile Oil Spill Recovery
Unit):
a) The Contractor shall maintain, inspect, upkeep & utilize the Owner
supplied Mobile Oil Spill Recovery Unit (MOSRU) of 6.0 TO 8.0 KL
capacity each equipped with vehicle mounted Mobile Oil Suction Unit
required for attending mainline emergency maintenance, oil spillage
etc. along with adequate manpower at respective base station. The no.
of MOSRU can be increased in future if required.
b) The MOSRU may be used at any intermediate location of the Owner’s
installation and in the mainline stretch under the scope of works.
Minimum required manpower for operation of each MOSRU is 01 (one)
no. driver with valid driving license and one skilled helper. All cost of
diesel/ lube oil etc shall be under the scope of the Contractor. Any toll
tax/ octroi/ Government tax etc. shall be paid by the Owner against
submission of original receipts. Routine minor maintenances including
tyre punctures, etc. shall be under the scope of the Contractor.
Schedule periodic maintenances of MOSRU shall be carried out and
expenditure shall be reimbursed on actual basis upon production of
receipt Prior approval has to be obtained from EIC for scheduled
periodic maintenance and draft estimate for maintenance from
authorized service centre is to be Put up before maintenance. The
breakdown days for MOSRU shall be zero and contractor has to
maintain vehicle for nil breakdown on his own cost, expenditure for
breakdown will be under the scope of the contractor.
5.3.10 Mainline/ ROW & Other Maintenance Works:
a) The maintenance of mainline facilities shall be done as per the Owner’s
IMS system procedure with following frequency:

S.
Activity Description Frequency
N.
1 Wash-out Report Monthly

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 45 of 87


2 Encroachment Report Monthly
Inspection of submerged/ suspended river
3 Six Monthly
crossing
4 Pipeline Encroachment Report Monthly

b) Periodical physical inspection/half yearly maintenance of Mainline Block


Valves, operation of valves physically by hand during planned
maintenance, checking of functioning of actuator, greasing of valves
etc as per system requirement of the Owner. The block valve locations.
The inspection/ maintenance report shall be submitted to the Engineer-
in-Charge/Site Engineer0 as per System Format provided by the
Engineer-in-Charge. In case of major break down of block valve, the
major spares (Gate, stem, seat, stem nut) shall be supplied by the
Owner. However, general consumables like grease, Oil etc. shall be
under scope of the Contractor.
c) Physical walking of RoW shall be carried out once in a month by line
walkers deputed by the Contractor for physical inspection of mainline
facilities like Kilometre Post, Boundary Pillars, Turning Point Post,
Warning sign boards & other ROW markers. Upon inspection of
mainline facilities, an inspection report shall be submitted as per
specified format provided by the Engineer-in-Charge.
d) Repair and fixing of existing damaged R.C.C./brick boundary
pillars/walls shall be done by the Contractor. No extra payment shall be
made on this account. Maintenance of minor Pipeline washout (up to
10 cubic meter soil erosion at each location) shall be in the scope of
Part-A. All cost of minor washout/ Repair and fixing of existing R.C.C.
boundary pillars and earth excavation works are included. Works for
rectification of major washout (more than 10 cubic Meter) shall be
done/ rectified by the Contractor which shall be paid as per SOR rates
covered under Part-B. Decision of a wash out falling under minor or
major would be decided by the Engineer-in-Charge based on
assessment.
e) Monthly maintenance of fire- fighting equipment & system including
fire extinguishers, in all RCPs/MOVs/Scrapper stations of the Owner en-
route mainline. The cost DCP refilling, CO2 refilling and any other cost
shall be borne by the Contractor. The report shall be submitted to the
Engineer-in-Charge as per format provided by the Engineer-in-Charge.
f) Checking the condition of all pipe vents & cased crossing, sorting
between pipe & casing and submitting report to the Engineer-in-Charge
as per specified format provided by the Engineer-in-Charge.
g) Half yearly checking of river crossing area, road crossing, railway
crossing in ROU and submitting report to the Engineer-in-Charge as
per specified format provided by the Engineer-in-Charge.
h) The Contractor shall maintain the ROW clear of bushes, Trees, shrubs
etc. where ever required including all cost of labour, tools & tackles.
i) Assistance during off-site Mock drill (i.e. in mainline) as per
requirement with QRT team, MMV and MOSRU.
j) Assistance in conducting the “Villager’s Awareness Program” in villages

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 46 of 87


along the ROW.
k) Keeping constant communication with the Control Room of Stations
and Panipat and Mainline-in-Charge in respect of the maintenance
activities being undertaken on pipeline. No extra payment shall be
made on account of communication charge like Telephone Bill/ Mobile
bill.
5.3.11 Electrical and Cathodic Protection Works:
a) Following is the Broad summary of Maintenance and Inspection
activities to be carried out by the Contractor for the Electrical &
Cathodic Protection (Hereinafter referred as “CP”) Facilities existing in
the Mainline:

Description of Maintenance/Inspection
S.N. Frequency
Activity
Mainline& station CP/RCP Inspection and Recording
1 Fortnightly
of CP Parameters
Inspection of CP battery bank, CP battery charger Monthly & Half
2
and Inverter Yearly
Checking of Mainline and station CP anode ground
3 Yearly
beds
4 Pipe to Soil Potential Survey (ON/OFF) Quarterly
5 Checking of DAC/DMV Half Yearly
Half Yearly &
6 CP Transformer rectifier maintenance
Yearly
7 Checking of Insulating Joints Yearly
8 RCP Diesel Generator (DG) Maintenance Half Yearly
Fortnightly/Half
9 RCP DG Battery and Charger Maintenance
Yearly

Measurement of individual and Grid Earth Pit


10 Half Yearly
Resistance

b) The Contractor shall provide following services for Monitoring,


Preventive and Breakdown Maintenance of the Electrical and CP
System of Mainline including all accessories, complete with labour,
materials, tools and tackles, equipment, instruments, consumables and
other resources as required:
c) Repair of following types (but not limited to) of Test Lead Points (TLPs)
to be carried out as and when required:
i) ‘A’ type TLP (Potential Test Post)
ii) ‘B’ type TLP (Line Current Test Post)
iii) ‘C’ type TLP (Foreign Pipeline Test Post)
iv) ‘D’ type TLP (Casing Test Post)
v) ‘E’ type TLP (Insulating Joint Test Post)

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 47 of 87


vi) DAC (For HT Crossing)
vii) DMV (For Mainline MOVs)
d) Measurement of individual and grid Earth Pit Resistance at MOV/RCP
Locations.
e) Making all necessary electrical connections and terminations in the CP
system including CAD welding/ pin brazing of cables with pipelines. All
costs associated with this works like excavation CAD Welding/pin
brazing, backfilling, disposal of excess earth, etc. is included.
f) Decommissioning/ Disconnection/ Dismantling/ Removal of old and
defunct facilities in CP System including (but not limited to) Ground
Beds, TR units, Earth Pits, Test Lead Points, Polarization Cells, AJBs,
CJBs, etc.
g) Repair and Maintenance of Indoor and Outdoor Lighting System at
RCPs.
h) Mainline CP/ RCP Inspection, Recording of CP Parameters (Fortnightly)
shall include measuring, recording and reporting of TR unit
Parameters/ Data/ Status including (but not limited to) the following:
i) Input Voltage and Current (AC/DC)
ii) Output Voltage and Current (DC)
iii) Circuit Resistance of the system (Ohms)
iv) ON PSP of TLP at the CP Feeding Location
v) PSP of Reference Electrodes
vi) Current Tap Settings (Coarse/Fine)
vii) TR unit Efficiency on AC/DC Supply
viii) Energy Meter Readings (SEB/DG)
ix) Hour Meter Readings (SEB/DG)
x) Power Availability
i) Thorough Checking of TR Unit including inspection of the following:
i) General Condition of the CP TR unit
ii) CP Main Transformer
iii) CP Auto Transformer
iv) CP DC Filter Choke
v) Input and Output Fuses and MCBs
vi) Cable Connections/lugs inside TR unit
vii) Lightning Arrestors in AC and DC line
viii) Rectifiers for any Heating
ix) Control Transformers
x) SCRs, heat sinks and all other solid state equipment and relays
xi) AVCC / AUTO Cards including their indication LEDs
xii) Transducers

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 48 of 87


xiii) Indication Lamps of the TR unit
xiv) Time Totalizers
xv) Selector and Toggle Switches
xvi) All Analog / Digital Metering Devices in AC and DC Line
xvii) Contactors
xviii) Hooters
xix) Current Interrupter Timer
xx) CP Data Loggers
xxi) Earthing Connections of TR unit
j) Checking of CP Battery Bank and Charger including inspection of the
following:
i) General Condition of CP Battery Bank and Charger Panels
ii) Battery Output Voltage and Current
iii) Battery Terminal Connections and connecting Strips
iv) Charger Output Voltage in Float/Boost mode
v) Charger Cable Connections
vi) Charger Fuses and MCBs
vii) Charger Indication Lamps
viii) Earthing Connections
ix) Checking of CP Inverter including inspection of the following:
x) General Condition of CP Inverter Module and Enclosure
xi) Inverter Cable Connections
xii) Inverter Output Voltage and Current
xiii) Inverter Fuses and MCBs
xiv) Inverter Indication Lamps
xv) Earthing Connections
k) Inspection and Maintenance of CP battery bank, CP battery charger
and Inverter (Monthly and Half Yearly) shall include:
i) Repeating all activities related to CP battery bank, CP Battery
Charger and Inverter as detailed under clauses 5.3.5.4 and
5.3.5.5 herein.
ii) Checking and Measuring Battery Electrolyte Level, Cell Voltage
and Specific Gravity
iii) Cleaning of Battery Bank, Charger Panels and Inverter Panels
iv) Tightening of all Terminal Connections, Earthing Connections,
Cable Connections
v) Application of Petroleum Jelly to Battery Terminals
vi) Checking for any ovality or bulge In battery
vii) Checking for any blockage in Battery Vent

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 49 of 87


l) Checking of Mainline CP anode ground beds (Yearly) shall include:
i) Inspection of General condition of the Anode Junction Boxes
ii) Checking of Variable Resistors
iii) Checking of Disconnecting Links
iv) Checking of Current Shunts
v) Checking of all anode cable terminations
vi) Measuring Voltage Drop Across Anode Shunts
vii) Measuring Current through each anode
viii) Measuring Overall Circuit Resistance of ground bed
ix) Watering
5.3.12 Pipe to Soil Potential Survey (ON/OFF) (Quarterly): Quarterly
recording of ON-OFF pipe- to-soil Potential (PSP) readings of all
pipelines shall be carried out in mainline corridor, using GPS Based
current interrupters, PSP Multimeter/ Data Logger and Cu/CuSo4 half
cells and properly documenting and reviewing the same for
submission to the Owner in approved format within 1 week of
completion of survey. Cost of material, equipment, consumable and
other incidental cost incurred for this wok including vehicle running
shall be borne by the Contractor. ON / OFF PSP Reading shall be
taken using the following equipment:
a) Portable GPS based Current Interrupters suitably rated for the CPPSM
(Cathodic Protection Power Supply Module) system (e.g. 50 Amps, 75
Amps, etc.)
b) Portable Cu/CuS04 Half Cells
c) Portable PSP Data Loggers with high degree of accuracy (Minimum 10
Mega Ohm Input Impedance) and High Sampling Rate (Minimum 50
samples per second)
d) Interconnecting Cables and Leads (Copper)
e) Complete ON-OFF PSP Report indicating Date, Chainage Wise TLP no.,
Landmark, ON/OFF PSP of Carrier and Casing Pipe, TR Unit
Parameters, Missing TLPs, Current Density, etc. Shall be filled up and
submitted with review and analysis in tabular and graphical form to the
Engineer-in-Charge within 01 (one) week of completion of the survey.
f) The PSP survey results shall be provided by the agency in graphical
form also to identify and locate cathodic holidays
5.3.13 Checking of DAC/ DMV (Half Yearly) shall include:
a) Opening of DAC/DMV cover and isolation by disconnecting both the
cables.
b) Measurement of resistance across all the eight diodes in both forward
and reverse directions individually and recording as per respective
system format.
c) Connection of DAC back in the circuit.
5.3.14 CP Transformer rectifier maintenance (Half Yearly/ Yearly)
shall include:
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 50 of 87
a) Repeating all activities related to CP TR Unit as detailed under clause
5.3.5.3 herein.
b) General cleaning of C.P. Unit.
c) Checking of Earthing connection and Measurement of Earth Pit
Resistance including corrective action (Watering, Charging using Earth
Reactivating Compound) if the earthing resistance exceeds 4 ohms.
d) Calibration of all meters in the TR unit with standard calibrated meter.
e) Measurement of Insulation Resistance of Main Transformer, Auto
Transformer, DC Filter Choke, Rectifier.
f) Checking of CP unit enclosure and making structural
repairs/reinforcement wherever necessary.
g) Checking of CP Unit lifting arrangement and repairing, if necessary.
h) Checking of CP Unit locking arrangement and repairing, if necessary.
i) Checking of CP Unit Fencing and repairing, if necessary.
j) Internal/External Painting of CP Unit with Baked Epoxy Coating of
Siemens Grey shade Enclosure paint finish RAL 7032 with proper pre-
treatment and red oxide primer application as per standard industrial
practice , if necessary.
k) Checking of CP Feeding TLP Points, TLP enclosure, toggle switches,
Terminal Connections, Insulating Plate, Locking arrangement and
repairing if necessary.
5.3.15 Checking of Insulating Joints (Yearly) shall be carried out in
the Month of September and shall include the following:
a) Measuring PSP of both Mainline and station piping TLP adjacent to
insulating joints. PSP to be carried out as detailed under clause 5.3.5.8
herein.
b) Switching off the station CP system and letting it depolarize for half an
hour. Mainline CP to be maintained in ON condition.
c) Measuring PSP at both the TLPs, one for station piping near insulating
joint and other for mainline in this condition when station CP is OFF but
ML CP is in ON condition.
d) Further, measuring ‘Instant OFF’ potential for station pipe by switching
off the mainline CP system. There should not be any significant
variation in ‘Instant OFF’ potential recorded here with PSP recorded
earlier.
e) In similar fashion, CP system on the M/L side to be kept OFF and
potential at the mainline TLP should be recorded, first when Station CP
is ‘ON’ and then ‘Instant OFF’ potential at mainline TLP by switching
OFF the station CP system.
f) All above four instructions should be carried out for each insulating
joints/couplings.
g) In case of absence of dedicated CP system for station piping,
instruction 5.3.5.11 (d) above is not required to be carried out.
h) In case of any doubt, Station CP shall be kept off for minimum 24
hours before carrying out above instructions and various parameters
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 51 of 87
shall be recorded again.
i)
5.3.16 RCP Diesel Generator (DG) Maintenance (Half Yearly) shall
include:
a) Draining of Sump and cleaning of strainer/filter mesh.
b) Re-filling of Fresh approved Engine Oil.
c) Changing of Lube oil filter and priming of system.
d) Cleaning of Fuel filter bowl
e) Inspection of Air filter element for dirt, rupture etc.
f) Checking of alternator brushes
g) General Inspection of DG PLC Panel including cleaning of dusts
h) Checking of Meters, Push Buttons, Relays, Selector Switches,
Indicating Lamps, Hooters of AMF Panel and ACDB Panel
i) Testing of AMF cycle
j) Testing of over speed tripping
k) Testing of low lube oil pressure tripping
l) Testing of over load tripping
m) Testing of HCT (High Coolant Temperature) tripping
n) Checking D.G. set RPM
o) Checking supply frequency
p) Checking for nuts, bolts tightness
q) Checking for any leakage and rectification using proper industry
practices
r) Replacing fuel filter element
s) Checking of valve tappet clearance (0.003”)
t) Removing of injector and testing spray
u) Replacing air filter element
v) Removing the cylinders, grind valve and checking the tappets
w) Checking the bearing of alternator
x) Checking AVR physical condition
y) Checking Rotating Diodes
z) Checking of Alternator/ACDB Cable Connections and rectifying any
overheating problem
aa) Taking No-Load and Load Trial of the DG.
Note: All operating cost like fuel, lube oil etc for running DG set up to 100 Hrs
running per DG set per annum is under the scope of work. However, the
operation of DG set shall be done through remote control from respective
station’s control room. For calculation of total cumulative operating hours, the
operation hours of one DG set shall be offset against any other DG for
accounting of operating hours on yearly basis. For running hours beyond the
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 52 of 87
stipulated hours, the Owner shall provide fuel to the Contractor.

5.3.17 RCP DG Battery and Charger Maintenance (Fortnightly and


Half Yearly) shall include:
a) For fortnightly Maintenance: Repeating all activities related to CP
battery bank, CP Battery Charger as detailed under clause 5.3.5.4
herein.
b) For half yearly Maintenance: Repeating all activities related to CP
battery bank, CP Battery Charger detailed under clause 5.3.5.6 herein.
5.3.18 Additional Measures at HT/ Electrified Traction crossings/
Nearby substation area in vicinity of the pipeline:
a) Minimum 24 Hour data logging at HT Line Crossing with & without
taking Polarization Cell & Zinc Anode in the circuit, and if with the
grounding system AC/DC voltage is found more than permissible limit
(15V), necessary action is to be taken to ground the AC /DC voltage
using SSDD and Galvanic Zn Anodes, etc. as per instruction of the
Engineer-in-Charge. The maximum grounding earth resistance shall be
maintained less than 05 (five) ohms at each grounding location.
b) All Labour, tools and tackles, equipment, instruments, consumables,
accessories for undertaking and successfully completing in all respects,
the Electrical & CP Works mentioned under clause 5.3.5 herein are in
the scope of the Contractor.
c) The Contractor shall use only calibrated equipments & instruments for
the works. Valid calibration certificates for all Equipment and
instruments proposed to be deployed for the contract shall have to be
submitted by the Contractor prior to commencement of the contract
and also to be re-validated from time to time.
d) If any of the parts/ spares/ components of the Electrical/ CP system of
Mainline are identified as defective/ faulty or showing signs of
abnormality/ imminent breakdown, the same shall be reported
immediately to the Engineer-in-Charge in proper formats, which has
been provided elsewhere in the tender.
e) Following table indicates the scope of supply of items with regard to
the Electrical and CP Works mentioned under clause 5.3.5 herein:

Scope of Supply
Item
Item Description Contractor’s Owner’s
Code
Scope Scope
CP-1 CP Main Transformer √
CP-2 CP Auto Transformer √
CP-3 CP DC Filter Choke √
CP-4 Rectifier Diodes √
CP-5 Control Transformers √
SCRs, heat sinks and all other solid
CP-6 √
state equipment and relays, capacitors,

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 53 of 87


resistors, etc.
Surge Diverters for Metal Oxide Varistor
(MOV)/ R-C Networks, Diodes/ SCRs/
CP-7 √
Transistors and all other solid state
components
CP-8 LC Filters √
CP-9 Transducers √
AVCC / AUTO Cards including their
CP-10
indication LEDs
Input and Output Fuses of suitable
CP-11 √
rating
Input and Output MCBs of suitable
CP-12 √
rating
CP-13 Contactors √
CP-14 Current Interrupter Timer √
CP-15 CP Data Loggers √
Lightning/Surge Arrestors in AC and DC
CP-16 √
line
All Analog / Digital Metering Devices in
CP-17 √
AC and DC Line
CP-18 Indication Lamps √
CP-19 Time Totalizers √
CP-20 Hooters √
CP-21 Selector and Toggle Switches √
CP-22 Push Buttons √
CP-23 Cable Connections/lugs of suitable size √
Connecting Terminal Studs and Strips
CP-24 √
for Current Carrying Conductors
Connecting Terminal Studs and Strips
CP-25 √
for Earthing Conductors
Weather Proof/ Flame Proof Anode
CP-26 √
Junction Boxes
Weather Proof/ Flame Proof Cathode
CP-27 √
Junction Boxes
CP-28 Variable Resistors of suitable rating √
CP-29 Disconnecting Links of suitable rating √
CP-30 Current Shunts of suitable rating √
CP-31 Test Lead Points Type A √

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 54 of 87


CP-32 Test Lead Points Type B √
CP-33 Test Lead Points Type C √
CP-34 Test Lead Points Type D √
CP-35 Test Lead Points Type E √
GI/Copper Earthing Strips (25mm x
3mm, 40mm x 5mm,
CP-36 √
50mm x 6mm or as directed by the
Engineer-in-Charge)
GI Rope Wire (16 sq mm, 25 sq mm,
CP-37 35 sq mm or as directed by the √
Engineer-in-Charge)
GI Wire (8 SWG, 4 SWG or as directed
CP-38 √
by the Engineer-in-Charge)
CP-39 MMO Anodes (Discrete Tubular Type) √
MMO Anodes (Pre-packaged Continuous
CP-40 √
Wire Type)
CP-41 Hi-Silicon Cast Iron Anodes √
Pre-packaged Magnesium Sacrificial
CP-42 √
Anodes
CP-43 Pre-packaged Zinc Sacrificial Anodes √
CP-44 Zinc Grounding Cells √
CP-45 Permanent Reference Electrodes √
CP-46 Surge Diverters √
CP-47 Calcined Petroleum Coke (CPC) √
CP-48 Salt √
CP-49 Charcoal √
CP-50 Bentonite Powder √
CP-51 Foreign Soil √
CP-52 Gypsum √
CP-53 Water √
CP-54 Earth Reactivating Compound √
CP-55 Battery Electrolyte √
CP-56 Petroleum Jelly √
CP-57 CP Cables √
CP-58 Insulating Mats as Per IS 15652:2006 √
CP-59 Engine Oil for DG Set √
CP-60 Lube oil filter for DG Set √
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 55 of 87
CP-61 Fuel filter for DG Set √
CP-62 Air Filter for DG Set √
CP-63 AVR for DG Set √
CP-64 Rotating Diodes of DG Set
All Civil and masonry materials
including (but not limited to) Sand,
CP-65 √
Bricks, Cement, Aggregate, RCC bars,
Structural Steel, etc.
Any other consumables, accessories
spares for TR unit, Battery Bank,
CP-66 √
Battery Charger, Inverter not
specifically mentioned in this table.

f) Above table indicates only scope of supply if the existing items are
found beyond repair. If any existing item/ spare is repairable, then
disconnection, removal, loading/unloading, transportation to-and-fro
from site, repair, rectification, rewinding or any other remedial action,
re-connection, re-commissioning, handing over of the repaired
part/system to the Satisfaction of the Owner for any and all of the
above components is entirely in the scope of the Contractor. Decision
of the Owner for repair/ replacement of any and all defective parts
shall be final and binding upon the Contractor. The items/ component
under the scope of the Owner shall be replaced only after written order
from the Owner.
5.3.19 Telecommunication & Instrumentation works:
a) Physical checking of working of all instruments, PT, TT, pressure gauge
en - mainline route. The faulty instruments, PT, TT etc shall be either
rectified or replaced as per instructions of the Engineer-in-Charge /
Site Engineer. The report shall be submitted to the Engineer-in-Charge
as per format provided by the Engineer-in-Charge as per format
provided by the Engineer-in-Charge as per System format.
b) Restoration of communication during any OFC cut in mainline occurred
due to any reason like sabotage by outside party/ mainline works/
washout/ flood etc. The reasons listed here are indicative only and not
exhaustive. No extra payment shall be made against any items /
service/ consumables/ civil works like excavation, earth filling, etc.
required during the restoration of communication. However OFC Repair
– Kit & OFC cable shall be supplied by the Owner. The OFC Joints shall
be enclosed / placed in the pit after construction of Joint pit as per
drawing.
c) Monthly inspection/ Checking and up-keep of Batteries, UPS, RTU’s etc.
in all the stations/ installations of the Owner en- route the mainline
under the scope of works/ tender. The report shall be submitted to the
Engineer-in-Charge as per format provided by the Engineer-in-Charge
as per format provided by the Engineer-in-Charge as per System
format.
5.3.20 House Keeping Works:
a) The Station up-keeping shall cover RCP building, CP station and SV
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 56 of 87
location The jobs include brooming of floors, glass window, doors,
brooming of process area, cleaning of PCC floors, clearing of
weeds/vegetables, cleaning of piping, cleaning of drains, cleaning of
toilet blocks, watering and maintenance of location on fortnightly basis
as per instruction of the Engineer-in-Charge.
b) Housekeeping and upkeep of all intermediate installation like Block
valve enclosure, RCP station, and CP station in mainline route. The
cost of all material and consumables during the work shall be borne by
the Contractor. The House Keeping shall mean keeping the premises
free of weeds/ dry grass/ oil traces, maintaining all doors, gate etc. in
good condition. Regular visit (fortnightly) to installation to check any
abnormal condition and submitting report to the Engineer-in-Charge as
per format provided by the Engineer-in-Charge.
c) The Contractor shall maintain all maintenance records in his office as
per instructions of the Engineer-in-Charge. Also, a consolidated report
on monthly basis shall submitted by the Contractor for all maintenance
activities performed in month to the Engineer-in-Charge as per format
provided by the Engineer-in-Charge.
d) Pest & Rodent control at all RCP and MOV buildings including cable
trenches inside the building once in a month and record to be
submitted to EIC on monthly basis.
e) No extra payment shall be done to the Contractor for any incidental
expenditure incurred by the Contractor during performance of work
under the contract scope unless specifically mentioned in tender.

5.4.0 SCOPE OF WORK UNDER PART-B:


Under Part-B, item wise payments have been envisaged as per the actual
measurement after satisfactory completion of the job and certification by the
Engineer-in-Charge. Such jobs shall include but not limited to the following:
5.4.1 Replacement of ROW Facilities: Based on the monthly
inspection report submitted by the Contractor and after clearance
of the Engineer-in-Charge, the Contractor shall take up the work of
replacement of various missing items in RoW like boundary pillars,
various types of markers, warning boards, sign boards etc.
5.4.2 Major Washout Restoration: The Contractor shall arrange for
emergency/ planned handling of wash outs which includes works
like creating bunds, stone/brick/ rubble masonry walls/ earth filling
etc for rectification of major wash-out in mainline.
5.4.3 Painting of display of sign/ warning boards/ Boundary pillars/
Turning Point/ Kilometre Post/ Vent pipe / TLP etc.
5.4.4 Any other work not envisaged under the scope of Part- A shall be
done as per instruction & clearance of the Engineer-in-Charge/
Site Engineer and payment shall be done as per schedule of Rate
in part- B.
5.4.5 Rectification of leakage/ pilferage/ burst in pipeline by removal of
pilferage clamp & fittings, excavation, removal of old coating,

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 57 of 87


fitting of leak clamp, welding of leak clamp, coating (liquid epoxy
coating like R95 as per requirement) and thereafter restoration of
site. The welding shall be done by qualified welder as per API
1104. All labour, materials, consumables & machineries (like JCB,
hydra etc) shall be arranged by the Contractor. The leak clamp &
cold applied tape (if required) shall be supplied by the Owner, The
shifting of spilled oil in drum, oil soaked soil and supply of fresh
soft soil, shall be paid as per SOR.

6.0.0 MATERIALS SUPPLIED BY THE CONTRACTOR


6.1.1 Further to the provisions of various relevant sub-clauses specified
under clause no. 3.1.0.0 of General Conditions of Contract, specific
approval of the Engineer-in-Charge or his authorised site
representatives must be obtained by the Contractor before
purchase of any material proposed to be used in works under this
contract. 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. No claim/ delay on this account
shall be entertained by the Owner. No material (except the
material mentioned in IOCL's scope of supply in specifications
section) shall be supplied by the owner. All material required for
execution of work shall be arranged by the contractor no extra cost
to the owner

7.0.0 WATER & POWER SUPPLY


7.1.0 Further to provisions of clause no. 3.3.0.0 & 3.4.0.0 of General
Conditions of Contract & following sub-clauses thereof, the
Contractor shall make his own arrangements for power required
for the work at his cost. The Owner shall not be responsible for
power supply and the Contractor shall ensure proper supply of
electricity to meet the work requirement.
7.2.0 Without prejudice to provisions of clause no. 3.0.0.0 & 3.5.0.0 of
General Conditions of Contract & following clauses thereof, the
Contractor shall arrange water/ procure water required for the
work at his own cost for all leads and lifts. The Owner shall not be
responsible for supplying water and the Contractor shall ensure
timely and adequate supply of water to meet requirement in
respect of work under scope.
8.0.0 PERMITS, CONSENTS, LICENCES, ETC.
8.1.0 The Contractor shall at his own cost and initiative arrange for and
obtain all necessary permissions, permits, consents and licences,
as may be necessary, to transport the equipment/ material,
machinery and labour along or across highway, roadway, railway,
bridge, dike, dam, river or through posts of toll collection, octroi
checks or other line border or barrier.

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 58 of 87


9.0.0 CONTRACT REVIEW MEETINGS:
9.1.0 The contractor shall present the program and status at
various MONTHLY review meetings as required.
9.2.0 Activities programmed and completed during the month.
9.3.0 Resource deployed i.e. man and machine
9.4.0 Level of participation: Contractor's / Site in charge and job
engineers.
9.5.0 Agenda: Monthly or weekly program v/s actual achieved in the
past and program for next month. ii) Client query/approval
9.6.0 Venue: As decided by EIC

10.0.0 PERFORMANCE OF WORK


10.1.0 The Contractor shall submit, for the approval of the Engineer-in-
Charge, the detailed bio-data along with the certificates of
qualification of the proposed manpower/ personnel for subject
contract before deployment at site.
10.2.0 In super session of clause no. 4.0.4.0 of General Conditions of
Contract, the Contractor shall ensure for each job site that his
representative is available at all hours during which work is being
performed at the job site, for the receipt of orders, instructions,
notices, and other communications. If the said representative is
not posted at site during execution, it would be considered as non-
performance of contractual obligation.
10.3.0 Further to provisions of clause no. 4.0.5.0 of General Conditions of
Contract, the Owner may engage at the work site, other
contractors or agencies to perform other works. The Contractor
shall co-operate with the Owner and other Contractors and
agencies engaged at the work site to ensure harmonious working
and shall comply with any instruction issued by the Engineer-in-
Charge and/or Site Engineer for this purpose.
10.4.0 The Contractor must note that relevant IS Codes shall be made
available at site for reference whenever demanded.
10.5.0 The 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.
11.0.0 SETTING OUT OF THE WORKS
11.1.0 The Contractor shall be responsible for the true and proper setting
out of the works and for the correctness of the position and levels,
dimension and alignment of all parts of the works and for the
provision of all necessary instruments, appliances and labour in
connection therewith.

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 59 of 87


11.2.0 The Site Engineer shall show the Contractor, if requested, the
location of the pipeline with the help of Pipeline markers, turning
points, boundary pillars, etc. in the ROW. Wherever required the
exact alignment of the pipeline shall be marked by conducting
Pearson survey or by using Pipeline Locators. The Contractor shall
be responsible to take intermediate centreline of the pipeline in
line with alignment indicated by the Site Engineer for the purpose
of the contracted work. Exact alignment of pipe is to be checked by
digging bell-holes. No extra payment whatsoever in this respect
shall be payable to the Contractor.
11.3.0 The Contractor shall be responsible to protect and maintain the
appurtenances/ washout rectification works on ROW and if the
same are damaged/ disturbed/ destroyed during the course of the
work the Contractor shall be responsible to ensure that these are
restored again at his initiative and risk & cost and have these
restorations approved by the Site Engineer/ Engineer-in-Charge.
Alternatively, the Site Engineer shall replace such appurtenances/
washout rectification works at the risk and cost of the Contractor in
all respect.
11.4.0 If at any time during the progress of the works any error shall
appear or arise in the position, levels, dimensions or alignment in
any part of the work; the Contractor, on being required to do so by
the Engineer-in-Charge/ Site Engineer, shall at his own expense
rectify such error to the satisfaction of the Engineer-in-Charge/
Site Engineer unless such error is based on incorrect data supplied
in writing by the Engineer-in-Charge/ Site Engineer in which case
the expense of rectifying the same shall be borne by the Owner.
11.5.0 The checking of any setting-out or of any line or level by the
Engineer-in-Charge or the Site Engineer shall not in any way
relieve the Contractor of his responsibility for the correctness
thereof and the Contractor shall carefully protect and preserve all
bench marks, pegs and other things used in setting-out the works.
12.0.0 CONDITIONS OF WORK
12.1.0 In addition to the provisions of clause no. 4.2.0.0 of General
Conditions of Contract and other associated clauses there under,
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/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.
13.0.0 CONTRACT PERIOD
13.1.0 Further to provisions of clause no. 4.3.0.0 of General Conditions of
Contract & sub-clauses thereof, the Contract Period for the subject
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 60 of 87
work shall be 02 (two) years from the date of site clearance issued
through specific notice by the Engineer-in-Charge
13.2.0 In case of satisfactory performance of the Contractor during the
contract period as stated above in clause no. 12.1.0, the contract
may be extended further for the period of 01 (One) Year or part
thereof on same rate, terms and conditions of the contract on
mutual agreement basis between the Owner and the Contractor.
13.3.0 The time for completion shall include time for approval of
procedures & materials by the Owner; submission of documents;
supply of materials, mobilisation of equipment, manpower,
machinery, etc. at site in all respect complete to the entire
satisfaction of the Engineer-in-Charge. It shall also be inclusive of
intervening Monsoon Period.
13.4.0 The rates for all SOR items are fixed and bidders have to quote on
Percentage basis of overall value.
13.5.0 Final bill along with No claim certificate shall be submitted within
30 days of completion of contract period.
13.6.0 No mobilization advance shall be paid. Payments are made on
lump-sum monthly basis only and after the bills get certified by
Engineer –in-charge. No Payment of the bills shall be made if the
jobs are not certified by the site engineer from time to time
14.0.0 FORCE MAJEURE
14.1.0 In partial modification of clause no. 4.3.8.0 of General Conditions
of Contract, Local "Bandh" shall be included in "FORCE MAJEURE".
15.0.0 PROGRESS SCHEDULE
15.1.0 Without prejudice to generality of provisions of General Conditions
of Contract relating to "Progress Schedule” the Contractor shall
take into account the instructions of the Engineer-in-Charge
regarding the constraints, restraints and other requirements of
works and the required sequence of works, in preparing the
Progress Schedule. Notwithstanding the provisions relating to
"Approved Progress Schedule", weekly or monthly work
programmes may be drawn up by the Engineer-in-Charge taking
into account the availability of work fronts and the requirements of
other contractors or agencies involved at the work sites and the
Contractor shall abide by the weekly or monthly work programmes
also so drawn-up.
15.2.0 The progress of work shall be monitored on monthly basis and
reasons for not attending the targeted progress shall be recorded
jointly. In the event of failure on the part of the Contractor to
adhere to the monthly work programmes drawn up by the
Engineer-in-Charge, the provisions of clause no. 4.7.4.0 of General
Conditions of Contract shall apply. The decision of the Engineer-in-
Charge as to whether a failure on the part of the Contractor to
comply with the monthly work programmes drawn up has occurred

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 61 of 87


or not shall be final and binding on the Contractor.
15.3.0 Any delay caused due to non-availability of work fronts (including
delayed availability of work front, wherever applicable) and/or due
to the requirements of other Contractors and/or agencies engaged
at the work sites shall not entitle the Contractor to any extra
payments/ claims whatsoever, whether for idleness or otherwise.
Only suitable extension of time for completion shall be granted in
accordance with the provisions of clause no. 4.3.5.0 of General
Conditions of Contract, provided the reasons for delay are not
attributable to the Contractor, and the Contractor hereby
specifically waives any and all contrary rights and entitlements.
16.0.0 PROGRESS REPORT
16.1.0 The Contractor shall make every effort to keep the Engineer-in-
Charge adequately informed as to the progress of the work
throughout the entire project. Regular progress review meetings
shall be held from time to time as per mutually agreed
programmes/ schedule. It shall be binding on the Contractor to
attend these progress review meetings with all information as
desired by the Owner.
17.0.0 SUBLETTING OF THE CONTRACT
17.1.0 In partial modification to clause no. 4.8.0.0 of General Conditions
of Contract and relevant sub-clauses thereof, no part of the
contract or any share or interest therein shall be in any manner or
degree is transferred/ assigned or sublet by the Contractor directly
or indirectly to any person, firm or Company whatsoever.
18.0.0 DEFECT LIABILITY, LATENT DEFECTS AND GUARANTEE
18.1.0 Further to the provisions clause no. 5.6.0.0 of General Conditions
of Contract & sub-clauses thereof, the Defect Liability Period for
this contract shall be 03 (three) months from the date of
completion of the works as certified by the Engineer-in-Charge.
18.2.0 The defect liability period shall apply on works mentioned
hereunder:
18.2.1 Rectification of leak/ burst/ clamp fitting
18.2.2 Restoration of communication by OFC joint
18.2.3 Any equipment replaced by the Contractor.
a) The Contractor shall perform all works with due diligence in accordance
with sound engineering practice and shall be entirely responsible for
construction method or directive plans, bills of materials or other
information made, prepared, given, checked, verified or accepted by
the Contractor and for construction method, plans, bills of materials or
other information to meet the stated aims of the work.
b) The Contractor shall, at his own cost and the initiative, correct/ repair
and/or rectify all such defect(s) and/or imperfections in the works
performed during the said defect liability period.

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 62 of 87


c) The Contractor shall indemnify and keep indemnified the Owner & its
every employees against all actions, proceedings, claims, costs &
expenses, losses and damages suffered by the Owner arising from any
negligence/ omission or default on the part of the Contractor or breach
of any of the terms of the contract by the Contractor, its servants or
agents observed within the defect liability period.
19.0.0 SECURITY DEPOSIT
19.1.0 Further to provisions of clause no. 2.1.0.0 of General Conditions of
Contract & sub-clauses thereof, the security deposit shall be
refunded to the Contractor after 03 (three) months of satisfactory
completion of contract as certified by the Engineer-in-Charge and
per the terms and conditions of the contract.
19.2.0 No interest shall be payable by the Owner on Security Deposit.
19.3.0 In case of extension of contract, if any, the security deposit shall
be refunded after completion of the contract including extension
period. In this case, no Initial Security Deposit (ISD) & Earnest
Money Deposit (EMD) shall be required to be deposited. However
the security deposit deducted from the RA (Running Account) bills
shall be kept under hold and released upon completion of contract
in all respects including extensions, if any.
20.0.0 TERMS OF PAYMENTS (ON ACCOUNT PAYMENTS AND ADVANCES)
20.1.0 Pre-condition for release of On Account Payments: Release of on
account payment shall be subject to the Contractor fulfilling the
following conditions:
20.2.0 Signing of Contract
20.3.0 Submission of Initial Security Deposit and Security deposit as
defined in clause no. 2.1.0.0 of General Conditions of Contract and
associated sub-clauses thereof.
20.4.0 Submission of necessary invoice(s) for payment.
a) Payment for all the items shall be made on monthly basis as per
schedule of rates (SOR) based on measurement of the executed work
for the running accounts bills as per provisions of clause no. 6.4.0.0
and associated sub-clauses of General Conditions of Contract.
b) Without prejudice to stipulations of clause no. 6.4.0.0 of General
Conditions of Contract and relevant sub-clauses thereof, Secured
Advance(s) and Mobilisation advance shall not be given to the
Contractor under this contract.
c) Method of measurement for different items of works where not so
specified shall be as per IS: 1200 (Latest Edition).
21.0.0 PLACE & MODE OF PAYMENT
21.1.0 In a partial modification to provisions of clause no. 6.5.1.0 of
General Conditions of Contract, all payment(s) by the Owner under
or in terms of the Contract shall be made in official Indian currency
only through e-payment/ EFT to the account notified by the

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 63 of 87


Contractor. The successful Bidder should provide their bank details
as per the format in Annexure-H at the time of submission of
tender.
21.2.0 The Bidders are informed that all payments, covered under this
contract, shall be released from NRPL Panipat office of the
Owner.
22.0.0 PENALTY PROVISIONS
22.1.0 Asset Availability: Cumulative yearly availability of mainline shall
be maintained 99.99%. The Contractor shall ensure availability
above the defined requirement. Any shortfall due to the
Contractor’s fault shall lead to penalty as per following formula:
The formula for calculating Asset Availability Factor (AAF):
{PH − FOH − POH}
AAF = { } × 100
PH
Where, PH = Period Hour
FOH = Forced Outage Hours of Asset
POH = Planned Outage Hours of Asset
22.2.0 Penalty for shortfall in Mainline Availability: If the Contractor is not
able to maintain the guaranteed asset availability of mainline then
a penalty of 7.5% of Annual operating fee shall be levied for each
0.5% (half percent) of shortfall in guaranteed asset availability to
a cap of 30%. Stabilization period of 30 days for maintenance shall
be allowed. Penalty calculation shall be applicable for period
exceeding 30 days stabilization period.
22.3.0 The Contractor shall be penalized for inability to make available
QRT as per clause no. 5.3.0 herein at any emergency location @
Rs. 5000.00 per hour delay beyond stipulated time of maximum 4
hours.
22.4.0 Penalty, subject to violation of terms attributable to the
Contractor, shall be levied in RA bills of the Contractor on failure to
comply with terms and conditions of the contract. Detailed
description is as below. Other penalty clause mentioned elsewhere
in the contract shall continue to apply in addition to those listed
below:
S. Penalty Amount
Penalty Clause
N. (Applicable for each instance)
1 Damage to pipe resulting in Rs. 5,00,000.00 for each instance
peeling of metal, dent, scratch
(any depth/ any dimension)-
RESULTING IN NO LEAK
2 Damage to pipe resulting in Rs. 5,00,000.00 + Twice the repair
peeling of metal, dent, scratch cost in case undertaken by the Owner
(any depth/ any dimension)- + confiscating the Contractor’s

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 64 of 87


RESULTING IN LEAK machinery at site as per decision of
the Engineer-in-Charge/Site Engineer
depending upon the severity of
damage.
3 Damage to OFC cable Rs. 1,00,000.00 for each instance.
(The penalty may be waived off at the
discretion of the Engineer-in-Charge, if
the Contractor restores the damage,
meeting Owner’s specifications and to
the satisfaction of the Engineer-in-
Charge, within 24hrs from damage
done to OFC cable.)
4 Damage to village facilities like Twice the repair cost in case
water line, telephone wires, rectification is carried out by the
cables, etc. Owner.
5 Not maintaining measuring and Rs.10,000.00 per equipment per day.
testing equipment at site as per Old/ obsolete/ analogue (wherever
list attached in the tender applicable) equipment at site shall be
deemed as not being provided.

23.0.0 PERSONAL ACTS AND LIABILITIES


23.1.0 Further to the provisions of clause no. 8.0.4.0 of General
Conditions of Contract, 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 authorised 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-à-vis the company
to make the settlement, receipt, acknowledgement, agreement or
other document concerned.
23.2.0 The contractor shall be deemed to have inspected the site and
thoroughly acquainted himself with the site conditions availability
of storage space for materials work areas available for
construction, disposal / stacking of surplus material and its other
features likely to affect his tender and the execution of the
required works. No claim / extension of time whatsoever shall be
entertained on account of prevailing site conditions.
24.0.0 OWNERS OBLIGATIONS
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 65 of 87
24.1.0 The Owner's obligations are limited to the following:
24.1.1 Handing over site.
24.1.2 Upon written request by the contractor for Gate pass /
Entry permit for his personnel, equipment and materials,
IOCL's obligation shall be limited to provide the contractor
an introductory letter to the agency / other company inside
whose premises, the proposed works are to be carried out.
The contractor shall take up with the concerned officials /
security of that agency to get the entry permission /passes
made.
24.1.3 Payments to the contractor for the performance of the
work under the Contract as per terms and conditions
specified therein

25.0.0 WATER, POWER AND OTHER UTILITIES


25.1.0 The contractor shall make his own arrangements for construction
as well as Drinking water and power supply (including temporary
distribution) if required at his own cost. No water & Power shall be
provided by IOCL for the work.
25.2.0 Contractor’s FIELD OFFICE, GODOWN. WORKSHOP
25.3.0 CONTRACTOR shall arrange necessary site office / Godown /
Workshop for their material and staff, if required by him at site.

26.0.0 ORDER OF WORKS


26.1.0 OWNER reserve the right to fix up priorities which will be conveyed
by EIC and the contractor shall plan and execute work accordingly.
27.0.0 TAXES & DUTIES
27.1.0 In a partial amendment to provisions of clause no. 8.1.1.0 of
General Conditions of Contract, any new taxes, duties, levies, etc.
including cess thereon imposed by the Central or State
Government subsequent to the submission of the final Price Bid
but during the scheduled contractual completion period shall be
reimbursed against documentary evidence. However, the benefit of
any withdrawal of any existing taxes, duties, levies, etc. including
cess thereon shall be passed on to the Owner.
27.2.0 Further to provisions of clause no. 8.1.1.0 of General Conditions of
Contract, all taxes, duties, levies, etc. including cess on all taxes,
duties, levies, etc. (excluding service tax & cess thereon) payable
by the Contractor under the contract shall be included in the rate
and prices submitted by the Bidder.
27.3.0 Any increase in the existing taxes, duties, levies, etc. including
cess thereon or replacement of existing taxes, duties, levies, etc.
with new taxes, duties, levies, etc. after the submission of bids
shall be entirely and exclusively borne by the Contractor.
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 66 of 87
27.4.0 Sales Tax on Works Contract/ Value Added Tax (VAT):
27.4.1 Further to clause no. 8.1.1.0 of General Conditions of
Contract, special attention is drawn to the recent regulation
of imposition of Sales Tax on composite works contract by
various State Governments. The rates quoted by the Bidders
shall be deemed to be inclusive of, amongst other things,
any Sales Tax that may be levied by the concerned State
Government on this contract. The sales tax on works contract
shall be deducted from the Contractor’s bills as per applicable
rules. It is being clearly understood that the Owner shall not
separately compensate the Contractor on this account. The
Bidders shall get their names registered under Sales Tax
Authority of the respective State Government.
27.4.2 The Bidders to note that ‘C’ Forms for concessional
Sales Tax shall not be issued by the Owner for this
work.
27.4.3 While submitting the bid, the Bidder to consider the
impact of VAT for the States in which VAT has been
implemented. VAT shall be applicable for intra-state supplies
only.
27.4.4 The Bidders are also advised to make themselves fully
conversant with applicable VAT laws. The Bidders shall 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.
27.4.5 In case, after the award of work, the 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 shall be deducted from the payment
due to the party.
27.4.6 Fulfilment of all the statutory requirements for supply of
materials & services and any other statutory requirement
shall be the exclusive responsibility of the Contractor.
27.5.0 Income Tax:
27.5.1 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.
27.6.0 Service Tax:
27.6.1 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 available, the Bidder shall give
confirmation for obtaining registration with a copy of
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 67 of 87
application for registration.
27.6.2 The Bidders are required to clearly indicate the rate
of Service Tax considered for this job after abatement,
if any, in the format given in Annexure-I and to be
submitted along with the 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-J for reference of the Bidders.)
27.6.3 After award of work, Service Tax shall be paid by the
Owner to the Contractor at the percentage indicated by them
in the respective FORMAT, net of remittance, if any, by the
Owner under reverse charge mechanism, 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:
a) Name, address and registration number of the service
provider
b) Name and address of the entity receiving the taxable
service
c) Description and value of taxable service provided or
agreed to be provided, and
d) The service tax and cess payable on such services
27.6.4 The above details are required to enable the Owner to
claim CENVAT credit on Service Tax paid. In case the
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. The Contractor’s liability however shall be
limited to furnishing of CENVATABLE invoices.
27.6.5 Statutory variation on Service Tax (as indicated by the
Bidder on above format) as applicable for the category/
service shall be to the Owner’s account up to the contractual
completion period. Any statutory variation in service tax after
the contractual completion period shall be to the Contractor’s
account.
27.6.6 Under any circumstances whatsoever, the Service Tax
payable by the Owner to the Contractor shall be limited to
the rate of Service Tax quoted by the Contractor in the
format given as Annexure-I (except for condition mentioned
in clause no. 23.6.5 hereof) irrespective of the amount
payable by the Contractor towards Service Tax to Statutory
Authorities.
27.7.0 Octroi/ Royalties:
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 68 of 87
27.7.1 The Contractor shall within the scope of work be liable to
pay and bear any or all octroi/ Royalties or terminal tax
payable on any materials, goods or equipment supplied or
deployed by the Contractor for the work.
28.0.0 LABOUR LAWS AND REGULATIONS
28.1.0 In addition to the provisions of clause no. 8.3.0.0 of General
Conditions of Contract, the Contractor shall ensure that local
labour, unskilled as well as skilled to the extent possible and
available from local resources, are preferentially employed on work
with special priority being given to the person and/or dependants
of persons whose lands have been acquired for any facilities in
connection of with the work. For any infringement of these
provisions, the Owner shall be at a liberty to rescind the Contract
without any liability to pay any compensation whatsoever to the
Contractor.
28.2.0 In addition to provisions of clause no. 8.3.2.0 of General
Conditions of Contract, within 15 (Fifteen) days of award of
contract, the Contractor shall submit to the Engineer-in-Charge a
copy of valid Licence under the Contract Labour (Regulation &
Abolition) Act, 1970.
28.3.0 In addition to provisions of clause no. 8.3.6.0 of General
Conditions of Contract, each Bidder shall furnish an undertaking in
the prescribed format as per the Annexure-E 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.
28.4.0 Without prejudice to the generality of clause no. 8.3.7.0 of General
Conditions of Contract, the Contractor shall adequately cover all its
eligible employees under the provisions contained in Employees
Provident Fund Act 1952 and subsequent amendment thereof, if
any. The Contractor shall furnish a certificate and statement
embodying therein all the relevant details in evidence of having
complied with the provisions of the said act. It would be obligatory
on the part of the Contractor to take necessary PF establishment
code number and regularly deposit the PF amount (amount
deducted from the employee's wages and employer’s contribution)
for all the eligible employees to the concerned statutory authority.
28.5.0 The Contractor shall along with his monthly bills specifically certify
that he has fully complied with all the obligations and statutory
compliances including Contract Labour (Regulation & Abolition)
Act, Employees Provident Fund Act, Minimum Wages Act,
WorKmen Compensation Insurance, Leave Salary, etc. and all
other obligations as enforced by the State/ Central Government
from time to time.
28.6.0 The Contractor shall be directed in writing or orally specifically in
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 69 of 87
this behalf of his obligations for compliance which he shall be
required to comply with. In case of default on part of the
Contractor, he shall be liable to be penalised and other strict
actions including termination of contract as may be deemed fit at
the discretion of the Owner.
29.0.0 INDEMNITY AND INSURANCE
29.1.0 Without prejudice to the generality of clause no. 8.5.0.0 of General
Conditions of Contract and following sub-clauses thereof, the
Contractor shall take the comprehensive insurance policy for the
worKmen engaged by him/ them at the Owner’s site and shall
submit the copy of the same to the Engineer-in-Charge/ Site
Engineer within 15 (Fifteen) days of award of contract. It shall be
noted that in no conditions, whatsoever, the Owner shall permit
the Contractor to carry out the work as defined/ specified
elsewhere with the worKmen (including supervisors and work
inspectors) not covered under such insurance policy. This may,
however be noted that the Contractor shall have to take any other
insurance policy/ policies for worKmen as required by the Laws of
the land, i.e. by the State Government and/or Central Government
enforced from time to time in this regard and the Owner shall not
take any responsibility whatsoever. The Contractor at his own risk
and cost shall take all such insurance policy/ policies.
29.2.0 In addition to provisions of clause no. 8.5.1.0 of General
Conditions of Contract, within 15 (Fifteen) days of award of
contract, the Contractor shall submit to Officer-in-Charge a copy of
valid WorKmen’s Compensation Insurance and Third Party
Insurance.
29.3.0 The Contractor shall provide the following insurance through his
regular agency to cover his men, machinery and equipment:
29.4.0 WorKman compensation Insurance for the persons deployed for
execution of the work
29.5.0 Group Personnel Accident Policy
29.6.0 All required Insurances
29.7.0 The Contractor is also recommended to secure itself from any
losses arising out of cost incurred due to rectification of pipeline for
damage to same by the Contractor during coating refurbishment
works.
29.8.0 Regarding insurance following provisions are further incorporated
over & above the provisions of General Conditions of Contract:
29.9.0 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
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 70 of 87
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).
29.10.0 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 Contractor’s account and suitable insurance
cover should be taken on their own.
29.11.0 For any infringement of these provisions, the Owner shall be at
liberty to terminate the Contract without any liability to pay any
compensation whatsoever to the Contractor.
30.0.0 INDEMNITY BOND
30.1.0 All the Owner supplied materials like sleeving pipes, etc. shall be
issued to the Contractor by the Engineer-in-Charge against
submission of Indemnity bond by the Contractor to the Engineer-
in-Charge. The format of Indemnity Bond is annexed to tender
document as Annexure-K. The Bidder shall submit a duly signed &
stamped copy of the same along with its bid as a token of their
acceptance.
31.0.0 PATENT AND ROYALTIES
31.1.0 Further to provisions of clause no. 8.8.0.0 of General Condition of
Contract, the Contractor shall indemnify the Owner against all
losses, costs, damages and expenses arising from any claim
asserted against the Owner that the work or part thereof, or any
methods, designs or things furnished or specified by the 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 the
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) un-patented invention or any unauthorised use of the
work of others.
32.0.0 ENVIRONMENTAL PROTECTION & POLLUTION CONTROL
32.1.0 The 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 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 the Contractor or its sub-
contractor, the Contractor shall immediately take all necessary
actions to contain, control, recover or disperse the substance and
to eliminate the safety and environmental risks and correct the

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 71 of 87


damage resulting there from.
33.0.0 SAFETY, FIRE AND SECURITY REGULATIONS
33.1.0 Safety, Fire and Security Regulations outlined below may be read
in conjunction with Section-8 (clause no. 8.4.0.0) and Section-10
of General Conditions of Contract as well as Safety Rules and Fire
Prevention Regulations of the Owner given Safety manuals and
other such documents. It shall be the responsibility of the
Contractor and its supervisors to make themselves fully conversant
with all the Rules and Regulations regarding Safety and Fire
Prevention and to issue necessary instructions to all persons
deployed by the Contractor at the Construction Site(s).
33.2.0 The Contractor shall, at his own cost & expenses, provide all
Personal Protective Equipment’s (PPEs) like Safety Shoes,
Helmet, Safety Belts, Hand Gloves, etc. to his worKmen
working at site as per site requirement.
33.3.0 General Provisions:
33.3.1 Safety starts from the individual on the job. Experience
and common sense shall be generously used. In case of
doubt “Ask somebody who knows” shall be the motive.
33.3.2 The Contractor shall ensure that the personnel (may be
their own and/or their sub vendor(s)) engaged for working at
the Owner’s installation(s) follows all the safety rules/
regulations as applicable.
33.3.3 The Contractor shall take all precautions necessary and
abide by relevant rules of safety including Explosive Rules
and Regulations and such other rules and regulations
enforceable within limits of Petroleum installation. The
Contractor shall also take such other additional precautions
or resort to such other additional safety measures as may be
directed from time to time by the Engineer-in-Charge/ Site
Engineer.
33.3.4 If at any time during the execution of the work, it is
observed that a particular person is disobeying the
instructions of Site Engineer on safety, such person shall be
asked to leave the site immediately and the Contractor shall
ensure that he shall clear the site at once.
33.3.5 The Contractor shall be responsible to enforce in his work
force strict discipline and safety consciousness required to be
observed in operating petroleum installation and shall ensure
that the work is carried out under constant supervision by
competent supervisors who are adequately informed and
experienced for handling the work in such environment.
33.3.6 Safety zones during hoisting, radiography, sand blasting,
pressure testing, commissioning etc. shall be created and
demarcated. Trespassers through site are not being allowed
Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 72 of 87
in these areas.
33.3.7 Without prejudice to the generality of the provisions of
clause no. 29.1.0 hereof, the Contractor shall take necessary
precautions to ensure that no damage, whatsoever, is caused
to the facilities and utilities within the Owner’s premises such
as pipelines, roads, cables, drains, water mains, dykes,
poles, pillars, fences, wires, supports & embanKments and
other underground works, structures or construction. In case
the Contractor fails to adhere to this stipulation and if any
damage to those facilities results due to negligence, the
Contractor shall be held responsible and shall be liable to
compensate the Owner for such damage caused as assessed
by the Engineer-in-Charge. The Contractor at his own cost
and initiative forthwith restore and repair any damage
thereto to the satisfaction of the Owner.
33.3.8 In addition to the above provision, the Contractor shall
indemnify and keep indemnified the Owner from and against
all losses and damages relative to loss of any gas, crude oil
and other commodities.
33.4.0 Restriction of Visitors:
33.4.1 The Contractor shall not allow any visitors on the work or
premises of the sites without approval of the Officer-in-
Charge.
33.5.0 Fire Prevention and Fire Fighting:
33.5.1 No hot work shall be undertaken without permission of the
Engineer-in-Charge. Before undertaking any hot jobs,
advance clearance shall be obtained from the Engineer-in-
Charge. The Contractor shall take up the issue with the Site
Engineer/ Engineer-in-Charge at an appropriate time.
33.5.2 The Contractor shall be responsible to fulfil and abide by
all requirements and conditions subject to which the fire
permit is issued. Though the Fire Permit shall be issued by
the Engineer-in-Charge after required testing for presence of
any explosive mixtures etc., it shall be the prime
responsibility of the Contractor to do periodic checking at
least once in four hours by means of an Explosi-meter or
other means approved by the Site Engineer.
33.5.3 Records of such testing shall be maintained by the
Contractor and in case of presence of any explosive mixtures
is observed all hot jobs shall be stopped immediately and the
Site Engineer/ Fire and Safety Department/ Station-in-
Charge shall be duly informed. Hot jobs shall be started after
obtaining fresh permits only.
33.5.4 The Contractor shall instruct his personnel NOT TO
SMOKE anywhere within the Owner’s premises except at

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 73 of 87


designated smoking booths. NO MATCHES/ LIGHTERS/
MOBILE PHONES shall be permitted to be carried inside the
Owner’s premises. The Contractor shall be held responsible
for any default of his workers in this regard and in that
eventuality the Owner shall take liberty to terminate the
contract as per provisions of Section-7 of General Conditions
of Contract shall be imposed.
33.5.5 In the event of fire emergency, the Fire Station, Engineer-
in-Charge, Site Engineer and Control Room should be
informed immediately. The caller should indicate his identity,
telephone number and the location of fire.
33.6.0 Lighting:
i. The areas of working during nights shall be properly illuminated
with flood-lights and hand-lamps as per the requirement of the job.
33.7.0 Working at Heights:
ii. In line with OISD guidelines on “Safety Practices during
Construction” (OISD-GDN-192), the Contractor shall ensure that
additional safety measures like Fall Arrestor type safety belt, Safety
Net, Full body Safety Harness, etc. are provided for all activities
being done in line with tender requirements at a height of 2.5
meters and more depending upon site conditions and job
requirements.
33.8.0 Civil Works:
iii. During excavation, the excavated earth must be dumped at a safe
distance from the edge of excavation. In no case this shall be less
than 1.5 meters from the top edge of the excavation.
iv. Necessary slopes and stepping shall be provided to the sides of the
trenches and/or ramps. Shoring is to be provided in places where
danger is expected due to side collapses resulting from seepage,
over-burden soils, etc.
v. Safe cross walkways are to be provided at distances not more than
30 metres along a continuous trenching for pipelines, etc.
vi. Ladders, gangways are to be provided at convenient places for
carrying excavated muck from deep trenches. Ladders shall be
firmly secured to ground and rungs of the ladders shall be properly
secured and safe.
vii. Scaffolding for shuttering and gangways for concreting, etc. (all) be
checked for safety to carry loads during construction. Necessary
hand rails/ rope guards and other protections are to be ensured.
These shall be properly secured to ground or tied to any permanent
structure nearby. The Contractor should arrange rigid double steel
scaffolding for the working at the height 2.5 m. All the workers
should wear certified safety belts & nets with secured ropes during
working at heights.
viii. All the water in the excavated pits shall be drained away from the
area of working using pumps.

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 74 of 87


ix. Excavated pits shall be barricaded and proper danger boards for
day and night shall be exhibited.
x. Hard hats (safety helmets), rubber boots, safety shoes, and hand
gloves, etc are required to be provided for supervising as well as
other working personnel by the Contractor.
xi. All TLPs, Magnetic Markers, Anode/ cathode connection, Turning
Post, KM Post etc. if damaged, shall be repaired/ replaced by the
Contractor at his own cost to the satisfaction of the Engineer-in-
Charge. Failing to do so may make the Contractor liable for penalty
as per penalty schedule.
33.9.0 Hoisting & Rigging Works:
xii. Hard hats (safety helmets), safety belts, eye goggles, face shields,
safety boots, hand-gloves, respirators, etc as required shall be
used.
xiii. Proper and correct lifting methods shall be adopted.
xiv. All lifting tools, jacks, tackles and wires ropes etc shall be of tested
quality for safe working loads. Wire ropes shall be of sound
construction without any splaying.
xv. The practice of inserting bolt in a lifting chain either to shorten its
length or to join it with another chain shall never be resorted to.
xvi. Register for hoists, lifting chains, lifting tackles and wire rope slings
shall be maintained with necessary entries as required under the
State Factories Rules. The register shall be produced before Officer-
in-charge (Fire & Safety) or his authorized representative on
demand for inspection.
xvii. Only one person shall give signals to the operator of mobile lifting
appliances.
xviii. Guide rope should be used to the hanging load to prevent its
swinging.
xix. Check to be exercised before using ropes with for broken wires.
Manufacturer’s guidelines/ standards instructions are to be followed
for using wire ropes and slings with broken wires. Ropes having
damage in the core shall be rejected. Experience and common
sense is of immense help.
xx. Usage of hoisting belts/ safety belts is must for personnel working
at higher elevations. Such safety belts and hoisting belts are to be
certified by safety personnel of the station/ the Engineer-in-Charge.
Besides initial certification the Engineer-in-Charge/ Safety
personnel can inspect/ assess the condition and reject any or all
such belts at any point of time.
xxi. Only safe gangways/ walkways shall be used for movement of
personnel.
xxii. All the connections to headman anchors shall be checked before
hoisting.
xxiii. All live wires to be crossed during hoisting shall be made dead near
the vicinity of the area during hoisting/ rigging.

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 75 of 87


xxiv. Avoid keeping the loads supported by hoisting equipments for an
unreasonable length of time.
xxv. Ropes, cables, and slings must be protected with pads or wooden
blocks at sharp edges.
33.10.0 Electrical Works:
The following safety aspects should be borne in mind by the Contractor and his
men while working on electrical line or with electrical tools and they should
take suitable precautions accordingly:
xxvi. The Contractor shall take written permission of the Site Engineer/
Engineer-in-Charge before connection/ disconnection of cables and
electrical equipment, which exist, in the Owner’s premises.
xxvii. All temporary electrical connections shall conform to statutory
regulations and a certificate obtained by the authorities. The
connection and the wiring shall be maintained by competent and
licensed supervisors and wiremen. As far as possible the cables are
to be safely buried to ensure free access to equipment and
machineries movements.
xxviii. No person shall work on any live electric conductor or apparatus
and no person shall assist any other person on such works unless
he is authorised in this behalf.
xxix. No defective extension cord/ cable shall be used on portable hand
tools.
xxx. All portable power tools such as drills, grinders, etc. which are
operated electrically, should be subjected to thorough inspection
before being put into use.
xxxi. “Earthing” of machineries, tools and equipments shall be ensured.
No open/ bare connections are allowed. The arrangements should
be checked periodically for damages to insulation and loose
connections, etc. and rectified so that the wiring becomes non-
hazardous.
xxxii. Hard hats (safety helmets), Safety boots, necessary hand-gloves,
etc. made out of insulating material shall be used by personnel
working in 'live' areas like substations, etc.
xxxiii. Danger signals and safety tags in the live areas shall be
demonstrated properly. All connections to be switched off after the
working hours.
33.11.0 Welding & Gas Cutting Works:
xxxiv. Oxygen cylinder shall not be stored near other cylinders containing
gas or oil/ grease or other combustible materials.
xxxv. Trolley shall be always used for transporting the gas cylinder and
rolling of gas cylinder should be avoided in all circumstances.
xxxvi. Suitable fire extinguishers in working condition shall be deployed
close to welding and gas cutting jobs.
xxxvii. The Contractor shall be responsible for flushing and gas freeing
operation and for demonstrating the safe environment for hot work
by means of Explosi-meter or other means approved by the Site

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 76 of 87


Engineer.
33.12.0 Accident and Damage:
The following requirements shall be complied with by the Contractor in the
event of an injury being sustained by anybody on the works:
xxxviii. All injuries occurring on works whether minor or critical shall be
reported in the prescribed Work Accident Forms to the Engineer-in-
Charge immediately or within half an hour of occurrence of the
event, as per rules of the Corporation and statutory requirements of
Govt. of India. The Contractor shall indemnify & keep indemnified
the Owner of the responsibility of all such accidents.
xxxix. The Engineer-in-Charge shall be kept informed by the Contractor on
daily basis regarding condition, recovery/ progress and date of
joining on duty about the persons who after being inflicted by
critical injuries were firstly examined and treated outside.
xl. The compensation to the victims shall be paid by the Contractor as
per legal requirements.
33.13.0 ADHERANCE TO SAFETY PROCEDURES AND PRACTICES
b. Without prejudice to generality of provisions of clause no. 10.15.0.0 of
General Conditions of Contract, in a view to improve the safety aspects of
execution of the job based on the job requirements following penalties
shall be imposed for violation/ non-adherence of safety procedures:

Sr.
No Nature of Violation Penalty
.
a) For non use of PPE (Personal Protective Rs. 1,000/- per occasion
Equipment)
b) Working without clearance Rs. 5,000/- per occasion
c) Violation of applicable safety, health and Rs. 5,000/- 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.
5,000/-
ii) Fatal accident 1% of the contract value
(maximum of Rs. 10
Lakh) per fatality + Rs.
5,000/-
e) Hot work without proper clearance/ Permit Rs. 10,000/- 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

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 77 of 87


Sr.
No Nature of Violation Penalty
.
h) Non-protection of deep excavation by way Rs. 10,000/- per occasion
of shoring and strutting.
i) Inadequate or non-availability of First Aid Rs. 500/- per occasion
Box at site
j) Working at height without safety harness Rs. 1,000/- per occasion
k) Over speeding of vehicle in the Owner’s Rs. 1,000/- per occasion
premises

*Aforesaid penalty clause is over and above, the applicable statutory


requirements.
c. 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 the Engineer-in-charge as per
WorKmen Compensation Act.
34 COMPLIANCE TO ISO-14001
NRPL is going to be an ISO: 14001 certified unit. Its environmental
management system requires that the Contractors working on behalf of
NRPLare able to demonstrate that their employees have requiring
training/ awareness. Moreover Contractors/ suppliers are required to
adhere to safe handling/ transportation methods.
35 MISCELLANEOUS:

All obligations arising of labor deployment labor laws to meet the


necessary statutory requirement would solely lie on the contractor.
Contractor would be solely responsible for safety and security of
manpower and materials.

36 SUPERVISION OF WORK:
Contractor or his authorized representative shall be available at site all
times, during the progress of the work.

37 CLEARANCE OF SITE:

a. As a part of the contract the contractor shall completely remove all


temporary/disposable materials, while execution of work at his own
cost and initiative

b. The works will not be considered as complete and taken over by the
owner, until all the temporary works, labor and staff colonies etc.
constructed are removed and the work site cleared to the

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 78 of 87


satisfaction of the Engineer-in-charge, surplus materials and rubbish
is cleared off the site completely and the work shall have been
measured by the Engineer-in-charge whose measurement shall be
binding and conclusive.

c. If the contractor fails to comply with the requirements of this clause


on or before the date fixed for the completion of the work, the
Engineer-in-charge may at the expenses of the contractor remove
such, surplus materials and rubbish and disposal off the same as he
thinks fit and clean off such dirt as aforesaid, and the contractor
shall forthwith pay the amount of all expenses as incurred and shall
have no claim in respect of any such surplus materials as aforesaid
except for any sum actually realized by the sale thereof.

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 79 of 87


Tools & Tackles (Indicative List)
A. Chisels:
1. Chisel 6” & 8” - 2 sets at each location
B. Hammer with Handle(one set at each location)
1. Ball pin hammer – 200g, 500g and 800g (Netco)
2. Brass hammer – 200 g
3. Sledge hammer – 5lb and 16 lb
4. Crow bar
C. Cutting and drilling tools (one set at each location)
1. Pipe thread outer dia – Die stock, handle, bushing (Netco) ½ “, ¾” ,1”,
1-1/2”, 2”
2. Wolf drill type EJ3C up to 10mm - WOLF
3. Drills bits up to 10mm (in steps of 1 mm & in steps of 0.5 mm) –
Addison
4. Drill stand
5. Hand drill machine portable 1/2'” – Blackdeck
6. Tin cutter – Netco
7. Inside thread clearer
8. Hexa frame and blades – 12”
D. Files (one set at each location)
1. Flat file (Rough) 8” and 12”
2. Flat file (Smooth) 8” and 12”
3. Flat file half round (Rough) 8” and 12”
4. Flat file half round (Smooth) 8” and 12”
5. Triangular file 8”
6. Round file 8”
7. Needle file set
E. Spanners
1. Hammer ring spanner (sledge): 25-50 one set at each location
2. Ring spanner 6-55 mm - 2 set at each location
3. Hammer single and type spanner – 25-50 one set at each location
4. Double end spanner: 6-32 mm – 2 set at each location
5. Tubular spanner 6-32mm - 1 set at each location
6. ¾” square drive socket set complete with accessories – 7/8” to 2” and
22 to 50 mm – 1 set at each location
F. Wrenches (one set at each location)
1. Adjustable wrench (Taparia) 205X26 mm
2. Adjustable wrench (Taparia) 255X30 mm
3. Adjustable wrench (Taparia) 305X35 mm
4. Adjustable wrench (Taparia) 380X43 mm
5. Pipe Wrench (Jalani) 300X32 mm
6. Pipe Wrench (Jalani) 450X52 mm

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 80 of 87


7. Pipe Wrench (Jalani) 600X65 mm
8. Chain wrench for pipe (Everst) – 6” & 8” dia
G. Pliers (one set at each location)
1. Combination plier (1621) 180mm – Taparia
2. Long nose plier (1430) 160mm – Taparia
3. Inner circlip plier 19-60mm/155 mm (1441) – Taparia
4. Inner circlip plier 19-60mm/160 mm (11442) - Taparia
5. Outer circlip plier – 250mm
6. Water pump plier
7. Cutting plier
8. Side cutting plier with cable stripper (1122-6)-155mm - Taparia
H. Screw drivers and allen keys (one set at each location)
1. Screw driver – Taparia – 13,827,831,902,911,923,925,9227,929,931
2. Allen key set – 42/10 mm, 17mm, 19mm, ½”
I. Miscellaneous
1. Grease gun – Bucket type
2. Grease gun – lever type
3. Barrel oil pump
4. Oil can ½ ltr.
5. Acid resistance hand gloves
6. Blower with suction attachment
7. Flame proof hand lamp with extension cable
8. Soldering iron – 25W & 65 W
9. Soldering paste
10. Solder wire 60/40
11. Protective eye shield
12. Helmets
13. Lead wire
14. Ear plugs
15. Magnet “U”
16. GI sheet tray – small & medium
17. Bucket
18. Drinking water cool jug 9 7 ltr – 2 nos), mug
19. Safety torches
20. Tent, chairs, fans, folding table
21. Umbrella /canopy
22. Lighting arrangements
23. Flood light fittings,bulb, lamps
24. Cabling, switches, extension boards
25. Measuring cloth tape (plastic coated) – 2 nos
26. Eveready commander torches – 8 nos
27. First aid box with medicines

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 81 of 87


28. Sand buckets with scoop
29. Explosive meter – 1 nos
30. De-watering pump (diesel driven) – 1 set
31. Empty lube oil drum – 15 nos
32. Wire rope – ¾” – 15m
33. Steel gauging tape (15M/20M) – 4 nos
34. Communication – Mobile phone
35. Emergency tool box – 2 nos
36. Manila rope (1/2”, ¾”,1”) – 10m each
37. Plastic/rubber hose 2,3 & 6” – 2 lengths of each size
38. Flange connection for hose as above – 2 nos
39. Portable Gen-set (petrol / kerosene operated) – 1 nos

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 82 of 87


Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 83 of 87
MOBILE MAINTENANCE VEHICLE ( MMV)
Annexure-I
The MMV OF THE QRT vehicle to be arranged by the vendor at one location
should have the following equipment installed

Sr. Item Description Capacity Qty


No.

1 Truck (LP or Equivalent ) - 1


2 Silent type DG set 20 kVA 1
3 Air compressor 14.5 CFM, 10 1
bar
4 Portable welding machine 150 A 1
5 Pneumatic oil gun 50 ltr 1
6 Pneumatic grease gun 50 ltr 1
7 Pneumatic torque wrench of suitable capacity - 1
(w.r.t Leak clamp tightening) with suitable
sockets and extended length of long hose
8 Hand and pneumatic operated barrel pump - 1
each
9 Aluminum ladder 15 ft long 1
10 Chain pulley block 0.5 ton 1
11 Hook chuk 0.5 ton 1
12 Tripod - 1
13 Tool box with tools - 1
14 Mud pump with suction & discharge hoses - 1
15 Neoprene gaskets/nut – bolts/ lead wire/ - 1 set
asbestos cloth/ hand grinding machine each
16 Suitable empty space for keeping IOCL supplied - -
leak clamp etc.
17 Oil absorbent (100nos)/dispersant (2X20 ltr - 1 set
drum), other mainline emergency tools each
18 Electrical tools like tester, Multi-meter 1
each
19 Halogen lights of 500 watt with sufficient wire 5
length and spare lamps sets
20 Flame proof Hand lamps 2
sets
21 All items related to make a temporary tent at site 1 set
at the time exigency
22 All consumables related to welding like welding 2
rod, grinding wheels, buffing wheels, chisels etc sets
along with spares

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 84 of 87


Quick Response Team (QRT)
(Annexure-II)

Each contractor will maintain QRT team of minimum following


members at its own cost:
a. Engineer /supervisor – Degree in
Electrical/Mechanical/Telecommunication & instrumentation engineering
with 2 years of experience in relevant field.
b. Electrician /Mechanic/Technician (T&I) – Diploma in relevant discipline
with 2 years of experience.
c. Valve operator /helper – ITI with 3 years of working experience in Oil
industry.

QRT team
 Engineer – 3 ( one for each discipline viz Electrical, Mechanical &
Telecommunication & instrumentation)
 Electrician – 1
 Mechanic – 1
 Technician – 1
 Helper – 3

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 85 of 87


Abbreviations

QRT-Quick Response Team


MMV-Mobile Maintenance Vehicle
OGMS-Oil and Gas Management System
OISD-Oil Industry Safety Directorate
DFCC-Dedicated Freight Corridor Corporation
PWD-Public Works Department
NHAI-National Highway Authority of India
SV-Sectionalising Valve
IP-Intermediate Pump Station
DT-Delivery Terminal
RT-Remote and Telecom
RoW-Right of Way
RoU-Right of Use
RCP-Remote Cathodic Protection
ACBD- Alternate Current Distribution Box
OGC-Oil Gas Chromatograph
TFM-Turbine Flow Meter
USM-Ultrasonic Flow Meter
SDV-Shut Down valve
ALJB-Anode Junction Box
RTD-Resistance Temperature Detector
IJ-Insulating Joint
CTSU-Computerized test station units
CPPSM-Cathodic Protection Power Supply Module
CPTR-Cathodic Protection Transformer and Rectifier
TLP-Test lead Points

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 86 of 87


JALANDHAR
MJPL AJ 165 Km PJPL 273 Km
BHATINDA
PBPL 215.750 Km.

SANGRUR
CROW
PBPL 130.661 Km PJPL/MJPL

NABHA (PJPL
137.00 KM)
PJPL 199 Km
PJPL 95.5Km PBPL 92.5 Km MJPL AJ 91 Km

Delhi Rohtak Hinghway


CROW
PBPL/PJPL

NH 10
6.624 Km
Micropolypet

PJPL 7 Km PBPL 4 Km
Kohand
PRPL 95.5KM PRPL 94KM PRPL 77KM PRPL 76KM
PRPL 0 Km

CROW MPPL/
SMPL/ PRPL
SMPL CP 106.500 KM SMPL CP 349 Km
Ex- Chaksu

NRPL PANIPAT
MPPL 924 KM MPPL 1023.750 KM MPPL 1173 Km
A B C D

SMPL 201 KM
SMPL 201 KM Incoming PBAPL 110 KM
Outgoing Loop Starts
Incoming PRPL 155 KM KRNPL 168 KM
MPPL 1018.500 KM Incoming DPPL 132KM
Incoming Loop Ends NAJIBABAD
MPPL 1018.500 KM
A Incoming PBAPL 110 KM
B Incoming DPPL 132 KM
REWARI C Incoming Loop Ends E F
D Outgoing Loop Starts DPPL 126.500 KM
E DPPL 130.5 KM MJPL PA 170 Km MJPL PA 202 Km
F Loop Line merge with DPPL/PBAPL CROW at 1.5 KM MJPL DP 97.500 G H (KURUKSHETRA; KRNPL 0.00 KM) AMBALA
C C
A A
N N
NFL HOOKUP POINT
G Incoming Loop Starts DP 106.500 KM A A
H Outgoing Loop Ends DP 106.600 KM L L
DPPL 113.500 KM
CROW
PBAPL/DPPL MJPL DP 91.750 KM KRNPL 119.00 KM
PIPELINE SIZE WT COMM. GRADE LENGTH (KM) (ROORKEE)
MPPL 22" 0.281" 2006 API 5L X52 249.3
SMPL 24" 0.281" 1997 API 5L X52 333.75 DPPL 114.00 KM MJPL DP 91.00 KM NFL
PRPL 12" 0.219" 2004 API 5L X52 155 NFL 1.8 KM
PBPL 14" 0.250" 1996 API 5L X46 216
Meerut
MJPL MD 16" 0.281" 1982 API 5L X46 146.6 SnMPL 71 KM
MJPL DP 14" 0.281" 1982 API 5L X46 118.1
MJPL PA 14" 0.281" 1982 API 5L X46 101.5
MJPL AJ 12" 0.250" 1982 API 5L X46 164.877 PBAPL/DPPL/MJPL
PJPL 10" 0.219" 2008 API 5L X52 274.339 CROW
PBAPL 10" 0.219" 2010 API 5L X42 110 SnMPL 0 KM; MJPL(DP)/PBAPL 47 Km SnMPL 33.1 KM
(Rohat T-point) EX- DADRI
DPPL 30" 0.438" 2010 API 5L X70 132 MJPL DP 87 KM DPPL 110 KM
DPPL NFL 10" 0.438 2012 API 5L X46 1.8
DPPL MPL 6" 0.375" 2014 API 5L Gr.B 6.624
KRNPL 10" 0.250" 2003 API 5L X46 168
SnMPL 10" 0.219" 2000 API 5L X46 70
DPPL 83 KM
MTPL 16" 0.250" 2003 API 5L X46 58
MBPL 8" 0.219" 2010 API 5L X35 23 CROW DP-
TOTAL 2328.89 MJPL/PBAPL-
Naptha
MJPL DP 16 KM
Tikrikalan
(Tikrikalan 3.3 KM Loop Line)
PBAPL O KM
NRPL BIJWASAN
MJPL MD 146.6 KM

MJPL MD 139 KM Maruti Udyog, Gurgaon

GAIL Pipeline

MBPL 1.5 KM CROW MJPL-


MD/GAIL-LNG
MJPL MD 117 KM Ex-GAIL

(MBPL 0 KM) MJPL MD 0 KM


REFINERY
MBPL 23 KM MBPL 16.5 KM MTPL 0 KM MTPL 58 KM
Bharatpur CROW MBPL / CM- Tundla
SMPL
Mathura
SMPL VM 788 KM

SMPL VM 803 KM

SMPL VM 717 KM

Ex-Chaksu

Tender No. PNP17130 Chapter V - Special Conditions of Contract Page No. 87 of 87


CHAPTER VI

TECHNICAL SPECIFICATIONS
इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

TECHNICAL SPECIFICATIONS
INDEX
Cl. No. DESCRIPTION Page No
1.0.0 GENERAL 3
2.0.0 MATERIAL SPECIFICATIONS 3
3.0.0 EARTH WORK 8
4.0.0 PLAIN & REINFORCED CONCRETE (PCC & RCC) 10
5.0.0 SUPPLY, FABRICATION AND ERECTION OF STRUCTURAL STEEL WORKS 12
6.0.0 PRE-CASTING R.C.C. BOUNDARY PILLARS 14
7.0.0 FABRICATION OF KM POST/ TP/ CROSSING MARKER/ TLPS 15
8.0.0 EMBEDDING IN PCC 1:2:4 15
9.0.0 PAINTING OF BP, VALVES, TP, TLP, KM POST & VENT PIPES 16
10.0.0 PAINTING OF CP STATION/ VALVE ENCLOSURE FENCING 16
11.0.0 PAINTING SIGN/ WARNING BOARDS 16
12.0.0 VANDAL PROOF TLP BOX 16

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 2 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

CHAPTER-VI
TECHNICAL SPECIFICATIONS
1.0.0 GENERAL
1.1.0 The scope of these specifications includes all civil works connected with the maintenance of ROW
facilities described in the scope of work under special conditions of contract and Schedule of
Rates. CPWD specifications and relevant code may be followed for any work not covered under
these specifications.
1.2.0 All materials which may be used in the work shall be of standard quality manufactured by
renowned concerns conforming to Indian Standard Specifications (Latest Edition) or equivalent
and shall bear I.S.I. mark as far as possible unless otherwise approved by the Engineer-in-Charge.
1.3.0 The Contractor shall get all materials approved by the Engineer-in-Charge prior to procurement of
the same in bulk and also before using in the works. For all major items/ materials used in the
works (irrespective of the brand of material or proven source) necessary laboratory tests shall be
conducted/or test certificates from the manufacturer shall be furnished by the Contractor to
ensure conformation of the material to specifications. The tests shall be conducted as directed by
the Engineer-in-Charge and in approved laboratory(s). The costs of all tests shall be borne by the
Contractor. Additionally, for testing of materials like concrete, bricks, aggregates etc. which
require continuous testing, the Contractor at his own cost and initiative, shall arrange for facilities
for testing at site itself to ensure proper quality control at work site. Frequency of these testing
shall be as per standard practice being followed in C.P.W.D. or as directed by the Engineer-in-
Charge. A separate register shall be maintained indicating the details of tests conducted/reports
from laboratories and tests conducted/ result at work site.
1.4.0 The Engineer-in-Charge shall have the right to determine whether all or any of the materials are
suitable for incorporation in the work. Any material procured or brought to site and not
conforming to specifications and not up to the satisfaction of the Engineer-in-Charge shall be
rejected and the Contractor shall have to remove the same immediately from site at his own
expenses and without any claim for compensation due to such rejection.
1.5.0 The Contractor shall keep a proper register at work site indicating the details of materials brought
in & the consumption details on day to day basis. The register shall be submitted to the Site
Engineer/ Engineer -in-Charge. The Contractor shall also keep, readily available at site, a copy of all
Delivery Challans and Invoices of materials being brought to site for incorporation in the works
and shall produce the same on demand by Site Engineer.
2.0.0 MATERIAL SPECIFICATIONS
2.1.0 BRICKS
2.1.1 The bricks shall be free from cracks, flaws, bends, organic matter and nodules of free lime. Bricks
shall conform to IS: 1077-1992 in general unless otherwise specified & shall generally conform to
the following classification.
2.1.2 The common burnt clay bricks shall be classified on the basis of their average compressive
strength as given in Table-1.
Table-1: CLASSIFICATION OF BRICKS

Average Compressive strength not less


Class Designation Not more than (Kg/cm2)
than (Kg/cm2)
7.5 75 100
5 50 75

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 3 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

3.5 35 50

2.1.3 Bricks shall be hand moulded common burnt clay bricks of best quality and shall have a minimum
average crushing strength of 50 Kg/cm2 (Class 50) or as specified in the relevant item of schedule
of rates. It shall be sound, hard, of homogeneous texture and of regular shape with frog and shall
emit a clear ringing sound on being struck. The bricks shall have uniform colour, smooth
rectangular faces and sharp corners.
2.1.4 Nominal size of bricks shall be 22.9x11.4x7cm with permissible tolerances on dimension up to +/-
3%. However, in Eastern parts of our country, nominal size of bricks shall be 25x11.4x7cm with
permissible tolerances on dimension up to +/-3%.
2.1.5 Bricks shall not absorb more than 20% of water by weight when immersed in water for 24 hours.
2.1.6 The rating of efflorescence shall not be more than “moderate”.
2.2.0 AGGREGATES FOR CEMENT CONCRETE:
2.2.1 General:
2.2.1.1 Aggregate, most of which is retained on 4.75mm IS sieve & contains only as much fine materials as
permitted in IS: 383-1970 for various sizes & grading is known as coarse aggregate. Coarse
aggregate (stone) shall consist of naturally occurring (crushed, broken or uncrushed) stones. It
shall be hard, strong, dense, durable, chemically inert, clean and free from injurious amounts of
disintegrated pieces, alkali, vegetable matter and other deleterious substances. As far as possible
flaky, scoriaceous and elongated pieces should be avoided. Aggregate shall conform to IS: 383-
1970, unless otherwise specified.
2.2.1.2 Aggregate most of which passes through 4.75mm IS sieve is known as fine aggregate. Fine
aggregate shall consist of natural sand. It shall be hard, durable, chemically inert, clean and free
from adherent coatings, organic matter etc and shall not contain any appreciable amount of clay
balls or pellets & harmful impurities e.g. salts, coal, mica, shale, iron pyrites & organic impurities.
2.2.2 Deleterious Materials:
2.2.2.1 Aggregates shall not contain any harmful material, such as pyrites, coal, lignite, mica, shale or
similar laminated material, clay, alkali, soft fragments, sea shells and organic impurities in such
quantity as to affect the strength or durability of the concrete. Aggregates to be used for
reinforced concrete shall not contain any material liable to attack the steel reinforcement.
Aggregates which are chemically reactive with alkalis of cement are harmful as cracking of
concrete may take place and thus shall not be used. Test shall be conducted as directed by the
Engineer-in-Charge.
Note: The presence of the chlorides and sulphates may lead to corrosion of steel reinforcement. A
value of chloride content as low as 700ppm in concrete can start the chemical process leading to
the corrosion. Critical permissible limit for sulphate content is generally taken as 1500ppm.
2.2.3 Size and Grading of Aggregate:
2.2.3.1 Single-sized Coarse Aggregate:
Coarse aggregates shall be supplied in the nominal sizes given in Table-2. For any one of the
nominal sizes, the proportion of other sizes (as determined by the method described in IS: 2386
(Part-I) -1963) shall also be in accordance with Table-2.
2.2.3.2 Fine Aggregate:
The grading of fine aggregates, when determined as described in IS: 2386 (Part-I)-1963 shall be
within the limits given in Table-3 and shall be described as fine aggregates, Grading Zones I, II, III &
IV. When the grading falls outside the limits of any particular grading zone of sieves other than 600

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 4 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

micron IS Sieve by a total amount not exceeding 5 percent, it shall be regarded as falling within
that grading zone. This tolerance shall not be applied to percentage passing the 600 micron IS
Sieve or to percentage passing any other sieve size on the coarse limit of Grading Zone-IV.
2.2.3.3 Fine Sand:
Its grading shall be within the limits of grading Zone-IV. Maximum quantity of silt shall not exceed
8%.
2.2.3.4 Coarse Sand:
Its grading shall be within the limits of Grading Zone-II. The maximum quantity of silt shall not
exceed 8%.
2.2.4 Sampling and Testing:
2.2.4.1 Sampling:
The method of sampling shall be in accordance with IS: 2430-1969. The amount of material
required for each test & the test procedure shall be as specified in the relevant method of test
given in IS: 2386 (Part-I) -1963 to IS: 2386 (Part -VIII) -1963.
Table-2: COARSE AGGREGATES

Percentage passing by weight for single sizes Percentage passing by weight for
(ungraded) Aggregate of Nominal size graded Aggregate of Nominal size
IS Sieve
40 16 12.5 10 20
63 mm 20 mm 40 mm 16 mm 12.5 mm
mm mm mm mm mm
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11)
75mm 100 - - - - - 100 - - -
85 to
63mm 100 - - - - - - - -
100
85 to 95 to -
37.5mm 0 to 30 100 - - - 100 -
100 100
0 to 85 to 30 to 95 to
19mm 0 to 5 100 - - 100 100
20 100 70 100
85 to 90 to
16mm - - - 100 - - - -
100 100
85 to 90 to
11.2mm - - - - 100 - - -
100 100
0 to 0 to 85 to 10 to 25 to
9.5mm - 0 to 5 0 to 20 30 to 70 40 to 85
30 45 100 35 55
0 to 0 to 0 to
4.75mm - - 0 to 5 0 to 5 0 to 5 0 to 10 0 to 10
10 20 10
2.36mm - - - - - 0 to 5 - - - -

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 5 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

Table-3: FINE AGGREGATES

IS Sieve Percentage Passing for


Designation Grading Zone I Grading Zone II Grading Zone III Grading Zone IV
9.5mm 100 100 100 100
4.75mm 90 - 100 90 - 100 90 - 100 95 - 100
2.36mm 60 - 95 75 - 100 85 - 100 95 - 100
1.18mm 30 - 70 55 - 90 75 - 100 90 - 100
600micron 15 - 34 35 - 59 60 - 79 80 - 100
300micron 5 - 20 8 - 30 12 - 40 15 - 50
150micron 0 - 10 0 - 10 0 - 10 0 - 15

Note: It is recommended that fine aggregate conforming to Grading Zone IV should not be used in
reinforced concrete unless tests have been made to ascertain the suitability of proposed mix
proportions.
2.3.0 CEMENT:
2.3.1 Unless otherwise specified, cement shall be ordinary Portland cement conforming either to IS:
269-1989 (OPC 33 Grade) or IS: 8112-1989 (OPC 43 Grade). The Contractor shall make proper
storage arrangement for cement at the site of works to the satisfaction of the Engineer-in-Charge.
Cement should always be stored in such manner as to be easily accessible for proper inspection
and in a suitable water tight building or storage shed to protect the cement from dampness.
Cement not acceptable to the Engineer-in-Charge or his authorised representative being not in
conformity with relevant IS standard and/or being deteriorated due to dampness shall be rejected.
2.4.0 STEEL REINFORCEMENT:
2.4.1 Mild Steel Bars:
Mild steel reinforcement for cement concrete work shall conform to IS: 432 Grade-I (Latest
Edition) and cold twisted deformed bars shall conform to IS: 1786 (Latest Edition) and relevant
parts of IS: 456. It shall have a minimum yield stress of 415 N/mm2 and tensile strength of 485
N/mm2.
2.4.2 TMT Bars:
TMT bars (Thermo Mechanically Treated bars) shall conform to IS: 1786 (Latest Edition) and shall
be of grade Fe 500/415 as mentioned in the item description. The bars shall be procured from
reputed/established rolling mills such as TATA Steel, SAIL, RINL or any other equivalent approved
supplier.
2.4.3 HCR/ CRS Bars:
HCR (High Corrosion Resistant)/ CRS (Corrosion Resistant Bars) shall conform to IS: 1786 (Latest
Edition) and shall have a grade of Fe 500. The bars shall be procured from reputed/established
rolling mills such as TATA Steel, SAIL, RINL or any other equivalent approved supplier.
2.4.4 All reinforcement bars shall be clean and free from dirt, oil, paints, grease, mill scales and loose
rust. Bars available in coils shall be uncoiled and properly straightened to the satisfaction of the
Engineer-in-Charge at no extra cost to the Owner.
2.5.0 STRUCTURAL STEEL:
2.5.1 Structural steel sections & plates shall conform to Grade-A of IS: 2062 (Latest Edition). Steel shall
Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 6 of 17
इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

be free from all grease, oil, paint, loose mill scale and rust and shall be free from all defects
mentioned in IS: 2062 and shall have a smooth uniform finished surface.
2.5.2 The Contractor shall invariably produce test certificate from the manufacturer certifying the
quality and strength of the steel to conform to the requirement of the aforesaid Indian Standards.
In absence of such test certificate from the manufacturer, test shall be carried out in a test House/
Laboratory or University as approved by the Engineer-in-Charge and cost of such tests shall be
borne by the Contractor. Tests shall be carried out as per IS: 1599, 1608 and 1786 (Latest Edition).
2.6.0 WATER:
2.6.1 Water shall conform to requirements given in IS: 456-1978. It shall be clean and free from
injurious quantities of oils, acids, alkalis, salts, sugar, organic materials, vegetable matter or other
substances that may be deleterious to brick, stone, concrete or steel. Potable water is generally
considered satisfactory for mixing concrete.
2.6.2 Permissible limits for solids when tested in accordance with IS: 3025-1964 shall be as given in
Table-4.
Table-4: PERMISSIBLE LIMIT FOR SOLIDS

Permissible Limit (Max.)


Organic 200 mg/l
Inorganic 3000 mg/l
Sulphates as SO3 400 mg/l
2000 mg/lit- For concrete not containing
Chlorides (as Cl) Embedded steel
500 mg/lit- For reinforced concrete work
Suspended Matter 2000 mg/l

2.6.3 The pH valve of water shall not be less than 6. Generally PH value shall be between 6 & 8.
2.6.4 Water found satisfactory for mixing is also suitable for curing concrete. However, water used for
curing should not produce any objectionable stain or unsightly deposit on the concrete surface.
The presence of tannic acid or iron compounds is objectionable.
2.7.0 PAINTS:
2.7.1 Paints, oils, varnish, spirit, etc. of brand with ISI mark as approved by the Engineer-in-Charge shall
be used. Paints manufactured by BERGER, ASIAN PAINTS, ICI, NEROLAC shall be used. Primer and
thinners used shall also be of same manufacture and brand. Ready mixed paints as received from
the manufacturer without any admixtures shall be used as per manufacturer's instruction. If, for
any reason, thinning is necessary (in case of ready mixed Paint) the brand of thinner
recommended by the manufacturer or as instructed by the Engineer-in-Charge/ Site Engineer shall
be used.
2.8.0 OTHER MATERIALS:
2.8.1 All other materials not fully specified herein and which may be used in the works shall be of best
quality approved by the Engineer-in-Charge and he shall have the right to determine whether all or
any of the materials offered or delivered for use in the works are suitable for the intended
purpose. The Contractor shall produce the sample of materials to the Engineer-in-Charge and shall
get it approved before procurement and execution of work.
2.8.2 Whenever discrepancies arise regarding specifications of materials mentioned aforesaid and all
materials, which have not been specified but may be used in works, shall conform to latest

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 7 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

specifications of the Indian Standard Institution from time to time. The Engineer-in-Charge at his
own discretion may reject any material offered or delivered for use in the works.
3.0.0 EARTH WORK
3.1.0 Classification of Soils:
The earth work shall be classified under the following categories and measured separately for each
of the category:
3.1.1 All Kinds of Soils:
a) Sand, gravel, loam, clay, mud, black cotton soil
b) Vegetable or organic soil, turf, peats, soft shale or loose moorum.
c) Lime concrete, Mud concrete and their mixtures.
d) Stiff heavy clay, hard shale or compact moorum requiring grafting tool and/or pick and
shovel.
e) Shingle and river or nallah bed boulders.
f) Soiling of roads, paths etc. and hard core.
g) Macadam surface of any description.
h) Any mixture of soil mentioned above.
3.1.2 Ordinary Rock (Not requiring blasting, wedging or similar means): Generally any rock, which can
be excavated by splitting with crowbars or picks & does not require blasting, wedging or similar
means for excavation such as lime stone, sand stone, hard laterite, hard conglomerate and un-
reinforced cement concrete below ground level. If required, light blasting may be resorted to for
loosening the materials but this will not in any way entitle the material to be classified as "Hard
rock".
3.1.3 Hard Rock (Requiring blasting): Any rock or boulder for the excavation of which blasting is
required such as quartzite stone, granite, basalt, reinforced cement concrete below ground level
and the like.
3.1.4 The decision of the Engineer-in-Charge as to the classification of the type of earth.
3.2.0 Antiquities and Useful Materials:
3.2.1 Any finds such as relics of antiquity, coins, fossils or other articles of value shall be delivered to the
Engineer-in-Charge and shall be the property of the Government.
3.2.2 Any useful material obtained from the excavation shall be stacked separately in regular stacks as
directed by the Engineer-in-Charge and shall remain the property of the Owner.
3.3.0 Earthwork in excavation in all kinds of soils for Foundation Trenches of Buildings, Wall/
Columns, Blocks, Drains, Pits, Basements, etc. including backfilling:
3.3.1 Excavation shall be carried out at site to the lines, levels, slope, shape, pattern and contour shown
on the detailed drawings or as directed by the Engineer-in-Charge. Only the excavation shown in
the drawing or as required by the Engineer-in-Charge shall be measured and recorded for
payment.
3.3.2 During excavation, the natural drainage of the area shall be maintained. Excavation shall be done
from top to bottom. Undermining or undercutting shall not be done.
3.3.3 The Contractor shall remove all excavated material to soil heaps on site or transport for use as
filling, or for use by other contractors engaged at site as directed by the Site Engineer. Excavated
material shall not be deposited within 1.5m form the top edge of the excavation.

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 8 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

3.3.4 Suitable types of shoring and strutting, wherever necessary shall be adopted to withhold the face
of earth or cutting shall be done in slope as per site requirements and as directed by the Site
Engineer.
3.3.5 Foundation pits shall be excavated to full depth. Prior to construction/ concreting work the trench
shall be cleared and the bottom properly rammed and made to level, to the satisfaction of Site
Engineer.
3.3.6 The Contractor shall provide suitable drainage arrangements to prevent surface water entering
foundation pits or trenches; the Contractor shall engage pumps or other approved means to keep
excavation free of water.
3.3.7 In firm soil, the sides of the trench shall be kept vertical up to a depth of 2m from the bottom. For
greater depth, the excavation profile shall be widened by allowing steps of 50cm on either side
after every 2 metres depth from the bottom, so as to give virtual side slopes of 1:4 (1 Horizontal: 4
Vertical). Where the soil is soft, loose or slushy, the width of steps shall be suitably increased, or
the sides sloped or the soil shored up as directed by the Engineer-in-Charge. The Contractor shall
take complete instruction from the Site Engineer regarding the stepping, sloping or shoring to be
done for excavation deeper than 2 metres.
3.3.8 Where excavations are made wider than required, the Contractor shall at his own cost refill it with
earth duly watered, consolidated and rammed.
3.3.9 Where the excavations are made deeper than required, it shall be brought to the required level by
the Contractor at his own cost by filling in with earth duly watered, consolidated and rammed or
with lean concrete as per directions of the Engineer-in-Charge.
3.3.10 The Contractor shall not undertake any concreting in foundation until the excavation pit is
approved by the Site Engineer.
3.4.0 Backfilling the excavated earth in Trenches, Foundation & Plinth, etc.:
3.4.1 Earth obtained from excavation of foundation pits shall be used for refilling over the top of P.C.C.
of the Boundary Pillars, Kilometer Posts, Pipeline Markers, etc. Salt-peter earth, black cotton soil/
expansive type of soil etc. if encountered shall not be used for backfilling.
3.4.2 All clods and lumps of earth exceeding 8cm in any direction shall be broken or removed before
filling. No extra payment shall be made for lead and lift and transportation of earth involved. The
earth used for filling shall be free from all vegetation, grass, roots, shrubs, trees, saplings, rubbish
and salts harmful to foundations, organic and other foreign matter.
3.4.3 As soon as the works in foundation have been measured, the spaces around foundation and drains
in trenches shall be cleared of all debris, brick bats, mortar dropping etc, and filled with earth in
layers, each layer not exceeding 20 cm in depth, watered, rammed and consolidated before the
succeeding one is laid. Earth shall be rammed with iron rammers where possible and with the butt
ends of crowbars where rammer cannot be used.
3.4.4 Surplus earth after embedding/installing Boundary Pillars, Kilometre Posts, Pipeline Markers, etc.
and backfilling shall be disposed-off as directed by Site Engineer. The entire site shall be cleaned
and brought the original condition and up in the entire satisfaction of the Site Engineer.
3.5.0 Measurement & Payment: Mode of measurement shall be on number basis of Boundary Pillars/
Kilometer Post/ Pipeline Marker precast/fabricated/embedded in position along ROW. The rates of
the relevant items of the SOR are inclusive of earthwork and hence no separate payment shall be
made for excavation. Excavation made in excess of specified requirement shall not be paid for.
3.6.0 Rates: Rates quoted are deemed to include all the activities stated above. It shall cover the
following:
a) Excavation in all kinds of soil, getting out and deposition of excavated earth as specified,

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 9 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

backfilling in the sides of trenches as specified here-in-above.


b) Bailing out of water wherever required.
c) Protection to existing structure, if any.
d) Form work, shoring, strutting, stepping & sloping, etc.
e) Removal of slips during excavation.
f) Fencing and protection against risk of accident due to open excavation.
g) Excavation for insertion of planking and strutting.
h) All lead and lift as specified in the Schedule of Rates.
i) Handling of antiquities and useful materials as specified.
j) Backfilling the available excavated earth and disposal of surplus earth.
4.0.0 PLAIN & REINFORCED CONCRETE (PCC & RCC)
4.1.0 Except where otherwise specified, implied or authorised by the Engineer-in-Charge in writing, all
materials and workmanship must conform to the latest edition of the Indian standard specification
including any amendments published by the said institution from time to time.
4.2.0 The concrete mixes should give the designed strength as mentioned in Table-5 during work tests in
accordance with IS: 456 & IS: 516.
Table-5: CONCRETE MIX STRENGTH

Minimum compressive strength for 15cm cube


Kind of Concrete Mix.
7 days (Kg/cm2) 28 days (Kg/cm2)
1:2:4 140 210
1:1.5:3 175 264
1:1:2 210 315

4.3.0 For the design mix (if specified in SOR), the Contractor shall submit the calculations/procedure and
the mix shall be established at site for the required strength before staring the RCC work.
4.4.0 The Contractor shall submit representative samples of concrete or other materials to be used in
order that they may be tested and the suitability of materials established. During the progress of
work, samples of concrete shall be taken as per IS: 456 & IS: 1191 or as may be necessary and
tested as per IS specifications. Record of all tests carried out shall be maintained by the Contractor
& register submitted to the Site Engineer/ Engineer-in-Charge. All expenses in this connection
with the above mentioned tests shall be borne by the Contractor.
4.5.0 If difficulty be experienced in placing the concrete of specified mix and approved consistency
between and below the reinforcement bars at the bottom of beams and similar members, the bars
shall be embedded in concrete of improved workability as directed by the Site Engineer. The
consistency should be determined by making trial mixes and getting the same approved. The
slump of the above trial mixes shall be measured and this slump should not exceed throughout all
batches of concrete made from the same materials mixed in the same proportion as the trial mixes
and used in those parts of the works as directed by the Site Engineer. In no case, however, shall
the slump exceed 50mm for concrete slabs or exceed 25mm for concrete consolidated by
mechanical vibration. The slump test shall be carried out as per IS specifications by the Contractor
at his own cost. Record of all tests carried out in relation to various grades of concrete etc. shall be
maintained by the Contractor.

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 10 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

4.6.0 Minimum Cement Content: From durability considerations the minimum cement content to be
provided is as given below:

Nominal mix Cement Content Kg per Cubic metre of concrete


1:1.5:3 400
1:2:4 320
1:3:6 220
1:4:8 170

4.7.0 Batching and Mixing Concrete:


4.7.1 Batching of cement, coarse aggregate, sand, and water should be done by volume and the
concrete ingredients shall be mixed in an approved mechanical mixer, designed to obtain
positively uniform distribution of all the component materials throughout the mass during the
mixing operations. Water shall be added prior to and during the mixing operations.
4.7.2 The coarse aggregate and sand shall be measured in suitable measuring boxes which shall be
provided by the Contractor and approved by the Site Engineer before using the same. The
measurement boxes shall be proportioned in such a manner to avoid the necessity of dividing the
contents of bags of cement. Due allowance should be made for bulking of sand and its moisture
content in accordance with IS: 2386 (Part III) - 1963. The method of determining surface moisture
content in Aggregates shall conform to IS: 456 (Latest Edition). Right proportion of materials shall
be loaded in mixing drum and adequate water added in accordance with water cement ratio
desired and shall be mixed to form an intimate mixture of uniform consistency.
4.7.3 The mechanical batch type concrete mixer shall have two blades fitted with lighting hopper type.
The mixing time, for a mixer up to 0.75m3 capacities shall not be less than 2 minutes and not less
than 2 & ½ minutes for a mixer of over 0.75m3 capacity.
4.7.4 In exceptional circumstances such as mechanical breakdown of mixer, work in remote areas or
when the quantity of concrete work is very small, hand mixing may be permitted subjected to
adding 10% extra cement. Hand mixing shall be carried out on a water tight platform till concrete
of uniform colour and consistency is obtained.
4.7.5 No concreting shall commence in any portion of work unless shuttering and reinforcement etc.,
have been checked by the Site Engineer and approved by him. Mixing of concrete shall be done at
a central place as directed by the Site Engineer.
4.8.0 Placing of Concrete:
4.8.1 The concrete shall be placed on a clean bed having the designed level and without any
interruption. As soon as possible, after mixing, the concrete should be transported to the site by
an approved method and deposited directly in the form work. If segregation occurs during the
transportation, concrete should be remixed adding fresh cement before being placed as per the
instructions of the Site Engineer.
4.8.2 Concrete should in no case be dropped from a height of more than 1.0m and shall be carefully laid
in position in horizontal layers not exceeding 15cms. in thickness. Before depositing concrete all
debris and dirt shall be removed from the space to be occupied by concrete. The method of
concreting and compaction to be employed in any particular section of the work is to be, to the
entire satisfaction of the Site Engineer.
4.8.3 The concrete, after being laid shall be compacted by means of vibrators of the approved type and
design by and under proper supervision as directed by the Site Engineer. The vibrations should not
be confined only to the top surface but the whole mass of concrete should be well vibrated until

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 11 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

the dense mass assumes jelly like appearance and consistency with the water just appearing on
the surfaces. Over vibration or vibration of very wet mixes is harmful and shall be avoided. Care is
to be taken to avoid segregation, and the formation of air bubbles. Honey-combs shall be avoided.
Hand compaction shall be done with the help of tamping rods, before the initial setting starts. For
hand compaction the Contractor shall take permission of the Engineer-in-Charge. After
compaction the top surface shall be finished even and smooth with wooden trowel.
4.8.4 The time required from batching of concrete to placing and compaction of the concrete mass
should in any case be within 20 minutes and the whole process completed before the initial setting
takes place.
4.8.5 All precautions for work in extreme weather shall be taken as mentioned in relevant clauses of IS:
456 (Latest Edition). Due protection shall be provided to prevent cement being blown away during
the process of proportioning and mixing during windy weather. During hot weather, it shall be
ensured that the temperature of wet concrete does not exceed 380 C.
4.8.6 For concrete under water, relevant portions of instructions given in IS: 456 shall be followed
except when otherwise stated. The mix for concreting under water shall be approved by the Site
Engineer, depending on the conditions of placing. Great care should be taken to prevent the
cement being washed out.
4.8.7 Concreting for any complete member/part of a structure shall ordinarily be done in a continuous
operation. Where this is not possible prior permission of the Site Engineer should be obtained for
doing the work in parts. The Site Engineer will direct as to what portions should the concreting be
carried out at a stretch or where the work may be interrupted, and the work shall be done
accordingly.
4.8.8 Whenever the work is interrupted for more than an hour bonding grooves shall be formed in the
concrete already laid and the surface shall be roughened, thoroughly cleaned and given a wash of
neat cement @2 Kg/m2 of thick consistency before laying new concrete.
4.8.9 All R.C.C. and P.C.C. work shall be carried out in strict accordance with this specification and
detailed drawings, which will be supplied for the purpose. The working drawings and other details
shall be studied thoroughly and any point not clear to the Contractor, should be brought to the
notice of the Engineer-in-Charge for clarification well in advance and before proceeding with the
work.
4.8.10 No concrete work shall be cast in the absence of the Site Engineer or his representative.
4.9.0 Curing: The curing of concrete shall be in accordance with IS: 456 except that the concrete shall be
cured for a period of 10 days from the date of casting. Cement concrete shall not be disturbed
after initial setting has started. Care should be taken to protect green concrete from damage by
falling of debris, excessive loading or anything that may disturb the setting process or impair its
strength. Re-tampering of concrete which has partially set is absolutely prohibited.
4.10.0 Measurement & Payment: Payment for plain and reinforced cement concrete in site shall be
made on cubic metre basis of actual finished work done. Deductions shall be made for opening as
per IS: 1200 (Latest Edition). The rate for plain and reinforced cement concrete shall be inclusive
of all form work, shuttering staging etc. The rate shall not, however, include reinforcement which
will be paid separately. Water proofing materials when specified and used shall also be paid for
separately.
5.0.0 SUPPLY, FABRICATION AND ERECTION OF STRUCTURAL STEEL WORKS
5.1.0 General:
In general all structural steel sections, plates, etc. to be used in the work shall be arranged by the
Contractor and shall conform to Grade-A of IS: 2062 (Latest Edition). The structural steel shall be
free from defects, loose mill scales, rust, pits etc. Rivet bars shall conform to IS: 1148-1982.

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 12 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

Structural steel works shall in general be fabricated by welding. Fabrication, erection and approval
of steel structure shall be in compliance with IS: 800. The work shall include supply, fabrication,
transportation to site and erection on prepared foundations/beds/columns etc.
5.2.0 Tests:
Manufacturer’s test certificates of the structural steel shall be supplied by the Contractor. Further
tests required if any as per decision of the Engineer-in Charge will be carried according to IS: 2062,
IS: 1521, IS: 1608. The cost of such tests shall be borne by the Contractor.
5.3.0 Fabrication:
The Contractor shall fabricate and erect the structural steel work as per construction drawings
supplied to him. All necessary fabrication drawings are to be prepared by the Contractor and the
same are to be submitted to the Engineer-in-Charge for approval well in advance before taking
fabrication in hand. The assembling will be done by welding unless otherwise specified. If any
modification is made in the design drawing during the course of execution of the job, the same
shall be carried out at no extra cost to the Owner.
5.4.0 Welding:
Welding fabrication of structural steel shall be on the lines given in IS: 800. Electrodes used for
strength welds shall conform to IS: 814 and IS: 815. They shall be of shape and size approved by
the Site Engineer. They shall be preserved from oxidation and shall be kept in a dry clean condition
as approved by manufacturer. The size of the weld and the position of the weld shall be entirely
as per the approved drawings or as directed by the Engineer-in-Charge. Design of welds, drawings,
permissible stresses in welds, welding in compression and tension members, welding in plate
girders, frames, lacing, battening, welding equipment, and electrodes shall be all as per IS: 823-
1964 and IS: 816-1969 (Code of practice for the use of metal arc welding for general construction
in mild steel). Welded fabrication of structural steel shall be on the lines given in IS: 800-1984.
The following instructions shall also be followed from point of view of workmanship:
5.4.1 Welders and work shall as far as possible be protected from wind and weather.
5.4.2 Welds shall be made in the flat position whenever possible.
5.4.3 Adequate steps shall be taken to maintain the correct arc length, rate of travel, current and
polarity for the type of electrode and nature of work.
5.4.4 Structural steel shall not be painted or oiled on areas where welding is to be done and shall be well
cleaned to remove any paint, scale, or rust and expose original clean metal surface immediately
before welding.
5.4.5 The member shall be securely held in position by means of tack welds, service bolts, clamps or jigs
before commencing welding so as to prevent any relative movement due to distortion, wind or
other causes. When wind or manual handling is liable to cause distortion, the work shall be
securely held in approved rams or jigs.
5.4.6 Freedom of movement of one member of the joint shall be allowed wherever possible. No butt
joint shall be welded without allowing one component freedom of movement of the order of 2mm
(about 1/12").
5.4.7 The sequence of welding shall be such that when possible, the members which offer greatest
resistance to compression are welded first.
5.4.8 The welding of a joint shall be so done that resulting tensile and compressive stresses produced by
each portion of the weld tend to balance each other. The step back method shall be adopted for
continuous runs.
5.4.9 Fusion faces may be cut to the required shape by shearing, chipping, machining or machine gas
cutting. Hand cutting by gas may be substituted for machine gas cutting only if the latter is
Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 13 of 17
इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

impracticable. The cutter shall be adequately guided so that the cut edge is clean and uniform. If
the fusion face is rough it shall be dressed by chipping, filling or grinding in a satisfactory manner.
5.4.10 Welds showing slag inclusions, porosity or lack of proper penetration shall be cut out and re-
welded. Overlap of the tee of weld and undercutting of the parent metal should be avoided and
where present to a serious extent shall be rectified.
5.4.11 All slag shall be removed from each run before another run is superimposed. When cold, the final
run shall be protected with clean bailed linseed oil and shall not be painted until approved by the
Site Engineer.
5.4.12 Grinding of finished weld is permitted provided the weld is not reduced below the prescribed
section.
5.4.13 All welds which have not been ground shall be scrubbed with a 10 percent, solution of
hydrochloric acid which shall be satisfactorily washed off with water before the paint is applied
unless alkali resisting paint is used.
5.4.14 The Contractor shall make all safety and health provisions for his welders as laid down in IS: 818.
Facilities shall be provided so that during the course of welding, the Engineer-in-Charge or his
representatives may be able to inspect any layer of weld metal. Defective welds shall be cut out
and re-welded. Only qualified welders shall be permitted to carry out the work, so that the
standard of workmanship is satisfactory.
5.5.0 Painting:
5.5.1 Painting of structural steel elements shall be as specified in relevant item in Schedule of Rates as
per the following combinations:
a) Two coats of synthetic enamel / aluminum paint over protective primer coat of red oxide zinc
chromate/zinc phosphate as per manufacturer’s recommendation as specified in SOR item.
b) Two coats of Epoxy paint of approved make over a coat of approved primer as per
manufacturer’s recommendation as specified in SOR item.
c) Primer shall be applied before erection and painting shall be done after erection. However,
touch up in primer shall be done before painting as per requirement without any additional
cost.
5.5.2 All steel surfaces, which have to be painted, shall be dry and thoroughly cleaned to remove all oil,
spatter, loose scale and loose rust etc. prior to application of paint.
5.5.3 The surfaces that are to be embedded/ in contact with concrete shall be given a coat of cement
wash. The surfaces that are in contact with ground, gravel or masonry work and subject to
moisture shall be given a bituminous coat.
5.5.4 Primer coat shall not be applied unless:
a) The surface has been wire-brushed, cleaned of loose scales, spatter, dust, oil, rust, etc.
b) Erection gaps between members, spots that cannot be painted or where moisture or other
aggressive agents may penetrate, have been filled with an approved type of oil putty.
c) Welds have been accepted.
6.0.0 PRE-CASTING R.C.C. BOUNDARY PILLARS
6.1.0 Moulds to cast R.C.C. boundary pillars may be manufactured from M.S. sheet or wooden. In case
of wooden moulds, it shall be got manufactured by the Contractor from the seasoned teakwood as
per the size and shape of the boundary pillars required to be casted as per the supplied drawing or
as per the instruction of Site Engineer/ Engineer-in-Charge.
6.2.0 The Contractor shall use the M.S. round bars reinforcement as per the IS specifications. The

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 14 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

respective item in SOR includes Supply, Cutting, Bending and Binding with 18 SWG binding wire,
placing in position as per the drawing.
6.3.0 Pre-casting of R.C.C. Boundary Pillars shall be done with Cement Concrete 1:1.5:3 (1 Cement: 1.5
Coarse Sand: 4 Graded stone aggregate of 20 mm nominal Size). The concrete mix specified shall
give the designated strength as mentioned in the IS: 456.
6.4.0 Batching & mixing of concrete shall be done as per Clause 4.7.0 amplified above in technical
specifications.
6.5.0 The pre-casting of boundary pillars should be carried out on hard surface like a big plain cement
concrete or wooden platforms. After thoroughly mixing the concrete shall be placed immediately
in the modules, ready with steel reinforcement and evenly tamped to avoid possibility of Honey
Comb Cement concrete. The pillar shall be finished to get smooth surface with sharp and perfect
edges. Engraving “ I O C – <PIPELINE NAME>” shall be done simultaneously and provision of 2 MO
holes at the bottom of the pillar shall also be kept for receiving 2 Nos. 12 mm dia, Dowel bars. The
casting shall be finished perfectly from all sides before placing in water pond for curing.
6.6.0 Pre-cast Boundary Pillars shall be kept immersed continuously for about 14 to 21 days in order to
achieve required strength of the cement concrete. A Large size tank/pond shall be arranged/
constructed for the purpose by the Contractor at his own cost & expenses.
6.7.0 Pre-cast Boundary Pillars shall be transported by the Contractor at his own cost to the required
locations and various crossing etc. without any damages and extra cost.
7.0.0 FABRICATION OF KM POST/ TP/ CROSSING MARKER/ TLPs
7.1.0 Pipeline Markers shall be fabricated from 80mm dia. Sch.-40 M.S. Pipes and shall be 2500mm long
as per drawing and/or instructions of Site Engineer/ Engineer-in-Charge. Numbering on KM post
shall be etched by Gas Cutting torch or as per instruction of site Engineer. These shall be replicas of
existing Kilometre Posts except for particular KM number. The pipe shall be perforated (1/2” hole)
at least at 5 places.
7.2.0 Test Lead Points (TLPs) shall be replicas of existing Vandal proof TLPs on the mainline of SMPL
except for colour. Paint colour shall be as per use at Mainline or Loop line and accordingly Site
Engineer shall instruct the same.
7.3.0 Turning Point/ Crossing Markers shall be fabricated as per the instructions given for Kilometre
Post. Turning Point shall have suitable angle and arrow mark on the top. Crossing Markers shall be
similar but shall be marked with ‘PX’ for pipe crossing locations and ‘CX’ for cable crossing
locations.
7.4.0 Fabricated Kilometre Posts and Pipeline Markers shall be transported by the Contractor at his own
cost to the required locations and various crossing, etc. without any damages and extra cost.
8.0.0 EMBEDDING IN PCC 1:2:4
8.1.0 Boundary Pillars, Kilometre Posts and Pipeline Markers shall be embedded/ installed in the
excavated foundation pits in Plain Cement Concrete of mix 1:2:4 (1 Cement: 2 Coarse Sand: 4
Graded broken stone aggregates 40mm nominal size) required size as per drawing or as per
direction of Site Engineer/ Engineer-in-Charge. The boundary pillars with its engraved face “IOC–
SMPL” shall always face towards laid pipelines. The pillars should be fixed in line, level and
alignment as directed by the Site Engineer.
8.2.0 Batching & mixing of concrete shall be done as per clause 4.7.0 amplified above in technical
specifications.
8.3.0 The curing of concrete shall be done at least for 7 days. Cement concrete shall not be disturbed
after initial setting has started.

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 15 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

9.0.0 PAINTING OF BP, VALVES, TP, TLP, KM POST & VENT PIPES
9.1.0 Necessary surface preparation shall be carried out before painting Boundary Pillars, Valves,
Turning Points, Test Lead Point Boxes, Kilometre Posts, Vent Pipes, etc.
9.2.0 Soil, dust, mud, etc. shall be thoroughly cleaned from the surface of Boundary Pillars with suitable
wire brush and the pillar shall be washed with water. These shall be painted with white enamel
paint.
9.3.0 For painting of Kilometre Post, Turning Point, Vent Pipe, etc. hard wire brush and sand paper shall
be used for cleaning the rust and blisters on the surface and after thorough cleaning, one coat of
Red Oxide primer shall be applied before applying one coat of Yellow synthetic enamel paint.
9.4.0 During cleaning of TLPs, the TLP boxes shall be opened and the soil/ dirt inside the TLP boxes shall
be cleaned without disturbing the wire connections. New Allen screws shall be replaced of the
same size, during cleaning.
9.5.0 The surface of valves shall be thoroughly cleared and all the dust, rust, dirty scales, smoke and
grease shall be thoroughly removed before painting. It should be rubbed down with sand paper
and other abrasive materials. Ready mixed paint as received from the manufacturer without any
additive shall be used uniformly over all surfaces.
9.6.0 The primer shall be Red Oxide Zinc Chromate Primer of reputed brands viz. SHALIMAR/ BERGER/
ASIAN PAINTS/ ICI or equivalent. One coat of primer shall be applied over the cleaned surface.
9.7.0 Synthetic Enamel paints in two coats of approved brand and shade as specified shall be applied on
the primed surfaces. Dry film thickness of each coat shall be as per Manufacturer’s specification.
Subsequent coat of paint shall only be applied after totally drying of one coat.
10.0.0 PAINTING OF CP STATION/ VALVE ENCLOSURE FENCING
10.1.0 Painting job includes minor repair and welding job like welding of door hinge or support piece for
strengthening of structure, cleaning of the fencing area.
10.2.0 Before painting necessary surface preparation shall be carried out. Aluminium paint shall be
applied over single coat of red oxide primer. The painting shall be provided for the chain-link
fencing, door, associated structures like energy meter, etc., if any.
10.3.0 The contractor shall supply all the material required for above job including labour, tools & tackles,
etc.
11.0.0 PAINTING SIGN/ WARNING BOARDS
11.1.0 Painting of signboards shall involve removal of old painting and preparation of uniform
background on either side of the signboards before painting letters/ pictures/ signs/ telephone
numbers.
11.2.0 Painting of letters/ pictures/ signs/ telephone numbers shall be error free, legible and attractive.
12.0.0 VANDAL PROOF TLP BOX
Vandal Proof Test Lead Points (TLP) Box shall be fabricated by using M.S. Plates as per the attached
drawings & details given below:
12.1.0 For the side plates, on which 15mm diameter copper nut bolts to be fixed, shall be of minimum
thickness 8mm.
12.2.0 For top, bottom, cover and back plate 6mm thick M. S. Plates shall be used.
12.3.0 For fixing the front cover back up strip of 15mm wide plate, 6mm thickness shall be welded in the
box all around as shown in the drawing. 06 (Six) Nos. threaded holes shall be kept in this strip to fix
covert with Allen screws of 4mm with appropriate length.

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 16 of 17


इं डियन ऑयल कॉर्पोरे शन डलडिटेि INDIAN OIL CORPORATION LIMITED
उत्तरी क्षेत्र पाइपलाइन्स Northern Region Pipelines
पानीपत Panipat

12.4.0 In front plate proper groove shall be made so that Allen screw heads may not remain out of the
plate face. If required welded collar shall be provided on plate to keep screw heads covered from
sides.
12.5.0 For insulting washer, Bakelite shall be used. Thickness of washer shall be minimum 2.5mm with
appropriate diameter of hole and outside diameter as per bolt head and nut.
12.6.0 Insulating sleeve on bolt shall be of Bakelite/ PVC with 15mm inside diameter and wall thickness of
2.5mm. Length of sleeve shall be 4.5mm.
12.7.0 Nut bolts shall be made of good quality copper with good mechanical strength. Bolt shall be of full
thread (BSW). Each bolt shall have two nuts. Nuts and bolt head shall be hexagonal. One spring
washer shall also be provided.
12.8.0 Welding of front cover fixing back up strip shall be carried out from inside before finally welding
the back cover plate of TLP box.
12.9.0 Rubber gasket for front cover shall be of good quality. It shall not deteriorate up to temperature of
80 0C.
12.10.0 For fixing 2” G.I. pipe with TLP box, one cap of appropriate size with pipe thread in 2” hole at the
bottom shall be fabricated. This cap shall be welded with bottom box plate. Bottom plate of TLP
shall have a centre hole of 2.5” diameter.
12.11.0 2” Pipe and lugs shown in the drawing shall not be provided by the supplier. However, Pipe thread
in bottom cape shall be checked by fixing 2” G.I. pipe commercially available in market.
12.12.0 TLP box shall be painted with one coat of Zinc Chromate primer and two coat of Epoxy Base paint
of ORANGE colour.

Tender No. PNP17130 Chapter VI - Technical Specifications Page No. 17 of 17


Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

CHAPTER – VI

TECHNICAL SPECIFICATIONS

ANNEXURE – 1 TECHNICAL SPECIFICATIONS FOR ELECTRICAL / CATHODIC PROTECTION WORKS

Tender No. PNP17130

Chapter-VI Technical Specifications (Annexures)


GENERAL CONDITIONS OF CONTRACT

INDIAN OIL CORPODATION LIMITED


(PIPELINES DIVISION)

REVISED ON 08.01.2003
INDEX

Sl HEADING PAGE
No NO.
1. Section – 1 : Definition 1
2. Section – 2 : General 5
3. Section – 3 : Materials, Labour & Equipment 17
4. Section – 4 : Performance of Work 26
5. Section – 5 : Inspection, Testing & Quality Assurance 38
6. Section – 6 : Measurements & Payments 47
7. Section – 7 : Termination 57
8. Section – 8 : Miscellaneous 61
9. Section – 9 : Arbitration & Alterative Dispute Resolution Machinery 69
10. Section – 10 : Safety Code 71
11. Appendix – I to General Conditions of Contract: 76
Contractors’ Labour Regulations
12. Appendix – II to General Conditions of Contract: 82
Model Rules for Labour Welfare
13. Appendix – III to General Conditions of Contract: 86
Safety Code
14. Instruction to Tenderers 114
15. Performa of Declaration of Blacklisting / Holiday Listing 122
16. Equipment Questionnaire 123
17. Experience Questionnaire 124
18. Form of Tender(For Price Bid) 125
19. Form of Tender(For Commercial Bid) 127
20. Information about Tenderer 129
21. Form of Contract 130
22. Form of Bank Guarantee in Lieu of EMD 133
23. Form of Bank Guarantee in Lieu of Security Deposit / Initial Security 135
Deposit.
24. Form of Bank Guarantee to cover Lumpsum Advance (Mobilisation) 137
SECTION 1

DEFINITIONS

1.0.0.0 The following expressions hereunder and elsewhere in the Contract Documents used, unless
repugnant to the subject or context thereof, shall have the following meanings hereunder
respectively assigned to them, namely:

1.1.0.0 “Acceptance of Tender” shall mean the Acceptance of Tender issued by the OWNER to the
CONTRACTOR, and shall include a letter, telegram or fax of acceptance or other notification
of award of work, and a detailed Letter of Acceptance.

1.2.0.0 “Approval” shall mean the written and signed approval of the OWNER or of Engineer-in-
Charge or Consultant authorised in this behalf by the OWNER, and with respect to a plan or
drawing shall include an approval in Code 2, subject to the limitation(s) specified in such
approval.

1.3.0.0 “Approval in Code 2” shall mean an approval to proceed with the work covered by plans or
drawings subject to certain limitation(s) as specified in such approval.

1.4.0.0 The “Contract” shall mean the agreement between the parties as derived from the Contract
Documents.

1.5.0.0 The “CONTRACTOR” shall mean Individual, Agency, Firm or Company (whether
incorporated or not) selected by the OWNER for the performance of the Contract and shall
include its legal representatives, successors and permitted assigns.

1.6.0.0 The “Contract Documents” shall mean the contract documents as defined in Article 1 in the
Form of Contract.

1.7.0.0 “Completion” or “Final Completion” shall mean the successful provision of all materials and
inputs and the successful completion and conclusion of all activities required in all respects to
complete the contractual works in accordance with the contract, but shall not include the
obligation to rectify defects during the Defect Liability Period.

1.8.0.0 “Completion Certificate” shall mean the Completion Certificate issued by the Engineer-in-
Charge in accordance with the provisions hereof.

1.9.0.0 “Commissioning” of a Plant or Unit shall mean pressing into service the unit(s), equipment(s),
vessels, pipeline(s), machinery and systems and sub-systems comprising the Plant, in
accordance with the approved Operation Manual and as per procedures recommended by the
Designer/Process Licensor or Supplier thereof, and approved by the OWNER, after successful
trial runs of the Plant/Unit.

1.10.0.0 “Consultant” shall mean the Consultant appointed by the OWNER for the Project or the Works.

1.11.0.0 “Consumables” shall mean all items which are consumed in the execution of the Work, without
being directly incorporated in the Work, such as fuel, electricity, water, POL, welding rods,
electrodes and utilities.

1.12.0.0 “Defect Liability Period” shall mean the defect liability period as specified in the Contract.

1.13.0.0 The “Engineer-in-Charge” shall mean the Engineer or other officer of the OWNER, Consultant
or other organisation for the time being nominated by the OWNER in writing to act as
Engineer-in-Charge for the purpose of the Contract or any specific works.

1
1.14.0.0 “Final Certificate” shall mean the final certificate issued by the Engineer-in-Charge in
accordance with the provisions hereof.

1.15.0.0 “General Manager” shall mean the Executive Director, General Manager or other Chief
Executive (howsoever designated) of the Project to which the Contract relates, and if there is no
such separate Chief Executive, shall mean the Executive Director (if any) or the General
Manager, as the case may be, of the Refinery, Unit or Department of the OWNER to which the
Project relates.

1.16.0.0 “Guarantee tests” shall mean all tests, undertaken after the Plant goes into operation and has
stabilized, for ensuring that the functioning of the Plant meets all guarantees, as regards
throughput, quality and magnitude/quantity of output, at the final stage as well as at the
stipulated interim stages of operation/process, as well as in respect of consumption of utilities,
chemicals and catalysts, etc.

1.17.0.0 “Job Site” shall mean any site at which the work is to be performed by the CONTRACTOR, and
shall include a part or portion of the job site.

1.18.0.0 “Manuals” shall mean the Erection and Installation Manual of the various equipment and
machinery forming part of the Work(s) or Plant(s)/Unit(s) as well as the Operation and
Maintenance Manuals thereof.

1.19.0.0 “Materials” shall mean all materials, plant, machinery, instruments, components, equipments,
sub-assemblies and assemblies, parts, spares and other items or things required for permanent
incorporation in the works.

1.20.0.0 “Mechanical Completion”, as applied to a Plant or Unit, shall mean the completion of civil
works, erection, aligning and grouting of all mechanical and electrical equipment and piping,
hydrostatic and other testing of all storage tanks, vessels, piping etc., all electrical and all utility
connections to the equipment, mounting and fixing of all instruments, control systems and
connecting them as required, testing and trial runs of all equipment on “no-load” and bringing
the Plant to a state of readiness for pre-commissioning.

1.21.0.0 “Notified Claim” shall mean a claim of the CONTRACTOR notified in accordance with the
provisions of Clause 6.6.1.0 hereof.

1.22.0.0 “Order” and “Instruction” shall respectively mean any written Order or Instruction given by the
Engineer-in-Charge or Site Engineer within the scope of their respective powers in terms of the
Contract.

1.23.0.0 The “OWNER” shall mean Indian Oil Corporation Limited, a company incorporated in India
and having its registered office at G-9, Ali Yavar Jung Marg, Bandra (East), Mumbai-400 051
and shall include its successors and assigns.

1.24.0.0 “Plans” and “Drawings” shall mean and include all technical documentation such as maps,
sketches, designs, drawings, plans, details, charts, schedules, tracings, prints, computer outputs,
printouts, and manuals, relating to the work forming the subject matter of the contract, including
but not limited to those forming part of the Tender Documents, Offer Documents, and working
drawings and details, together with amendments/alterations/revisions/modifications thereto, as
may have been approved by and/or furnished by the OWNER, the Engineer-in-Charge and/or
the Consultant, as well as “As-Built” drawings to be submitted by the CONTRACTOR, as
required under the contract.

1.25.0.0 “Pre-commissioning” shall mean the activities to be taken up before the taking up of Start-up,
Commissioning and trial runs of the Plant/Unit, and shall include, without being limited to, all
operations such as checking of all systems, subsystems, piping and vessels, flushing with air,
water and steam, air-blowing and steam-blowing, system pressure and leak tests, purging with
inert gas as required, checking all electrical equipment for earthing, resistances, operability tests
and cold run on all operating equipment, vessels and systems individually and in combination,
integration of all control systems with one another and with the main control system, and

2
completion of all operations detailed under the head, “COMPLETION OF CONSTRUCTION”
in API-700.

1.26.0.0 “Progress Schedule” shall mean the Progress Schedule established by the CONTRACTOR and
approved by the Engineer-in-Charge for completion of the work(s) within the time schedule in
accordance with the provisions hereof and failing such Progress Schedule, shall mean the
Progress Schedule established by the Engineer-in-Charge in accordance with the provisions
hereof.

1.27.0.0 “Performance Test(s)” shall mean all tests meant to ensure that the Plant(s)/Unit(s) is/are in all
respects in accordance with the requirements of the Contract and that the Plant functions
properly and smoothly, in all respects as per the approved design parameters, within the
permissible tolerances, and satisfies all the stipulated operating parameters, and will include the
Guarantee Tests.

1.28.0.0 “Project” shall mean the project embracing the work(s) forming the subject matter of the
Contract.

1.29.0.0 The “Site Engineer” shall mean the Engineer(s)/Officer(s) for the time being designated by the
Engineer-in-Charge as his representative(s) in writing, and authorized by him to assist him in
performing his duties and functions for the purpose of the Contract.

1.30.0.0 “Plant” or “Unit” shall mean the grouping of and assembly of systems, subsystems, machinery,
equipment, piping and associated facilities, designed to function as a cognizable part of the
Project Facility whether alone or in conjunction with other Plants/Units and Facilities.
(Examples: Distillation Unit, Reformer Unit or Desulphurisation Unit.).

1.31.0.0 “Schedule of Rates” or “Price Schedule” shall mean the Schedule of Rates or Price Schedule
annexed to the Acceptance of Tender, and shall also include a lump sum price.

1.32.0.0 The “Specification(s)” shall mean the various specifications as set out in the Specifications
forming part of the Tender Documents and as referred to and derived from the Contract and any
order(s) or instruction(s) thereunder, and in the absence of any specifications as aforesaid
covering any particular work or part or portion thereof, shall mean the Specifications and Codes
of the Bureau of Indian Standards and other Organizations, including but not limited to British
Standards Institution, ASTM, ASME, ANSI, API, AWS, AWWA, NACE, HEI, IEC, IBR,
IEEE, EIL, CPWD, etc, with such modifications as may be applicable for the particular part(s)
of the Contract, as decided by the Engineer-in-Charge and as per Standard Engineering and
Industry Practice and/or as directed by the Engineer-in-Charge.

1.33.0.0 “Security Deposit” shall mean the Security Deposit as specified in Clause 2.1.0.0 hereof and
associated clauses thereunder.

1.34.0.0 “Subsystems” shall mean the further breakdown of a System into its subsections and sub-
components, each designed to fulfill a precisely demarcated function or role in the working of
the system. (Example: Demineralistion of boiler feedwater and fuel injection for boilers for the
Steam Generation system).

1.35.0.0 “Start-up” shall mean all activities required to be performed after pre-commissioning and prior
to trial operation and shall include final pre-commissioning inspection and check out of
equipment, vessels and system(s) and supporting sub-system(s), initial operation of complete
equipment and systems within the Plant/Unit to obtain necessary pre-trial operation data,
confirmation and correction of calibration, shutdown inspection and adjustment and other steps
required to be taken prior to and enable commissioning/trial operation.

1.36.0.0 “System” shall mean the breakdown of the Plant or Unit into specific sections and components;
each designed to fulfil a precisely demarcated function or role in the working of the Plant/Unit
(Examples: Fresh water system, circulating water system, steam and power generation and
distribution systems, fuel system, effluent system in a Power Plant.)

3
1.37.0.0 “Time Schedule” shall mean the Time Schedule for final completion of the Works or
Mechanical Completion of the Plant(s)/Unit(s), as the case may be, incorporated in the Contract
or as may be extended by the OWNER or Engineer-in-Charge pursuant to the provisions hereof
and shall include interim time schedules set up for achieving interim/phase-wise/stage-wise
progress/completion/testing/commissioning/handing over, as may be prescribed by the
OWNER/Engineer-in-Charge, within the overall Time Schedule as originally envisaged or as
extended.
1.38.0.0 The “Total Contract Value” shall, upto calculation of the entire remuneration due to the
CONTRACTOR in terms of the contract on successful completion of the work, mean the Total
Contract Value as specified in the Acceptance of Tender, and after calculation of the entire
remuneration due to CONTRACTOR under the contract on successful completion of the
contract, shall mean the totality of such remuneration.

1.39.0.0 “Utilities” shall mean power, electricity, gas and other sources of energy, water, earth and other
things whatsoever (other than materials and consumable(s)) required for or in the performance
of the work(s).

1.40.0.0 “Work”, “Scope of Work”, “Service”, and “Scope of Services” shall mean the totality of the
work, services and activities to be performed or undertaken and the totality of the
responsibilities to be discharged, as envisaged by expression or implication in the contract and
shall include all inputs required for such performance and discharge including (but not limited
to) know-how, design/engineering inputs, preparation and supply of drawings and details,
project management (including pre-construction activities, tendering, procurement, inspection
and expediting), construction supervision, pre-commissioning, start-up and commissioning and
supply of consumables, labour, construction and other requisite machinery and equipment,
utilities and inputs required for, relative or incidental to and/or in connection with the
performance of the contract upto completion (including testing, commissioning, handing over,
troubleshooting, rectification, maintenance and defect liabilities).

4
SECTION – 2

GENERAL

2.0.0.0 INTERPRETATION OF CONTRACT DOCUMENTS:

2.0.1.0 Singular and Plural: Where the context so requires, words imparting the singular also include
the plural and vice versa.

2.0.2.0 Masculine and feminine: Where the context so requires, words imparting the masculine gender
shall also include the feminine gender and the neuter gender and vice versa.

2.0.3.0 Meanings: Unless expressly stipulated to the contrary in this contract: (i) the words
“direction(s)/directed”, “instruction(s), /instructed,” “order(s) /ordered,” “requirement(s)/
required”, “permission(s) /permitted”, “approval(s) /approved”, shall mean the written
directions, instructions, orders, requirements, permissions or approvals, as the case may be, of
the OWNER or of the Engineer-in-charge. (ii) The words “as felt”, “considered necessary”,
“acceptable”, “desirable” or “satisfactory”, shall mean that the OWNER or Engineer-in charge
feels or considers that the particular thing is necessary, acceptable, desirable, or satisfactory, as
the case may be.

2.0.4.0 Language: All documents pertaining to the contract, including drawings, manuals and any other
writings shall be in the English Language. The translations, if any, in Hindi or any other
language, as may be furnished by the OWNER of any of the documents forming the contract,
shall not anywise operate as the contract between the parties or regulate upon the terms and
conditions of the Contract Documents with the intention that all rights and obligations of the
parties in terms of Contract Documents and any reference to the Contract or Contract
Documents or any of them shall be deemed the rights and obligations arising out of the Contract
Documents as written in English and / or Contract or Contract Documents or any of them as
written in English; and no claim, dispute, difference or other objection will lie or will be
entertained by the OWNER on account of any difference in the import or interpretation
between any provision in the Hindi or any other language translation of the Contract
Documents or any of them and the Contract Documents in English.

2.0.5.0 Measurement Units: The metric system of measurement units shall be used in the contract,
unless otherwise expressly stipulated.

2.0.6.0 The several Contract Documents forming the contract are to be read together as a whole and are
to be taken as mutually explanatory.

2.0.7.0 Should there be any doubt or ambiguity in the interpretation of the Contract Documents or error,
omission or contradiction therein or in any of them, the CONTRACTOR shall, prior to
commencing the relative work, apply in writing to the Engineer-in-Charge for his decision in
resolution of the doubt, ambiguity or contradiction or correction of the error or omission, as the
case may be. Should the CONTRACTOR fail to apply to the Engineer-in-Charge for his
decision, as aforesaid, prior to commencing the relative work, the CONTRACTOR shall
perform the said work at his own risks, and the provisions of Clause 2.0.10.0 hereof shall apply
to any such work performed by the CONTRACTOR

2.0.8.0 Notwithstanding anything provided in Clause 2.0.7.0 hereof above, either the CONTRACTOR
or the Site Engineer may at any time prior to, during or after the execution of the work or any
part thereof (if the CONTRACTOR has failed to make an application as provided for in Clause
2.0.7.0) apply to the Engineer-in-Charge in writing for his decision in resolution of any doubt,

5
ambiguity or contradiction, in the Contract Documents or any of them of the correction of any
error or omission therein, as the case may be.

2.0.9.0 The decision of the Engineer-in-charge or any application under Clause 2.0.7.0 or Clause 2.0.8.0
hereof shall be in writing and shall be final and binding upon the CONTRACTOR and shall
form part of the Contract Documents, with the intent that the Contract Documents shall be read
as though the said decision is and was at all times incorporated therein.

2.0.10.0 In the event of the CONTRACTOR having already performed or executed any work at
variance with the decision of the Engineer-in-Charge as aforesaid, then, notwithstanding
payment in respect of such work having been made to the CONTRACTOR, such work shall be
deemed to be a defective work and the provisions of Clause 5.1.4.0 hereof and associated
clauses thereunder shall apply thereto.

2.0.11.0 Any work shown, indicated or included in the job Description, Plan(s), Drawing(s),
Specifications and / or Schedule of Rates shall be deemed to form part of the work,
notwithstanding failure to show, indicate or include such work in any other or others among the
Documents aforesaid with the intent that the indication or inclusion of the work within any one
of the said documents shall be deemed to be a sufficient indication or inclusion of the work
within the work covered by the contract.

2.0.12.0 No verbal agreement, assurances, representations or understanding given by any employee or


officer of the OWNER or so understood by the CONTRACTOR, whether given or understood
before or after the execution of the contract, shall anywise bind the OWNER or alter the
Contract Documents unless specifically given in writing and signed by the a person
specifically authorised by the OWNER and given as an Agreed Variation to the relative term(s)
in the Contract Documents.

2.0.13.0 Clause headings given in this or any other Contract Document are intended only as, a general
guide for convenience in reading and segregating the general subject of the various clauses, but
do not form part of the Contract Documents, with the intent that the clause headings shall not
govern the meaning or importance of the clauses thereunder appearing or confine or otherwise
affect the interpretation thereof.

2.0.14.1 In case of irreconcilable conflict in non technical matters between the provisions in the separate
contract documents concerning or governing the same aspect precedence shall be given to the
provisions contained in the documents mentioned below in the order in which they are set out
below:
1. Formal Contract
2. Acceptance of Tender
3. Price Schedule annexed to Letter of Acceptance
4. Agreed Variations annexed to the Letter of Acceptance
5. Addenda to the Tender documents
6. Special Conditions of Contract
7. Special Instructions to Tenderers
8. General Conditions of Contract
9. Instructions to Tenderers

A variation or amendment issued after the execution of the formal contract shall take
precedence over the formal contract and all other Contract Documents.

6
2.0.15.0 In case of irreconcilable conflict in technical matters between the provisions in two separate
contract documents concerning or governing the same aspect, clauses 2.0.7.0 and 2.0.8.0 shall
be applied.

2.1.0.0 SECURITY DEPOSIT:

2.1.1.0 The CONTRACTOR shall furnish Security Deposit in the amount equivalent to 10% (ten
percent) of the total contract value. Such Security Deposit is to be held by the OWNER as
security for the due performance of the CONTRACTOR's obligations under the contract.

2.1.1.1 The Security Deposit shall be made up of the Initial Security Deposit, and the Retention
Monies, of a sum equal to 10% (ten percent) of the total (gross) value of each bill, up to and
until the recovery of full Security Deposit to the extent specified in Clause 2.1.1.0 hereof is
achieved. The deductions for the retention money(ies) will be stopped after the Security Deposit
limit of 10% (ten percent) of the Total Contract Value is reached, unless otherwise required in
terms of Clause 2.1.1.6 hereof.

2.1.1.2 The CONTRACTOR shall, within 10 (ten) days of the receipt of Acceptance of Tender issued
by the OWNER, deposit Initial Security Deposit in an amount equal to 2.5% (Two and one half
percent) of the total contract value as aforesaid, in one or more of the following modes, subject
to the stipulation(s) contained in the said Acceptance by the OWNER:

a) by Demand draft/Pay Order drawn on a Banking Branch of a Nationalised/Scheduled Bank


payable to the OWNER at the location where the Office of the OWNER is situated.
(cheques shall not be accepted).

b) If the Earnest Money Deposit has been made in cash or by Demand Draft, the
CONTRACTOR may be permitted to adjust the same towards part of the Initial Security
Deposit and pay the balance in the manner stipulated at (a) above.

c) By Bank Guarantee(s) in the prescribed form as included in the Tender Documents, from a
Scheduled Bank in India acceptable to the OWNER, provided the amount covered by such
Bank Guarantee is not less than Rs.1,00,000/- (Rupees One Lakh only). This Bank
Guarantee shall be valid upto a period of 3 (three) months beyond the end of the Defects
Liability period.

2.1.1.3 The CONTRACTOR will be permitted to furnish a Bank Guarantee for the full Security
Deposit of 10% (ten percent) of the Total Contract Value, in advance, in which case, no Initial
Security Deposit will be required to be furnished and no deductions shall be made from his
running bills towards Retention Money, except as may be required in terms of clauses 2.1.1.1
and 2.1.1.6 hereof.

2.1.1.4 The CONTRACTOR may, at any time and from time to time, during the course of or after
completion of the work, with the permission of the OWNER, substitute his cash security
deposit, including retention money(ies) deducted from his bills and lying with the OWNER, by
Bank Guarantee(s) in the prescribed proforma from a Scheduled Bank in India acceptable to the
OWNER and withdraw the equivalent cash amount(s), provided the amount covered by any
such Bank Guarantee is not less than Rs.1 lakh (Rupees One lakh only).

2.1.1.5 The Earnest Money deposited by the CONTRACTOR along with his Tender shall, unless it has
been adjusted in accordance with clause 2.1.1.2(c) above, be refunded by the OWNER, after the
Initial Security Deposit or the full Security Deposit, as the case may be, has been deposited by
the CONTRACTOR.

2.1.1.6 If at any time during the course of the work, the gross value of the work, as reflected by the
Running Bills submitted by the CONTRACTOR has in the opinion of the OWNER (which

7
shall be final and binding on the CONTRACTOR), exceeded or is likely to exceed the Total
Contract Value indicated in the acceptance of Tender, the CONTRACTOR shall be bound to
pay further Security Deposit as will make up the total Security Deposit to 10%(ten percent) of
the then anticipated Contract Value, failing which the OWNER shall be at liberty to make such
deductions towards Retention Money(ies) from the CONTRACTOR’s Running Bills, and
will, at all times, ensure that the Security Deposit does not fall below 10% (ten percent) of the
gross value of the work, as reflected by the gross payments made to the CONTRACTOR,
without taking into account any deductions. If the shortfall in Security Deposit is discovered
after completion of the work, the shortfall shall be made good by the CONTRACTOR on
demand from the OWNER, failing which, it will be recovered from any money(ies) due to the
CONTRACTOR from the OWNER under this contract and/or any other contract with the
OWNER.

2.1.1.7 If after completion of the work, the Total Contract Value falls below the Total Contract Value as
indicated in the Acceptance of tender, such that the total Security Deposit (made up of initial
Security Deposit and Retention Money(ies) or otherwise) in the hands of the OWNER is in
excess of the Total Security Deposit calculated at 10% (ten percent) of the reduced contract
value, such excess amount, as is in the form of cash in the hands of the OWNER, shall be
refunded to the CONTRACTOR alongwith the Final Bill. If the Security Deposit furnished by
the CONTRACTOR to the OWNER in the form of Bank Guarantees is in excess of the full
Security Deposit calculated on the contract value, by over Rs.1 lakh, the CONTRACTOR shall
be permitted to replace the Bank Guarantee(s) already submitted, by Bank Guarantee(s) to
cover the reduced value of Security Deposit.

2.1.1.8 The Security Deposit shall be held by the OWNER as security for the due performance of the
CONTRACTOR's obligations under the Contract, PROVIDED that nothing herein stated shall
make it incumbent upon the OWNER to utilize the Security Deposit in preference to any other
remedy which the OWNER may have, nor shall be construed as confining the claims of the
OWNER against the CONTRACTOR to the quantum of the Security Deposit.

2.1.1.9 The Security deposit including the Earnest Money / Retention money(ies), and other withheld
amounts from the Running Account Bill(s), if any, at any time remaining in the hands of the
OWNER, shall be free of any liability for payment of any interest to the CONTRACTOR.

2.1.1.10 Upon determination of the contract prior to completion of work(s) for any cause, the OWNER
shall in so far as the Security Deposit constitutes cash refund and in so far as the Security
Deposit is in any other form, release/discharge/return, as the case may be, to CONTRACTOR,
the unutilized balance of the Security Deposits, if any, for the time being remaining in the hands
of the OWNER after settlement of accounts and discharge of all amounts due from the
CONTRACTOR to the OWNER and fulfillment of all obligations of the CONTRACTOR.

2.1.2.0 In case Mobilisation Advance is paid to the CONTRACTOR under the provisions of Clause
6.4.6.0 hereof, it shall be permissible for the CONTRACTOR to furnish a Composite Bank
Guarantee to cover both Mobilisation Advance as well as Retention Monies forming part of the
Security Deposit, which shall be subject to the following conditions:

a) The Composite Bank Guarantee will be for a value equivalent to the advance or 10% (ten
percent) of the Total Contract Value, whichever is greater, and shall be kept valid upto 3
(three) months beyond the expiry of the Defect Liability Period;

b) In addition, Initial Security Deposit shall be payable as laid down in Clause 2.1.1.2 hereof;

c) Recoveries will be effected from each Running Account Bill at the rate of 10% (ten
percent) of the gross bill value, till the entire Mobilisation Advance (together with interest
accrued thereon) is fully recovered;

8
d) Initially, the composite Bank Guarantee will be entirely reckoned towards Mobilisation
Advance and progressively, the portions of Composite Bank Guarantee, vacated by the
recoveries effected towards Mobilisation Advance, shall be reckoned towards Security
Deposit, such that after the Mobilisation advance stands fully recovered with interest
accrued thereon, the entire composite Bank Guarantee shall be reckoned to cover the
Security Deposit for the Work. The Initial Security Deposit furnished by the Contractor
under (b) above shall be refunded / returned after recovery of Mobilisation Advance is
effected from the R.A. Bills upto an aggregate amount equivalent to the Initial Security
Deposit.

e) All the other stipulations hereof in respect of Security Deposit shall apply.

2.1.3.0 The CONTRACTOR shall from time to time at the request of the OWNER suitably extend the
validity of any Bank Guarantee (whether furnished by way of initial Security Deposit, Security
Deposit or composite Bank Guarantee) or to secure any advance for such period(s) as may
from time to time be required by the OWNER failing which, without prejudice to any other right
or remedy available to the OWNER, the OWNER shall be entitled to encash the Bank
Guarantee.

2.2.0.0 PLANS, DRAWINGS, SPECIFICATIONS AND APPROVALS TO BE FURNISHED BY


THE OWNER

2.2.1.0 Plan(s) and drawing(s) and other information forming part of the Tender Documents shall
constitute only a general guidance to enable the CONTRACTOR to visualise the work and/or
supplies contemplated under the Contract. These have been prepared and released in good faith
on the basis of information available to the OWNER. The OWNER assumes no responsibility as
to the correctness thereof, and the CONTRACTOR is expected prior to tendering to have
undertaken a complete and independent survey and to have made his own study of all factors
relevant to the performance of the work or making the supplies.

2.2.2.0 Detailed working plan(s), drawing(s), any specification(s) and approval(s) required to be
furnished by the OWNER for the actual execution of the work, shall be furnished from time to
time as and when required during the execution of the work.

2.2.3.0 It shall be the exclusive responsibility of the CONTRACTOR to call upon the Engineer-in-
charge (in respect of approvals to be furnished by the OWNER) for and to pursue and obtain
from the Engineer-in-Charge any plan(s), drawings(s), specification(s) or approval(s) required
to be furnished to the CONTRACTOR under the contract for the proper execution of the work
or any particular item or job therein or the making of any supply, as the case may be, as and
when required, sufficiently in advance of the stage of delivery of the materials or of the
commencement or progress of the work for the performance or continuance of which the same
shall be required. Any failure by the CONTRACTOR to do so shall be entirely at the risks and
costs of the CONTRACTOR and shall not constitute a ground for the extension of time, unless
the Engineer-in-Charge shall fail to provide the CONTRACTOR plan(s), drawing(s),
specification(s) or approval(s) or disapproval(s)as the case may be within 15 (fifteen) days of
notice by the CONTRACTOR to the Engineer-in-charge specifically stating the drawing(s),
specification(s) or approval(s) which is/are pending, the period for which it/they are pending,
the reason(s) for which they are pending, and that the notice is being given pursuant to the
provisions of this clause on the clear understanding that if the plan(s), drawing(s),
specification(s), or approval(s) or disapproval(s), is/are not granted within 15 (fifteen) days, the
CONTRACTOR will be making claim for deemed approval pursuant hereto. If thereafter, said
notice notwithstanding, the approval or disapproval, as the case may be, is not granted within 15
(fifteen) days, the relative approval(s) in Code 2 shall be deemed to have been granted, and the
relative approval shall at the request of the CONTRACTOR be certified thereon by the General

9
Manager, and the CONTRACTOR shall proceed with the work accordingly, without
entitlement to any extension of time on this account.

2.2.4.0 The CONTRACTOR shall carefully study the plans/drawings furnished to him, in conjunction
with all other connected plans/drawings and other Contract documents and shall bring to the
notice of the Engineer-in-Charge for clarification/correction any ambiguity, error, discrepancy,
contradiction or omission therein prior to the execution of the related work (s) or undertaking
the related supply (ies) as the case may be, and the provisions of Clause 2.0.9.0 hereof shall
mutatis mutandis apply to such clarification or correction.

2.2.4.1 Any work performed by the CONTRACTOR in absence of or contrary to such clarification/
correction, shall be at the CONTRACTOR’s risks and responsibilities and the provisions of
Clauses 2.0.10.0 and 5.1.4.0 hereof and associated clauses thereunder with respect to defective
works shall apply thereto.

2.2.5.0 Notwithstanding anything to the contrary in the Contract Documents expressed or implied, and
notwithstanding the absence of any ambiguity, error, discrepancy, contradiction or omission in
the plans / drawings as aforesaid, the OWNER shall be entitled at any time before or during
execution of the related work(s) to amend / modify or alter any plan(s), drawing(s) or
specifications furnished to the CONTRACTOR by the OWNER and the CONTRACTOR
shall thereafter perform and / or continue to perform the related work(s) according to the
amended / modified / altered plans / drawings/ specifications without entitlement to any extra
remuneration and should the CONTRACTOR execute any relative work(s) at variance
therewith (notwithstanding that the CONTRACTOR shall have already been made any
payment in respect thereof), the provisions of Clause 5.1.4.0 hereof and associated clauses
thereunder relating to defective works shall apply thereto, provided that:

(i) If any such amendment / modification / alteration shall in the opinion of the
CONTRACTOR, necessitate an extension of time for completion, the provisions of Clause
4.3.5.0 hereof and clauses, related thereto shall apply.

(ii) If such amendment or modification shall in the opinion of the Engineer-in-Charge (whose
opinion in this behalf shall be final and binding upon the CONTRACTOR) necessitate the
performance of any work not covered by the Schedule of Rates or the lump sum price, as
the case may be, the remuneration for such work or portion or item thereof, as the case may
be, not covered by the Schedule of Rates or lump sum price, as the case may be, shall be
determined in accordance with the provisions of Clause 2.4.1.2 hereof.

2.2.6.0 Copies of all plans and drawings relating to work(s) shall be kept and maintained at the
CONTRACTOR’s office at the site and shall be made available to the Engineer-in-Charge and
Site Engineer for inspection and reference at any time during the execution of work.

2.2.7.0 All plans and drawings furnished by the OWNER to the CONTRACTOR shall be and remain
the property of the OWNER and shall be returned by the CONTRACTOR to the OWNER on
completion of the works or prior determination of the contract.

2.3.0.0 PLANS, DESIGNS, DRAWINGS & SPECIFICATIONS TO BE FURNISHED BY THE


CONTRACTOR

2.3.1.0 Where the CONTRACTOR shall, within the scope of work, be required to prepare or furnish
any plan(s), drawing(s), design(s) or specifications in respect of the work or any particular work,
the CONTRACTOR shall within 15 (fifteen) days (or such other period as the OWNER may
prescribe in this behalf) of receipt of notification of Acceptance of Tender or within 15 (fifteen)
days before the proposed date of commencement of the relative work, whichever shall be
earlier, submit to the OWNER for approval the relative plan(s), drawing(s), design(s) or

10
specification(s). The OWNER shall be entitled at any time to suggest any amendment(s) /
modification(s) in the plans, designs, drawings or specifications and the CONTRACTOR shall
thereupon either convince the OWNER of the unnecessity in whole or portion of such
amendment / modification or shall implement the same and shall cause the plans, drawings,
designs or specifications to be accordingly amended, provided that no such approval of or
amendments or modifications in the plans, drawings, designs or specifications by or suggested
by the OWNER shall anywise absolve the CONTRACTOR of any of his obligations,
responsibilities or liabilities under the Contract inclusive of and relative to the utility and
suitability of the CONTRACTOR’s plans, drawings, designs or specifications for the relative
work(s) and the fulfillment of all specifications and performance guarantees of the consequent
works, any such approval is intended only to satisfy the OWNER of the prima facie suitability
of plan, drawing, design or specification and any such suggestion by the OWNER as aforesaid
or otherwise is intended only by way of suggestion to the CONTRACTOR to meet the
contractual requirements, without any attendant liability upon the OWNER.

2.3.2.0 The CONTRACTOR shall not permit any work to be done or any installation, material or
equipment to be supplied or fabricated or erected at variance with plans, drawings, designs or
specifications approved by the OWNER and / or amended or modified as aforesaid.

2.3.3.0 Unless otherwise required, at least 3 (three) sets of all approved plans, drawings, designs and
specifications prepared by the CONTRACTOR, together with similar set of all revisions,
amendments, and modifications therein shall be lodged with the OWNER for the record of the
OWNER. Such sets of plans, drawings, designs and specifications shall be signed by the
CONTRACTOR and shall indicate thereon the number and date of each revision, amendment
and/or modification of communication by the OWNER or any consultant appointed by the
OWNER for or relative to the approval thereof.

2.4.0.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS, ORDERS


AND INSTRUCTIONS

2.4.1.0 In addition to the provisions of Clause 2.2.0.0 and associated clauses thereunder, the Engineer-
in-Charge and / or Site Engineer shall have the power by written notice to the CONTRACTOR
at any time prior to or in the course of the execution of works or any part thereof to alter or
amend the specifications, orders and / or instructions or any of them by addition, omission,
substitution or otherwise howsoever with or without altering or amending the plans, drawings
and / or designs and the CONTRACTOR shall carry out the related work in accordance with
such altered specifications, orders, instructions, plans, drawings and / or designs as the case may
be, on the same terms and conditions in all respects, subject to the provisions of Clause 2.4.1.2
hereof.

2.4.1.1 If such alteration or amendment shall, in the opinion of the CONTRACTOR, necessitate an
extension in the time for completion, the provision of Clause 4.3.5.0 hereof and related clauses
with regard to the extension of time, shall apply.

2.4.1.2(a) If such alteration or amendment shall, in the opinion of the Engineer-in-Charge (whose opinion
in this behalf shall be final and binding upon the CONTRACTOR), necessitate the
performance of any work not covered by the Schedule of Rates, the remuneration for such work
or portion or item thereof not covered by the Schedule of Rates shall be determined in the
following manner:

(i) If it is possible to derive the rate(s) for such work or items of work from any of the items of
material and / or work covered in the Schedule of Rate(s), the rate(s) for the relative works /
items shall be the rate(s) arrived at on the basis of such derivation. The opinion of the
Engineer-in-Charge as to whether or not the relative rates can be derived from the rates for

11
the items of material and / or work included in the Schedule of Rates and the consequent
derivation of rate(s) on basis thereof shall be final and binding upon the CONTRACTOR.

(ii) If, in the opinion of the Engineer-in-Charge, the relative rate(s) shall not be derivable within
the provisions of paragraph(i) hereof above, the relative rate(s) shall be the rate(s) for the
work or items of work settled as follows:

An analysis of the rate for the completed work or items shall be prepared by taking (if and
so far as applicable):

A) Issue rate(s) for materials supplied by the OWNER, if applicable;

B) Materials supplied by the CONTRACTOR and incorporated in the permanent


works at the rate(s) (if any) for material specified in the relevant Schedule forming
part of the Contract; and

C) Labour cost at rate(s) for labour, if any, specified in the relevant Schedule forming part
of the Contract.

(iii) The opinion of the Engineer-in-Charge as to the quantity of material and / or labour
involved shall be final and binding on the CONTRACTOR.

(iv) In the event of any item of material or labour involved not being covered by the relevant
schedule forming part of the Contract for the purpose of determining the rates in terms of
items (B) and / or (C) of paragraph (ii) above, market rates shall be taken into account for
such items of materials and labour as are not covered by the relevant schedules forming part
of the contract and there shall be added thereto 15% (fifteen percent) to cover
CONTRACTOR’s supervision, overheads and profits. For the purpose of clarification, it is
stated that 15% (fifteen percent) addition shall apply only for any item not covered by the
relevant schedule of the Contract.

(v) The opinion of the Engineer-in-Charge as to whether or not any particular item(s) of
material(s) or labour involved is covered by the relevant Schedule(s) and if not as to the
market rate(s) thereof shall be final and binding upon the CONTRACTOR.

(b) If any alteration, amendment or modification shall, in the opinion of the Engineer-in-charge
(whose opinion in this behalf shall be final and binding upon the CONTRACTOR) result in a
reduction or increase or change in the work or supply covered by the lump sum Price so as to
render unreasonable the lump sum Price, the OWNER and the CONTRACTOR shall negotiate
a suitable increase or reduction, as the case may be, in the lump sum Price, and failing
agreement on a negotiated rate for the item by appropriate reduction/increase, as the case may
be, the Engineer-in-Charge shall fix the reduction or increase as he considers reasonable in the
circumstances to the lump sum Price, and the lump sum Price shall be deemed to be accordingly
amended to the extent applicable to the work covered by the alteration or amendment.

2.4.1.3 Pending finalization in respect of the revised rate of any item in the Price Schedule or
increase/reduction in the lump sum Price pursuant to the provisions of clause 2.4.1.2 hereof, the
CONTRACTOR shall continue and be bound to continue and perform the works and/or make
the supply to completion in all respects according to the contract (unless the contract or works
be determined by the OWNER) and the CONTRACTOR shall be liable and bound in all
respects under the contract.

2.4.2.0 The rate(s) for any work determined in accordance with the provisions of Clause 2.4.1.2 above
shall for the purpose of the Contract with respect of the work or items of work or supply affected
by such amendment, alteration or modification be deemed to be rate(s) for such work or item(s)
of work within the Schedule of Rates, or the lump sum Price, as the case may be.

12
2.4.3.0 The CONTRACTOR shall not be entitled to any compensation in addition to the payment for
the work actually performed by the CONTRACTOR calculated on the basis of the Schedule of
Rate(s) or lump sum Price or as provided for in Clause 2.4.1.2 hereof, as the case may be, as a
result of any amendment or variation in the specification, orders, instructions, plans, designs or
drawings notwithstanding that such alteration(s) / variation(s) may have resulted in a reduction
of the total quantum or value of the work involved under the Contract, except as provided for in
clause 2.6.2.0 hereunder.

2.5.0.0 ALTERATION IN THE SCOPE OF WORK

2.5.1.0 The OWNER may, at any time(s) before or after the commencement of the work, by notice in
writing issued to the CONTRACTOR, alter the scope of work by increasing or reducing the
works or the jobs required to be done by the CONTRACTOR or by adding thereto or omitting
therefrom any specific works or jobs or operations or by substituting any existing works or
jobs or operations with other works or jobs and / or operations, or by requiring the
CONTRACTOR to perform any additional works in or about the job site, and upon receipt of
such notice, the CONTRACTOR shall execute the job(s) as required within the altered scope of
work.

2.5.2.0 If any alteration in the scope of work shall, in the opinion of the CONTRACTOR, necessitate
any extension in the time for completion, the provisions of Clause 4.3.5.0 hereof and associated
clauses with regard to the extension of time shall apply.

2.5.3.0(a) If such alteration shall, in the opinion of the Engineer-in-Charge (whose opinion in this behalf
shall be final and binding upon the CONTRACTOR), necessitate the performance of any work
not covered by the Schedule of Rates, the remuneration for such work or portion or item thereof
not covered by Schedule of Rates shall be determined in accordance with the provisions of
Clause 2.4.1.2 hereof.

(b) If in the opinion of the Engineer-in-Charge (whose opinion in this behalf shall be final and
binding upon the CONTRACTOR) any alteration in the scope of the work shall result in any
reduction or increase or change in the work or supply covered by the lump sum price so as to
render unreasonable the lump price, the lump sum Price shall be increased or reduced, as the
case may be, in accordance with Clause 2.4.1.2 hereof.

2.5.3.1 Providing determination of the rates aforesaid, the provisions of clause 2.4.2.0 shall mutatis
mutandis apply.

2.5.4.0 The CONTRACTOR shall not be entitled to any compensation in addition to the payment for
the work actually performed by the CONTRACTOR calculated on the basis of the Schedule of
Rates or lumpsum Price or as provided in Clause 2.4.1.2 hereof, as the case may be, as a result
of any alteration in the scope of work notwithstanding that such alteration may have resulted in
a reduction in the total quantities or value of work involved, except as provided for in clause
2.6.2.0 hereunder.

2.6.0.0 QUANTITIES OF WORK

2.6.1.0 Subject to the provisions of Clause 2.6.2.0 hereof, the quantities of work stated in the Form of
Schedule of Rates do not form part of the Contract and the OWNER shall not be liable for any
increase or decrease in the actual quantities of work performed (notwithstanding the percentage
of such increase or decrease), nor shall such increase or decrease in the actual quantities form the
basis of any alteration of rates quoted and accepted or in the lump sum price or for any claim for
additional compensation, damages or loss or profits or otherwise, with the intent that the

13
CONTRACTOR shall notwithstanding the quantities mentioned in the Form of Schedule of
Rates only be entitled to payment in respect of actual quantities of work performed in terms of
the contract and measured in the Final Measurements, notwithstanding the percentage of increase
or shortfall in such quantities and notwithstanding that the total contract value for the completed
works on finalization of all dues to the CONTRACTOR under the contract shall be less than the
total contract value as specified for the purpose of Security Deposit in the Acceptance of Tender.

2.6.2.0 If, as a consequence of such amendments/variations/alterations/modifications/reductions, as


envisaged in clauses 2.4.0.0 and/or 2.5.0.0 hereof and associated sub clauses thereunder, or
pursuant to Clause 2.6.1.0 hereof, the gross value of work actually performed by the
CONTRACTOR, as valued on finalization of all dues to the CONTRACTOR under the
contract, shall be less than 80% (eighty percent) of the Total contract value, then the
CONTRACTOR shall be entitled to 10% (ten percent) of the amount by which the reduced
contract value as aforesaid falls short of 80% (eighty percent) of the total contract value by way
of allowance for the advantage (including profit) which the CONTRACTOR may have
anticipated on the execution of the work up to the total contract value. And the CONTRACTOR
shall not be entitled to any compensation in addition to the payments specifically provided for
above, and the CONTRACTOR hereby specifically waives any and all contrary rights and
claims whatsoever.

2.7.0.0 CANCELLATION OF CONTRACT

2.7.1.0 The OWNER shall be entitled at any time at his discretion to cancel the contract, if, in the
opinion of the OWNER, the cessation of the work becomes necessary owing to any cause
whatsoever, and a notice in writing from the OWNER to the CONTRACTOR of such
cancellation and the reason(s) therefor shall be conclusive proof of such cancellation and the
reasons therefor.

2.7.2.0 Upon cancellation of the Contract, the Engineer-in-Charge may require the CONTRACTOR:

i) To perform to completion or to any other intermediary stage of completion to the


satisfaction of the Engineer-in-Charge any work(s) already commenced by the
CONTRACTOR: and

ii) To take such steps as are considered necessary by the Engineer-in-Charge for properly
protecting and securing the works performed by the CONTRACTOR, to the satisfaction of
the Engineer-in-Charge:

And the CONTRACTOR shall act accordingly and the same shall be deemed to be included
within the CONTRACTOR’s scope of work.

2.7.3.0 Upon receipt of a notice as specified in Clause 2.7.1.0 hereof the CONTRACTOR shall, unless
the notice otherwise requires:

i) Immediately discontinue work and/or supply from the date and to the extent specified in the
notice;

ii) Not place any further orders or sub-Contracts for materials, services or facilities other than
as may be necessary or required for completing or performing such portion of the work (s)
or supplies which the CONTRACTOR is required to complete or perform;

iii) Promptly make every reasonable effort to obtain cancellation or fulfillment, as the case may
be, at the option of the Engineer-in-Charge/OWNER of all orders and sub-

14
CONTRACTORS to the extent they relate to the performance of the work(s) or supplies
cancelled.

iv) Assist the Engineer-in-Charge/OWNER as specifically requested in writing by the


Engineer-in-Charge/OWNER in the maintenance, protection and disposition of
property/works acquired by the OWNER pursuant to the Contract.

2.7.4.0 Upon cancellation of the Contract, the OWNER shall take over from the CONTRACTOR the
approved surplus materials supplied by the CONTRACTOR for permanent incorporation in
the work and lying at the job site on the date of receipt of notice of cancellation by the
CONTRACTOR, and the decision of the Site Engineer as to the approved materials lying at
site on the date of cancellation and the quantities thereof shall be final and binding upon the
CONTRACTOR.

2.7.5.0 Upon cancellation of the Contract, the CONTRACTOR agrees to waive any claim for
damages, including loss of anticipated profits on account thereof, and as the sole right and
remedy of the CONTRACTOR against the OWNER resultant upon such cancellation, the
CONTRACTOR agrees to accept from the OWNER the following, namely:

i) The cost of settling and paying claims for cancellation or completion of pending orders
and/or sub contracts as provided for in sub-clause (iii) of Clause 2.7.3.0 hereof;

ii) The cost of protecting, securing and/or maintaining the works pursuant to the provisions of
sub-clause (ii) of Clause 2.7.2.0 hereof and/or sub-clause (iv) of Clause 2.7.3.0 hereof;

iii) Payment for the supplies actually made determined in accordance with the provisions of
Clause 2.4.1.2 hereof.

iv) Payment for the work actually performed by the CONTRACTOR calculated on the basis
of Unit Rates or lump sum rates wherever applicable. Where Unit Rates or lump sum rates
are not applicable and/or the relative works are incomplete, the provisions of Clause 2.4.1.2
shall apply for calculating remuneration.

v) The cost of materials taken over by the OWNER pursuant to the provisions of clause
2.7.4.0 hereof.

vi) An allowance, if any due, as determined by the Engineer-in-Charge (whose decision shall
be final) to cover the cost of CONTRACTOR’s actual mobilization and demobilization at
job site for the work to the extent uncovered by payments under items (i) to (iv) above.

And the CONTRACTOR shall not be entitled to any compensation in addition to the payments
specifically provided for above, and the CONTRACTOR hereby specifically waives any and
all contrary rights and claims whatsoever.

2.8.0.0 SUSPENSION OF WORK

2.8.1.0 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 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 or any part thereof for such period(s) as Engineer-in-Chief shall deem necessary and the
CONTRACTOR shall upon receipt of the order of suspension forthwith suspend the work(s) or
supply (ies) or such part thereof as shall have been suspended until he has received a written
order from the Engineer-in-Charge to proceed with the work suspended or any part thereof.

15
2.8.1.1 During the period of any suspension under Clause 2.8.1.0 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.

2.8.2.0 If the suspension under Clause 2.8.1.0 is for reasons of force majeure as defined in Clause
4.3.8.0 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 liable to pay salary, wages or hire charges or
bear other charges and expenses thereof.

2.8.2.1 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-in-Charge 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 provisions of Clause 4.3.5.0 hereof and related clauses in respect of extension of
time shall apply.

2.8.2.2 In the event of a suspension affecting the entire works remaining in operation in respect of the
entire works for a period in excess of 4 (four) months from the date of commencement of the
suspension, the CONTRACTOR shall have the option at any time before the issue of an order
by the OWNER or the Engineer-in-Charge removing the suspension, to terminate the Contract
by giving written notice thereof to the OWNER. Unless the suspension be by reason of default
or failure on the part of the CONTRACTOR, as specified in Clause 2.8.2.0 hereof, such
termination shall be deemed to operate as a cancellation of Contract within the provisions of
Clause 2.7.1.0 hereof and the provisions of Clause 2.7.2.0 to 2.7.5.0 hereof shall mutatis
mutandis apply thereto.

2.8.2.3 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 terms of the Contract in accordance with the
provisions of sub-clauses (iii), (iv) & (v) of clause 2.7.5.0 hereof.

2.8.2.4 Notwithstanding anything provided in Clause 2.7.0.0 and/or Clause 2.8.0.0 and related Clauses
thereunder, upon a cancellation of the contract under the provisions of Clause 2.7.1.0 hereof or
termination of the contract under provisions of Clause 2.8.2.2 hereof, the provisions of Clauses
7.0.3.0 to 7.0.7.0 hereof consequent upon termination of Contract, shall apply. Should the
termination be one to which the provisions of Clause 2.8.2.3 hereof apply, then the provision of
Clauses 7.0.2.0, 7.0.8.0, 7.0.9.0, 7.1.0.0 and 7.2.0.0 consequent upon termination of Contract
shall also mutatis mutandis apply.

2.8.2.5 Except for a suspension by a written order of the Engineer-in-Charge under clause 2.8.1.0
hereof, the CONTRACTOR shall not suspend the work for any cause and any such suspension
if occur, shall be likely to be attended by consequences under clause 7.0.1.0 (i)(g) hereof.

16
SECTION - 3

MATERIALS, LABOUR AND EQUIPMENT

3.0.0.0 CONTRACTOR’S RESPONSIBILITY

3.0.1.0 Notwithstanding anything to the contrary in the Contract Documents express or implied, the
CONTRACTOR shall be and remain at all times exclusively responsible to provide all material,
labour, equipment, machinery, facilities, utilities and consumables and temporary works and other
items and things whatsoever required for or in connection with the work, including, but not limited
to those indicated by expression or implication in the Job Description, Schedule of Rates, the
Specification, Plans, Drawings, and/or other Contract Documents or howsoever otherwise as shall
or may from time to time and at any time be necessary for or in connection with the work, either
for incorporation in or within the permanent works or in or relative to the execution and
performance of the work.

3.1.0.0 MATERIALS SUPPLIED BY THE CONTRACTOR

3.1.1.0 Materials supplied by the CONTRACTOR shall conform to the specifications and shall be suitable
for the purpose for which they are required.

3.1.2.0 Unless otherwise specified by the OWNER, all materials supplied by the CONTRACTOR shall
bear the ISI stamp and shall be supplied by reputed manufacturers or suppliers approved by the
OWNER or listed for the relative materials with the DGS&D and/or borne on the approved list of
suppliers maintained for relative items by such organizations as are approved by the Engineer-in-
Charge. If in respect of any materials, including but not limited to sand, stone, aggregate, bricks,
earth, lime, steel and cement neither ISI marking/approval nor any approved list of suppliers is
available, such materials shall be obtained from sources/ suppliers/ manufacturers approved by the
Engineer-in-Charge provided that no approval by the Engineer-in-Charge or any other
representative of the OWNER for the supply of ISI stamped materials or of materials supplied by
DGS&D listed suppliers or other approved suppliers shall relieve the CONTRACTOR of his full
responsibility in respect of the suitability and quality of the material or any defects therein or in
any works or construction in or relative to which the same has been utilized.

3.1.3.0 Notwithstanding that any area(s) or source(s) has/have been allotted or suggested by the OWNER
to the CONTRACTOR from which any materials for incorporation in the works can be obtained,
the CONTRACTOR shall independently satisfy himself of the suitability, accessibility and
sufficiency of the source(s) of supply suggested or allocated by the OWNER and suitability of
materials available from such source(s), with the intent that any allotment or suggestion as
aforesaid shall not anywise relieve the CONTRACTOR of his full liability in respect of the
suitability and quality of material(s) therefrom and incorporate the same within the permanent
works entirely at his own risks and costs in all respects, with the intent that any such allocation or
suggestion by the OWNER shall only be by way of assistance to the CONTRACTOR and shall
not entail any legal or financial responsibility or liability upon the OWNER.

3.1.4.0 Notwithstanding any other provisions in the Contract Documents for analysis or tests of materials
and in addition thereto, the CONTRACTOR, shall, if so required for reasonable cause by the
Engineer-in-Charge or Site Engineer in writing, at his own risks and costs, analyze, test, prove and
weigh all materials (including materials incorporated in the work(s) required to be analyzed,
tested, proved and/or weighed by the Engineer-in-Charge or Site Engineer and shall have such
analysis test conducted by the agency(ies), if any, specified by the Engineer-in-Charge or Site
Engineer. The CONTRACTOR shall provide all equipment, labour, materials and other things
whatsoever required for testing, preparation of the samples, measurement of work and/or proof or
weighment of the materials as directed by the Engineer-in-Charge or Site Engineer.

17
3.1.5.0 The OWNER does not warrant or undertake the provision of any material(s) and the
CONTRACTOR shall not imply by conduct, expression or assurance or by any other means any
promise or obligation on the part of the OWNER in this respect understood by the
CONTRACTOR, unless made by specific written instrument forming part of the CONTRACT or
appropriately entitled as an amendment to the Contract.

3.2.0.0 MATERIAL AND EQUIPMENT SUPPLIED BY THE OWNER:

3.2.1.0 In the case of contracts (including for equipment erection and/or piping), for which the OWNER
undertakes the procurement and supply of equipment and materials, the supply of equipment and
materials to the CONTRACTOR shall be on the following terms and conditions:

(a) Deliveries shall be either from the storage of the OWNER or from the factory/storage of
supplier or from nearest suitable railhead or other point(s) of collection as may be determined
by the OWNER taking into account the source(s) of supply of the material.

(b) It shall be the responsibility of the CONTRACTOR at his own risks and costs to take delivery
of the materials from the stores, factory, railhead or other collection point, as the case may be,
and to arrange for its loading, transportation to job site and unloading at the job site or other
place of storage. The CONTRACTOR shall in taking delivery ensure compliance of any
conditions for delivery applicable to deliveries from OWNER's or supplier's factory/stores or
railways or other transporters concerned, and shall be exclusively responsible to pay and bear
any demurrage or penalty or other charges payable by virtue of any failure or delay by the
CONTRACTOR in lifting the supplies and/or any failure by the CONTRACTOR to observe
the conditions of supply as aforesaid, and shall keep the OWNER indemnified from and
against all consequences thereof.

(c) The CONTRACTOR shall inspect the equipment and materials supplied to him at the time
of taking delivery thereof and satisfy himself of the quality, quantity and condition thereof
prior to taking delivery and the OWNER shall not be liable for any claims or complaints
whatsoever in respect of quality, quantity or conditions of the equipment or materials once
the CONTRACTOR has taken delivery thereof.

(d) The CONTRACTOR shall on receiving and opening the packing cases or other packaging of
equipment and material on behalf of the OWNER, verify and tally the actual contents with the
packing list and bring any discrepancies to the notice of the Engineer-in-charge and the Site
Engineer. The CONTRACTOR shall also sort out and segregate and hand over to the
OWNER’s stores, the Instruction Manuals, Operation and Maintenance Manuals, Special
Maintenance Tools, Erection Spares, Commissioning Spares, and Maintenance Spares and
other extras, if received with the main equipment. The Erection Spares may be got issued
from the OWNER’s stores if required, after getting authorisation from the Engineer-in-charge.
The Commissioning Spares may be got issued from the OWNER’s Stores, if commissioning
is included in the CONTRACTOR’s scope.

(e) The equipment and/or material(s) supplied or procured by the OWNER shall be utilized by
the CONTRACTOR only for incorporation in the permanent works and even so shall not
(unless specifically authorized by the OWNER in this behalf) be utilized for manufacturing
any item(s) which can be obtained in finished form from standard manufactures.

(f) The CONTRACTOR shall furnish to the Engineer-in-Charge sufficiently in advance a


detailed statement showing his requirement of the types and quantities of equipment and
materials agreed to be supplied by the OWNER, indication of the time when relative types
and quantities thereof shall be required by him for the works so as to enable the OWNER to
verify the quantities of materials specified by the CONTRACTOR and to enable the OWNER
to make arrangements for the supply thereof.

18
g) The OWNER shall not be responsible for any delay in the supply of any equipment and/or
materials supplied or procured or agreed to be supplied or procured by the OWNER, and no
such delay or failure shall anyway render the OWNER liable for any claim for damages or
compensation by the CONTRACTOR notwithstanding that an increase in the time of
performance of the contract be involved by virtue of such delay and notwithstanding any
labour, machinery or equipment brought upon to the job site by the CONTRACTOR for the
performance of the work being rendered idle by such delay or failure, PROVIDED that if
such delay shall in the opinion of the CONTRACTOR, necessitate an extension of time for
completion, the provisions of Clause 4.3.5.0 hereof relating to extension of time and
associated provisions thereof shall apply.

h) The CONTRACTOR shall maintain a day to day account of all equipment and materials
supplied to him by the OWNER indicating the daily receipt(s), consumption and balance(s) in
hand of each material and category thereof. Such account shall be maintained in such form (if
any) as 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 the CONTRACTOR's office at the site, and shall be open for inspection and
verification (by verification of documents in support of the entry as also by physical
verification of the stocks) at all times by the Engineer-in-charge and Site Engineer without
notice, and for the purpose the Engineer-in-Charge and Site Engineer shall be permitted and
enabled without obstruction to enter into any godown or other place or premises where the
equipment or materials or any part thereof shall be stored and to inspect the same and to take
by himself and/or through his representative(s) an inventory thereof.

i) All equipment and materials supplied by the OWNER shall be taken delivery of, held, stored
and utilised by the CONTRACTOR as trustee of the OWNER, and delivery of material to the
CONTRACTOR shall constitute an entrustment thereof by the OWNER to the
CONTRACTOR, with the intent that any utilization, application or disposal thereof by the
CONTRACTOR otherwise than for permanent incorporation in contractual works in terms
hereof shall constitute a breach of trust by the CONTRACTOR.

j) The CONTRACTOR shall hold and store any equipment or material(s) supplied by the
OWNER only at such place and/or premises as may be approved by the Engineer-in-Charge,
provided that no such approval shall absolve the CONTRACTOR in whole or part of his full
liabilities in respect of such material, and the CONTRACTOR shall be and remain
responsible at all times at his own risk and cost to ensure that the material(s) supplied by the
OWNER is/are retained at all times in premises that are air and water tight and otherwise
suitable for the storage of the concerned equipment or materials so as to prevent damage or
deterioration for any cause whatsoever or theft or other loss, and shall arrange such watch and
ward therefor as shall be necessary to ensure the safety thereof.

k) The Engineer-in-Charge may at his discretion require that all premises in which any
equipment or materials supplied by the OWNER are stored, shall be double-locked with the
keys to one lock retained by the Site Engineer or his representative and the other with the
CONTRACTOR with the intent that all issues of OWNER supplied equipment and materials
shall be with concurrence of the Site Engineer or his representative, as the case may be,
provided that any such double-locking and/or concurrence as aforesaid shall be an additional
precaution and shall not anywise absolve the CONTRACTOR of his full liabilities or
responsibilities in respect of such equipment or materials.

l) The equipment supplied by the OWNER shall be insured by the OWNER against normal risks
during transit, storage and erection. The CONTRACTOR shall, however, be responsible
forthwith to make and pursue on behalf of the OWNER any and all claims under the
policy(ies) and to fulfill all formalities required to obtain payment thereunder and/or to assist
the OWNER in making or pursuing any such claim(s) and/or in obtaining payment
thereunder.
19
m) The CONTRACTOR shall be required to take out at his own cost and initiative and keep in
force at all times during the pendency of the contractual work, policy(ies) of insurance against
the risks of fire, lightning and theft and against any other damage or loss, for the full value of
the OWNER supplied materials lying in the CONTRACTOR’s custody and/or storage
pending utilization/ incorporation in the work and during incorporation in the work. The
insurance shall be kept valid till the completion of the work and till the materials are duly
accounted for to the satisfaction of the OWNER.

n) Such insurance policy(ies) shall be in the joint names of OWNER and the CONTRACTOR
with exclusive right in the OWNER to receive all money(ies) due in respect of such
policy(ies), and with right in the OWNER (but without obligation to do so) to take out and/or
pay the premia for any such policy(ies) and deduct the premia and any other costs and
expenses in this behalf from the money(ies) for the time being due to the CONTRACTOR.

o) Notwithstanding anything stated above, it shall be the responsibility of the CONTRACTOR


to lodge with insurers and follow up claim(s), if any, under any policy(ies) of insurance
aforesaid, and nothing herein provided shall absolve the CONTRACTOR from his full
liabilities under the provisions of this clause and associated provisions hereof.

p) Where the OWNER issued materials are being stored within the battery area under the
security and gate-pass control of the OWNER and are covered by the Overall Storage-cum
insurance Policy taken by the OWNER for the works, the OWNER may, at his sole
discretion, permit the CONTRACTOR to furnish an Indemnity Bond in the proforma
prescribed by the OWNER, for the entire value of the OWNER supplied materials and for the
entire duration during which the materials shall be lying in the storage and custody of the
CONTRACTOR.

q) No such Insurance(s), as aforesaid, shall anywise absolve the CONTRACTOR from his full
liabilities hereunder, with the intent that the same shall be held merely by way of additional
security and not by way of substitution of liability. The CONTRACTOR shall at all times be
exclusively responsible for any and all loss(es), damage(s), deterioration, misuse, theft or
other application or disposal of the equipment or material(s), supplied by the OWNER 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 expense replace any such equipment
and material(s) lost, damaged, deteriorated, misused, stolen, applied and/or disposed as
aforesaid, with other equipment or material of equivalent quality and quantity to the extent
that the same is not covered by any insurance as above, and if covered, payment under the
relative policy(ies) is for any reason not available to the OWNER.

r) The CONTRACTOR shall use the equipment and materials supplied by the OWNER for
incorporation in the Permanent works, carefully and judiciously with no wastage or the
minimum possible wastage, wherever some wastage is inevitable or unavoidable, in any case
within the wastage limit, if any, specified by the OWNER in respect of any such materials.
For any excess wastage or scrap, due to misuse or injudicious, careless or wrong use of
OWNER supplied materials, or in case of loss, damage or deterioration of the materials
during storage with the CONTRACTOR, as to all of which the decision of the Engineer-in-
charge shall be final and binding on the CONTRACTOR, the CONTRACTOR shall be
bound to replace the material of equivalent quantity and grade, acceptable to the OWNER
within the time limit specified by the OWNER, and where this is not possible, practicable or
advisable, in the opinion of the OWNER, which shall be final and binding on the
CONTRACTOR, the OWNER shall be compensated by the CONTRACTOR for the loss
caused, for the replacement costs, which shall be worked out by the OWNER based on the
assessed landed cost plus the costs of procurement at 15% (fifteen percent) of the assessed
landed costs for the OWNER. This amount shall forthwith be remitted by the
CONTRACTOR within a week of demand made by the OWNER, failing which the

20
OWNER shall be entitled to recover / adjust the amount demanded from any money(ies) due
from the OWNER to the CONTRACTOR and/or from any Security or any other deposits of
the CONTRACTOR lying with the OWNER, under this and/or any other contract, without
any further notice to the CONTRACTOR. The decisions of the OWNER in respect of the
actions contemplated in this clause shall be final and binding on the CONTRACTOR.

s) Notwithstanding anything herein provided and notwithstanding the transfer of all risks in
respect of such equipment and materials to the CONTRACTOR, the Ownership in respect of
all OWNER supplied equipment and materials shall at all times be and remain in the
OWNER.

t ) The excess equipment and material and the scrap material generated from the work, in so far
as the OWNER supplied materials are concerned, shall be returned to the OWNER’s Stores.
On completion of the work, the CONTRACTOR shall duly render accounts for the materials
and equipment issued by the OWNER, to the satisfaction of the OWNER. Any shortages,
losses and/or damages shall be to the CONTRACTOR’s account and all the conditions
stipulated under sub-clause (r) above shall apply in this case also.

3.3.0.0 POWER, WATER & OTHER FACILITIES

3.3.1.0 The CONTRACTOR shall be responsible to provide within the scope of work all facilities,
consumables and utilities necessary for performance of the work including (but not limited to)
water, power, transportation, labour, tools, construction and testing equipment, machinery and
land at or about the job site(s) for the CONTRACTOR’s field offices, godowns, workshop;
residential accommodation for CONTRACTOR’s staff; quarry rights and borrow areas, access
roads and right(s) of way to or about the job site(s) and CONTRACTOR’s offices, godowns,
workshop accommodation, quarries and / or borrow areas.

3.3.2.0 The OWNER does not warranty or undertake the provision of any facility, consumable or utility
whatsoever to the CONTRACTOR, or assistance in obtaining / procuring the same or other
assistance whatever for or in the performance or testing of the work and the CONTRACTOR shall
not imply by conduct, expression or assurance or by any other means, any promise or obligation
on the part of the OWNER contrary to the provisions hereof and any such promise or obligation
understood by the CONTRACTOR shall not be binding upon the OWNER.

3.3.3.0 Any assistance which the OWNER renders to the CONTRACTOR in terms hereof or otherwise
relative to the work by provision of any facility, utility, consumables, water, power, transportation,
labour, tools, construction and / or testing equipment, and machinery, provision of land for
quarries or borrow areas or for CONTRACTOR’s office, godowns, workshops or
accommodations or provisions of right of way, access road(s) and / or railway siding facilities, or
other facility, utility, or consumables for or in the performance of the work shall not for any
cause afford a basis or defence to the CONTRACTOR for the performance of any of his
obligations under the Contract, nor a ground for extension of time for completion or other claim
whatsoever.

3.4.0.0 POWER SUPPLY:

3.4.1.0 Without prejudice to the provisions of Clause 3.3.0.0 hereof and following clauses thereunder, as
and when adequate power supply becomes available for the site, the OWNER may at its discretion
provide supply of power to the CONTRACTOR for the work from the nearest sub-station, from
which source the CONTRACTOR shall at his own cost and initiative make arrangement for
temporary distribution of power to CONTRACTOR’s work(s) at the site.

3.4.1.1 All arrangements for the distribution of power from sources aforesaid and the work relative thereto
shall be made/performed/ installed in conformity with Indian Electricity Regulations, and shall be
subject to prior approval of the Site Engineer.
21
3.4.1.2 The CONTRACTOR shall, at his own costs and initiative on completion or prior determination of
the work or otherwise during execution of the work, if required by the Site Engineer because of
hindrance caused thereby or for any other cause, forthwith remove or re-route the distribution
lines/installations or other work(s) in respect thereof as the case may be, required to be removed/
re-routed.

3.4.2.0 The OWNER shall recover from the CONTRACTOR for power consumed by the
CONTRACTOR from OWNER’s source(s) of supply at the rate prescribed by the OWNER in this
behalf from time to time. The amount due to the OWNER in respect of such power supplied shall
without prejudice to any other mode of recovery to the OWNER, be deductible from the Running
Account / Final Bill(s) of the CONTRACTOR and / or any monies due to the CONTRACTOR
under this or any other Contract from time to time.

3.4.2.1 The CONTRACTOR shall provide at his own cost suitable electric meters approved by the Site
Engineer for measurement of Power units consumed by the CONTRACTOR for determination of
the payment due thereon to the OWNER. Such meters shall be under the control and custody of
the OWNER.

3.4.2.2 In the event of failure or defect of meter(s), power charges shall be calculated on the consumption
determined by the Engineer-in-Charge (whose decision shall be final both as regards the existence
of a defect or failure, and as regard the power consumed).

3.4.3.0 The OWNER may at any time without notice or specifying any cause suspend or discontinue
power supply to the CONTRACTOR, and such suspension or discontinuance shall not entitle the
CONTRACTOR to any compensation or damages nor shall constitute a basis for extension of time
for completion.

3.4.4.0 Power supplied by the OWNER to the CONTRACTOR shall be entirely at the risk of
CONTRACTOR as to the continuity and regularity of supply, maintenance of voltage and
adequacy of load without any warranty by or liability to the OWNER in respect thereof and
without entitlement to the CONTRACTOR on grounds of discontinuance, fluctuation of voltage or
inadequacy of load or any other cause whatsoever to claim from OWNER in respect thereof or
consequences thereof.

3.5.0.0 WATER SUPPLY

3.5.1.0 Without prejudice to the provisions of Clause 3.3.0.0 hereof and the following clauses thereunder,
in the event of the OWNER having adequate source of water supply at the site available for
distribution, the OWNER may at its discretion provide water to the CONTRACTOR for the work
from the OWNER’s source of supply upon the CONTRACTOR at his own cost and initiative
providing suitable pumping installations and pipe network for the conduct of water to and
distribution to the CONTRACTOR’s place of work.

3.5.1.1 Such installation, pipes and other equipment shall be laid out / installed by the CONTRACTOR
only with the prior approval of the Site Engineer so as not to interfere with the layout and progress
of the other construction work at the site and access to or about the job site.

3.5.1.2 The CONTRACTOR shall forthwith on completion of the work or earlier determination of the
contract or during the execution of the work(s), if so required by the Site Engineer, on ground of
hindrance or obstruction caused thereby or other causes whatsoever at his own cost and initiative
remove or re-route, as the case may be, any installations, pipes and / or other equipment or any
part or portion thereof installed or erected by the CONTRACTOR for the conduction and / or
distribution of water, and fill any trenches, ditches or other excavations made by the
CONTRACTOR for the purpose thereof and restore the site to the same condition in which it was
prior to the installation.

22
3.5.2.0 The OWNER shall recover from the CONTRACTOR for water consumed by the CONTRACTOR
from OWNER’s source of supply at the rate prescribed by the OWNER in this behalf from time to
time. The amount due to the OWNER in respect thereof shall (without prejudice to any other
mode of recovery available to other OWNER) be deductible from the Running Account / Final
Bill of the CONTRACTOR and / or payments due to the CONTRACTOR from time to time under
this or any other contract.

3.5.2.1 The CONTRACTOR shall provide at his own cost and initiative suitable water meters approved
by the Site Engineer for measurement of water units consumed by the CONTRACTOR for
determination of the payment due in this behalf to the OWNER. Such meters shall be under the
custody and control of the OWNER.

3.5.2.2 In the event of failure or defect of meters, water charges shall be calculated on the consumption
determined by the Engineer-in-Charge (whose decision shall be final both as regards the existence
of a defect or failure and as regards the water consumed).

3.5.3.0 The OWNER may without notice or specifying any cause suspend or discontinue water supply to
the CONTRACTOR and such suspension or discontinuation shall not entitle the CONTRACTOR
any compensation or damages or constitute a basis for extension of time for completion or other
claim whatsoever.

3.5.4.0 Water supplied by the OWNER to the CONTRACTOR shall be entirely at the risk of the
CONTRACTOR as to the continuity and regularity of supply and maintenance and adequacy of
pressure without any warrant by or liability to the OWNER in respect thereof and without
entitlement to the CONTRACTOR on grounds of discontinuance, irregularity, drop or rise in
pressure or other cause whatsoever to claim from OWNER in respect thereof or the consequences
thereof.

3.6.0.0 LAND:

3.6.1.0 Without prejudice to the provision of Clause 3.3.0.0 hereof and following clauses thereunder, the
OWNER may at his discretion and convenience, if it has sufficient available land at its disposal,
provide land to the CONTRACTOR near or about the job site, for the construction of the
CONTRACTOR’s field office(s), godowns, workshops, assembly yard and residential
accommodation required for or in connection with the execution of the work(s). Such land shall be
utilised by the CONTRACTOR only for the purpose of the contract and for the duration of the
contract.

3.6.2.0 The CONTRACTOR shall at his own cost and initiative construct temporary buildings or other
accommodation necessary for the purpose and make suitable arrangements for water and power
supply thereto and for provision of sanitary, drainage and dewatering arrangements thereof in
accordance with plans / designs / layouts previously approved by the Site Engineer in this behalf.

3.6.3.0 Any land provided by the OWNER to the CONTRACTOR within the provisions hereof shall be
strictly on a licence basis, and shall not create any right, title or interest whatsoever in the
CONTRACTOR herein or in respect thereof.

3.6.4.0 The CONTRACTOR shall pay the licence fee @ Rs.20/- (Rupees Twenty only) per 100 (One
hundred) square meters or part thereof, per month or part thereof, for any land made available to
the CONTRACTOR within the provisions hereof, and the OWNER shall be entitled (without
prejudice to any other mode of recovery), to recover licence fee from the Running / Final Bill(s) of
the CONTRACTOR and / or any other payments due to the CONTRACTOR from time to time
under this or any other contract.

3.6.5.1 Notwithstanding anything herein provided, the OWNER reserves the right at any time during the
pendency of the work to ask the CONTRACTOR to vacate the land or any part thereof on giving
7 (seven) days written notice to the CONTRACTOR in this behalf.
23
3.6.5.1 Forthwith on or before the expiry of such notice or within two weeks of the completion of the
works or the earlier determination of the Contract, the CONTRACTOR shall remove all
constructions, works, piping and other installations, whatsoever, not forming part of the
contractual works put up or erected by the CONTRACTOR upon the land, and shall have the land
cleared, levelled and dressed to the satisfaction of the Engineer-in-Charge.

3.6.5.2 The CONTRACTOR shall not be entitled upon any vacation or notice within the provisions of
Clause 3.6.5.0 hereof to claim any resultant compensation or damage from the OWNER, nor shall
such notice or vacation constitute a ground or basis for any extension of time for completion.

3.6.5.2 Likewise, the OWNER may at its discretion and convenience upon such terms and conditions as
the OWNER may prescribe in this behalf, arrange or allocate or provide to the CONTRACTOR,
borrow area(s) or quarry or mining rights and / or any right(s) of way or other access to or about
the job site and unless specifically excluded, the provisions of Clause 3.1.3.0 hereof above, shall
apply in respect of any borrow area, quarry, mining right and / or right of way or other access
allocated, arranged, provided or permitted by the OWNER to the CONTRACTOR.

3.6.6.1 The OWNER shall be entitled, at any time without notice to the CONTRACTOR, to suspend or
withdraw use by the CONTRACTOR of any such area, right or access as aforesaid and no
suspension or withdrawal of such facility, or disruption or inadequacy thereof by virtue of flood,
disrepair or other cause whatsoever, shall form the basis of any claim by the CONTRACTOR, for
compensation or damages or ground for extension of time for completion. Upon such notice or
within two weeks of the completion of the works or the earlier determination of the Contract the
provisions of Clause 3.6.5.1 hereof shall mutatis mutandis apply.

3.7.0.0 Notwithstanding anything herein provided, the provisions of Clause 7.0.5.0 to 7.0.7.0 hereof and
related clauses applicable consequent upon termination of contract shall apply to any breach by the
CONTRACTOR of his obligations within the provisions of Clause 3.4.1.2, 3.5.1.2, 3.6.5.1 and
3.6.6.1 hereof as to a breach of Clause 7.0.5.0 hereof.

3.8.0.0 ACCESS TO SITE

3.8.1.0 The CONTRACTOR shall construct, if necessary at his own cost and initiative, temporary access
road to the site from the main public feeder road(s) and from borrow areas and mines and quarries,
and shall so align such roads or ways so as not to interfere with the construction of the site or
hamper construction of pavement roads by or on behalf of the OWNER or other
CONTRACTORS operating at or about the job site.

3.8.2.0 The CONTRACTOR shall, if so required or relative to the performance of any other work at the
site or construction of permanent roads, suspend, discontinue use of and / or re-route any access
road constructed by him. No suspension, discontinuance or re-routing as aforesaid shall form the
basis of any claims by the CONTRACTOR against the OWNER for compensation of damages or
ground for extension of time for completion or other claim whatsoever.

3.9.0.0 LABOUR, MACHINERY & EQUIPMENT

3.9.1.0 If, during the execution of the works, the OWNER shall for any cause find it necessary to do so,
the OWNER may, at its discretion and convenience provide labour, machinery and / or equipment
to the CONTRACTOR for the performance of the work and / or testing of the works. The terms
and conditions for provisions and / or hiring of such labour, equipment, machinery shall, in
addition to any other condition relative thereto as may be specified by the OWNER, unless
expressly excluded, be deemed to include the following:

(i) Charges: The labour, equipment and / or machinery shall be supplied at the rate(s) in this
behalf prescribed by the OWNER from time to time.
24
(ii) Recoveries: The amount(s) recoverable by the OWNER from the CONTRACTOR in respect
of labour, equipment and / or machinery procured or supplied by the OWNER shall (without
prejudice to any other mode of recovery) be debited to the CONTRACTOR’s account and
deducted from the Running Account / Final Bill(s) of the CONTRACTOR and / or any
monies from time to time becoming due to the CONTRACTOR.

(iii) Any labour, equipment and / or machinery supplied or procured by the OWNER shall be
utilized by the CONTRACTOR only for use in the contractual work.

(iv) The CONTRACTOR shall be responsible to ensure utilization of the equipment and / or
machinery only within the capacity of such equipment and / or machinery, to ensure the
proper utilization thereof in all respects without any manner of abuse or excess, and shall
follow and obey all instructions or directions as shall or may be given by the Site Engineer in
respect thereof, and if so required by the Site Engineer, shall provide at cost (to be
determined by the Engineer-in-Charge in the event of dispute) labour for the operation,
maintenance and repair of the equipment / machinery and / or shall operate, maintain and/or
repair the same at his own costs and expenses, and provide all the inputs necessary for the
operation, repair and maintenance thereof, including spare parts, fuel and lubricants. The
CONTRACTOR shall keep the OWNER indemnified from and against all losses, damages
and / or costs, charges and expenses resultant from any breach or failure to observe the
provisions hereof.

(v) The CONTRACTOR shall ensure the safe-keeping and custody of the equipment and
machinery at the site and shall be exclusively responsible and accountable for any loss,
damage, theft or misuse thereof (and shall make proper arrangement for the storage and watch
and ward thereof) and shall keep the OWNER indemnified from and against the same.

(vi) The CONTRACTOR shall ensure return of the equipment / machinery to the OWNER upon
the Completion of the works or earlier determination of the Contract or as and when called
upon by the OWNER to return the same during the execution of the work in the same
condition in which the equipment / machinery was at the time of bringing the same to job site
or delivery to the CONTRACTOR, as the case may be.

(vii) The provisions of Clause 3.2.1.0 hereof shall mutatis mutandis apply to equipment and
machinery supplied by the OWNER to the CONTRACTOR.

3.10.0.0 GOVERNMENT CONTROLLED MATERIALS

3.10.1.0 In respect of all Government controlled or other scarce/imported materials in respect of which
licenses, release orders, permits or authorisations have been granted in the name of the OWNER,
the CONTRACTOR shall be deemed to be acting on behalf of the OWNER and as agent of
OWNER in respect of deliveries taken by the CONTRACTOR against any licences, release
orders, permits, or authorisations issued in the name of OWNER for Government controlled
materials. The ownership in such materials shall (without prejudice to the responsibility/liability of
the CONTRACTOR in respect thereof as set out in the various conditions hereof) vest in the
OWNER from the point of time when it would have ordinarily vested in the OWNER on a direct
delivery to the OWNER.

25
SECTION – 4

PERFORMANCE OF WORK

4.0.0.0 GENERAL.

4.0.1.0 All works shall be performed and executed by the CONTRACTOR in strict conformity with the
Job Description, Specifications, Plans, Drawings, Designs and other Contract Documents
applicable to the specific work(s) and any relative orders or instructions as may be issued to the
CONTRACTOR by the Engineer-in-Charge or Site Engineer from time to time.

4.0.2.0 The Engineer-in-Charge and Site Engineer shall be entitled from time to time or at any time at
their discretion in order to procure the proper performance of the work and/or the proper
compliance with the specifications or other contractual requirements to issue written orders or
instructions to the CONTRACTOR relative to the performance and / or execution of the work(s)
by the CONTRACTOR or otherwise relative to any matter touching or affecting the Contract or
arising therefrom, and to revise or revoke any orders or instructions previously issued, and
the CONTRACTOR shall, subject to provisions of the following clause, obey and/or abide
thereby.

4.0.2.1 Without prejudice to the provisions of Clause 4.0.2.0 hereof and associated clauses thereto,
should the CONTRACTOR require any clarification in respect of any orders or instructions
issued by the Engineer-in-Charge or Site Engineer, or should there appear to the
CONTRACTOR to be any contradiction between any orders or instructions issued by the
Engineer-in-Charge or Site Engineer and / or between any order(s), instruction(s) and the
Contract Document or any of them, the CONTRACTOR shall refer the matter immediately in
writing to the Engineer-in-Charge for his decision before proceeding further with the work, and
the decision of the Engineer-in-Charge on any such matter shall be final and binding upon the
CONTRACTOR, who shall perform the work accordingly without entitlement to any claim
against or compensation from the OWNER resultant upon such order, instruction or decision.

4.0.3.0 The CONTRACTOR shall, within 10 (ten) days of receipt of notification of Acceptance of
Tender, name at each job site at which the CONTRACTOR shall be awarded any work under
the Contract, an engineer responsible for the work at the job site on behalf of the
CONTRACTOR. The said Engineer of CONTRACTOR shall be the representative of the
CONTRACTOR at the job site for and relative to all actions and transactions and dealings on
behalf of the CONTRACTOR and to whom labour, materials, equipment and / or machinery
procured or supplied by the OWNER may be given and to whom all Plans, Designs, Drawings,
Orders and Instructions or other documents or communications for or relative to the job site may
be given, with the intent that all transactions and dealings had with the said engineer shall be
deemed to have been had with the CONTRACTOR, and any and all Plans, Drawings, Designs,
Orders, Instructions, Documents or Communications and / or labour, material, equipment or
machinery delivered to said engineer shall be deemed to have been delivered to the
CONTRACTOR.

4.0.3.1 The Engineer(s) / supervisors appointed by the CONTRACTOR or his Sub-Contractors / other
agencies, for the work shall be duly and adequately qualified with relevant experience to
handle the work of the contract to the satisfaction of the Engineer-in-Charge. For this purpose,
the CONTRACTOR shall furnish the bio-data of the Engineer(s) / supervisors proposed to be
appointed by him for the work to the Engineer-in-Charge for his approval. The
CONTRACTOR shall be bound to appoint only such technical personnel as are approved by the
Engineer-in-Charge for handling the work from time to time.

26
4.0.4.0 The CONTRACTOR shall provide and maintain, at or about each job site, an office for the
working accommodation of the CONTRACTOR’s engineer(s) and staff. Such office shall
remain open and attended at all hours during which work is being performed at the job site, for
the receipt of orders, instructions, notices, and other communications.

4.0.5.0 The CONTRACTOR shall co-operate with and afford the OWNER / Engineer-in-Charge and
other CONTRACTORS engaged at the site, access to the work and supply at cost determined by
the Engineer-in-Charge (whose decision shall be final) of power and water for the performance
of the work entrusted to them and / or for the carriage and storage of materials by them and
whenever any work is contingent or dependent upon the performance of any work by the
CONTRACTOR or is being done in association, collaboration or in proximity with any other
CONTRACTORs, the CONTRACTOR shall co-operate with the OWNER or other
CONTRACTOR(s) / agency(ies) involved in such work to ensure the harmonious working
between the CONTRACTOR and the OWNER / CONTRACTOR(s), agency(ies) involved, and
shall comply with any instructions issued by the Engineer-in-Charge for the purpose.

4.0.6.0 The OWNER/Engineer-in-Charge shall be entitled at its/his discretion, to appoint one or more
Site Engineers and / or other personnel at or about each job site on behalf of the OWNER to do
such acts, deeds, matters and things as may be necessary to safeguard the OWNER’s interest
including (but not limited to, at the discretion of the OWNER), supervision and testing of the
work(s) being conducted by the CONTRACTOR at the job site and rendering such assistance to
the CONTRACTOR relative thereto as the OWNER or such engineer(s) or personnel shall or
may deem fit, it being understood, however, that the presence of any engineer(s) or personnel of
the OWNER at or about each job site or any supervision, inspection or test performed or
conducted by any such engineer(s) and / or personnel of the OWNER in respect of any work(s)
or any other assistance rendered by such engineer(s) and / or personnel to the CONTRACTOR
relative thereto, shall be without any attendant obligation or liability of the OWNER vis-à-vis
the CONTRACTOR, nor shall relieve the CONTRACTOR of his full responsibility in respect
of the work(s) under the Contract or bind the OWNER or accept as satisfactory or complete and
/ or in accordance with the Contract any work(s) performed by the CONTRACTOR which has /
have been supervised, inspected, tested or assisted by the said engineer(s) and / or personnel of
OWNER.

4.0.7.0 If the CONTRACTOR’s work or any part thereof shall be consequent or resultant upon any
works performed by any other person or shall be in continuance thereof or otherwise based or
founded thereon, the CONTRACTOR shall before commencing with its/his work, bring to the
notice of the Engineer-in-Charge and the Site Engineer, in writing, any defects existing in said
prior works, failing which the CONTRACTOR shall be deemed to have accepted as complete
and proper the said prior works and to have waived any and all rights to complaint of or in
respect of any defect(s) as may exist therein.

4.1.0.0 THE JOB SITE

4.1.1.0 The Engineer-in-Charge shall furnish the CONTRACTOR with only four corners of the job site
and a level bench mark, and the CONTRACTOR shall at his own cost and initiative set out the
work to the satisfaction of the Site Engineer, but shall be solely responsible for the accuracy of
such setting up notwithstanding the satisfaction as aforesaid of the Site Engineer or any other
assistance rendered by the Site Engineer for the purpose.

4.1.2.0 The CONTRACTOR shall provide, fix and be responsible for the maintenance of all stakes,
templates, contour and level marks, profiles and the like and shall take all precautions necessary
to prevent their removal or disturbance, and shall be responsible for the consequence of such
removal or disturbance and for their efficient and timely reinstatement. The CONTRACTOR
shall also be responsible for the maintenance of all survey marks, boundary marks, distance
marks, and centre line marks, whether existing or supplied / fixed by the CONTRACTOR.

27
4.1.3.0 Before commencing the work, the CONTRACTOR shall at his own cost and initiative, provide
all necessary reference and level posts, pegs, bamboos, flags, ranging rods, strings and other
materials for proper layout of the work in accordance with scheme for benchmarks acceptable to
the Site Engineer. The centre, longitudinal or face line and cross line shall be marked by means
of small masonary pillars. Each pillar shall have a distinct mark at the centre to enable a
theodolite to be set over it. No work shall be started until all these points are approved by the
Site Engineer but, such approval shall not relieve the CONTRACTOR of any of his
responsibilities in respect of adequacy or accuracy thereof. The CONTRACTOR shall also
provide all labour, material and other facilities necessary for the proper checking of layout and
inspection of the points during construction.

4.1.4.0 Pillars bearing geodetic marks located at the sites of works under construction should be
protected and fenced by the CONTRACTOR.

4.1.4.1 On completion of works, the CONTRACTOR must submit to the Engineer-in-Charge the
geodetic documents according to which the work was carried out.

4.1.5.0 The CONTRACTOR shall be exclusively responsible for provision and maintenance of
horizontal and vertical alignments and levels and for the correctness of every part of the work in
accordance therewith and shall at his own cost rectify any errors or imperfectness therein.

4.2.0.0 CONDITIONS OF WORK

4.2.1.0 Work shall be carried on for a minimum of 48 (forty-eight) hours a week and 8 (eight) hours on
any working day. If necessary, the CONTRACTOR shall work overtime or in two or more
shifts in a day. Except as herein specifically provided to the contrary, the CONTRACTOR shall
not be entitled to any extra compensation or remuneration for overtime or double or triple shift
working, nor shall the OWNER anywise be responsible for any idle time payments to
CONTRACTOR’s staff or for labour, equipment or machinery, howsoever occasioned, and the
CONTRACTOR waives any and all contrary rights and claims.

4.2.1.1 Should it be necessary to work on Sunday and / or holiday, the CONTRACTOR shall so work
without extra compensation, after obtaining prior approval from the Site Engineer or the
Engineer-in-Charge.

4.2.2.0 The execution of the work(s) shall entail working in all seasons including the monsoons. In so
far as necessary, the CONTRACTOR shall maintain at each job site at all times such material,
labour, pumps, equipment and machinery as may be required for the performance of the work
during the monsoon or other rains and shall plan well in advance for the collection of material
and equipment and the erection of such tarpaulins, sheds, wind breakers and / or other protection
as shall or may be necessary for the work during the monsoon or other rains so that the rains or
monsoon shall not hamper working.

4.2.2.1 The CONTRACTOR shall also arrange and bring to each job site such special equipment and
machinery as may be necessary to enable work during the monsoon, and shall, at his own cost
and initiative, arrange at all times for dewatering the job sites so as to keep the construction site
and areas to be worked upon, free of water.

4.2.2.2 The CONTRACTOR shall not be entitled to any extra compensation or remuneration for or
relative to any work to be done in any season including during the monsoon, or for or relative to
any special arrangements to be made and / or equipment or machinery to be brought to the job
site(s) to enable such working.

28
4.3.0.0 TIME FOR COMPLETION

4.3.1.0 The CONTRACTOR shall complete in all respects in accordance with the Contract, the entire
work at each job site within the time specified in this behalf in the Time Schedule.

4.3.2.0 If the OWNER so requires, the Progress Schedule in the form of PERT chart, giving the latest
dates of starting and the latest dates of finishing of various operations comprising the work as
also the activities in the critical path and the latest dates for achievement of specific milestones
in respect of the work so as to complete in all respects the works (including testing and
consequential operations) within the time provided in the Time Schedule. This Progress
Schedule should also indicate the interlinking of the various activities and bring to light the
specific/critical items on which the inputs from the OWNER / Engineer-in-Charge /Consultant
or other agencies, if any, would be required, to ensure adherence to the schedule.

4.3.3.0 If the CONTRACTOR shall fail to submit to the OWNER/Engineer-in-Charge a Progress


Schedule as envisaged above or if the OWNER/Engineer-in-Charge and CONTRACTOR fail
to agree upon the Progress Schedule as envisaged above, then the Engineer-in-Charge shall
prepare the Progress Schedule (the dates of progress as fixed by the Engineer-in-Charge being
final and binding upon the CONTRACTOR except as herein otherwise expressly provided), and
shall issue the Progress Schedule so prepared to the CONTRACTOR, which shall then be the
Approved Progress Schedule and all the provisions of Clause 4.3.2.0 shall apply relative thereto.

4.3.4.0 Any reference in the Contract Documents to the “Approved Progress Schedule” or to the
“Progress Schedule” shall mean the “Approved Progress Schedule” specified in Clause 4.3.2.0
above or the “Progress Schedule” prepared and issued by the Engineer-in-Charge as specified in
Clause 4.3.3.0 above, whichever shall be in existence. In the absence of such approved Progress
Schedule or such Progress Schedule prepared by the Engineer-in-Charge, the Progress Schedule
first prepared by the CONTRACTOR (with the incorporation of the OWNER’s/Engineer-in-
Charge’s comments thereon, if any), shall until such approved Progress Schedule or such
Progress Schedule prepared by the Engineer-in-Charge comes into existence, be deemed to be
the Progress Schedule for the purpose of the Contract.

4.3.5.0 Within 7 (seven) days of the occurrence of any act, event or omission which, in the opinion of
the CONTRACTOR, is likely to lead to delay in the commencement or completion of any
particular work(s) or operation(s) or the entire work at any job site(s) and is such as would
entitle the CONTRACTOR to an extension of the time specified in this behalf in the Progress
Schedule(s), the CONTRACTOR shall inform the Site Engineer and the Engineer-in-Charge in
writing of the occurrence of the act, event or omission and the date of commencement of such
occurrence. Thereafter, if even upon the cessation of such act or event or the fulfillment of the
omission, the CONTRACTOR is of opinion that an extension of the time specified in the
Progress Schedule relative to particular operation(s) or item(s) or work or the entire work at the
job site(s) is necessary, the CONTRACTOR shall within 7 (seven) days after the cessation or
fulfillment as aforesaid make a written request to the Engineer-in-Charge for extension of the
relative time specified in the Progress Schedule and the Engineer-in–Charge may at any time
prior to completion of the work extend the relative time of completion in the Progress Schedule
for such period(s) as he considers necessary, if he is of opinion that such act, event or omission
constitutes a ground for extension of time in terms of the Contract and that such act, event or
omission has in fact resulted in insurmountable delay to the CONTRACTOR.

4.3.5.1 The application for extension of time made by the CONTRACTOR to the Engineer-in-Charge
should contain full details of:

(a) The notice under Clause 4.3.5.0 with a copy each of the notice sent to the Engineer-in-
Charge and Site Engineer,

(b) The activity for the Progress schedule affected,

(c) The bottleneck(s) or obstruction(s) perceived/experienced, and the reason(s) therefor,

29
(d) Extension required/ necessitated on account of (c) above,

(e) Extension required /necessitated on account of reasons attributable to the OWNER,

(f) Extension required/ necessitated on account of force majeure reasons, and

(g) The total extension of time (if any) required/ necessitated for completion, taking the above
into account and after eliminating all overlaps.

4.3.5.2 The opinion/ decision of the Engineer-in-Charge in this behalf and as to the extension of time
necessary shall, subject to the provisions of clause 4.3.6.0 hereof, be final and binding upon the
CONTRACTOR.

4.3.6.0 Notwithstanding the provisions of clause 4.3.5.0 hereof, the OWNER may at any time at the
request of the CONTRACTOR made by way of appeal either against the decision of the
Engineer-in-Charge taken under clause 4.3.5.0 or against the Engineer-in-Charge’s refusal to
take a decision under the said clause, if satisfied of the work or any item or operation thereof for
such period(s) as the OWNER may consider necessary, and the decision of the OWNER as to
the existence or otherwise of any grounds justifying the extension and as to the period(s) of
extension necessary shall be final and binding upon the CONTRACTOR.

4.3.7.0 Subject as elsewhere herein or in the contract documents expressly provided, only the existence
of force majeure circumstances as defined in clause 4.3.8.0 hereof shall afford the
CONTRACTOR a ground for extension of time for completion of the work or any part of the
work or any operation(s) involved therein, and specifically without prejudice to the generality of
the foregoing, inclement weather, strike, shutdown, third party breach, delay in supply of
material(s) or commercial hardship shall not afford the CONTRACTOR a ground for extension
of time or relieve the CONTRACTOR of his/its full obligations under the Contract, nor will any
forced shutdown or idleness or other impediment in progress or completion of the work due to
any reason whatsoever afford the CONTRACTOR a ground for extension of time or relieve the
CONTRACTOR of his/its full obligations under the Contract except and to the extent otherwise
elsewhere herein specifically provided, nor shall any shut down or idle time charges be payable
by the OWNER to the CONTRACTOR for delay in the commencement, progress or completion
of the work due to any reason whatsoever, including due to the existence of force majeure
circumstances.

4.3.8.0 The term “FORCE MAJEURE” as employed in this contract shall mean wars (declared or
undeclared) or revolutions, civil wars, tidal waves, fires, major floods, earthquakes, epidemics,
quarantine restrictions and freight embargoes and transporters strikes affecting the country as a
whole.

4.3.9.0 Upon an extension of the time for completion of the work or any part of the work or any
operation(s) involved therein pursuant to Clause 4.3.5.0 or Clause 4.3.6.0 hereof, the extended
date/time of completion shall be deemed to be the relative date of completion in the Progress
Schedule, and such extension shall constitute the sole remedy of the CONTRACTOR for and/or
arising out of such delays, and the CONTRACTOR hereby waives any and all contrary rights.

4.3.10.0 The mere fact that the OWNER shall not have terminated the contract or that the OWNER or
Engineer-in-Charge has permitted the CONTRACTOR, for the time being, to continue with the
work for its completion shall not prejudice the full rights and remedies available to the OWNER
under the contract arising out of the delayed completion, including the right of Price discount,
damages and/or termination. Such permission(s) shall unless specifically stated to be an
extension of time under Clause 4.3.5.0 or Clause 4.3.6.0, as the case may be, not be construed as
extension(s) of time under Clause 4.3.5.0 or 4.3.6.0 hereof, and shall merely constitute an
indication or intimation, as the case may be, of the OWNER’s willingness, for the time being, to
accept the delayed completion, subject to its rights under the Contract.

30
4.3.11.0 No assurance, representation, promise or other statement by any personnel, engineer or
representative of the OWNER in relation to extension of time for commencement or completion
of any work(s) or operation thereof or of the entire works under the Contract shall be binding
upon the OWNER or shall constitute an extension of time for commencement or completion of
the entire work(s) or any part or operation thereof within the provisions of Clause 4.3.5.0 or
Clause 4.3.6.0 hereof, unless the same has been communicated to the CONTRACTOR in
writing by the Engineer-in-Charge under Clause 4.3.5.0 or by the General Manager under
Clause 4.3.6.0 and the writing specifically states that it embodies an extension of time within the
provisions of Clause 4.3.5.0 or Clause 4.3.6.0 as the case may be, and without prejudice to the
aforegoing, the mere agreement or prescription or signing of a Progress Schedule by the Site
Engineer or any site representative of the OWNER at variance with the Progress Schedule, as
the case may be, referred to in Clauses 4.3.2.0, 4.3.3.0 and/or 4.3.4.0 hereof or containing an
extended time of commencement or completion in respect of the entire work(s) or any part or
operation thereof shall not anywise constitute an extension on time in the terms of the Contract
so as to bind the OWNER or relieve the CONTRACTOR of all or any of his liabilities under the
Contract, nor shall constitute a promise on behalf of the OWNER or a waiver by the OWNER of
any of its rights in terms of the Contract relative to the performance of the Contract within the
time specified or otherwise, but shall be deemed only (at the most) as a guidance to the
CONTRACTOR for better organising his work on a recognition that the CONTRACTOR has
failed to organise his work and/or perform the same within the time specified in the Progress
Schedule established within the provisions of Clause 4.3.2.0 or Clause 4.3.3.0 or Clause 4.3.4.0
hereof, as the case may be.

4.4.0.0 PRICE ADJUSTMENT FOR DELAY IN COMPLETION

4.4.1.0 The contractual price payable shall be subject to adjustment by way of discount as hereinafter
specified, if the Unit(s) are mechanically completed or the contractual works are finally
completed, subsequent to the date of Mechanical Completion/final completion specified in the
Progress Schedule.

4.4.2.0 If Mechanical Completion of the Unit(s)/final completion of the works is not achieved by the
last date of Mechanical Completion of the Unit(s)/final completion of the works specified in the
Progress Schedule (hereinafter referred to as the “starting date for discount calculation”), the
OWNER shall be entitled to adjustment by way of discount in the price of the works and
services in a sum equivalent to the percent of the total contract value as specified below namely:

(i) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
1 (one) week of the starting date for discount calculation - ½ % of the total contract value.

(ii) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
2 (two) weeks of the starting date for discount calculation - 1 % of the total contract value.

(iii) For Mechanical Completion of the Unit(s)/final completion of the works achieved within 3
(three) weeks of the starting date for discount calculation - 1½ % of the total contract
value.

(iv) For Mechanical Completion of the Unit(s)/final completion of the works achieved within 4
(four) weeks of the starting date for discount calculation - 2 % of the total contract value.

(v) For Mechanical Completion of the Unit(s)/final completion of the works achieved within 5
(five) weeks of the starting date for discount calculation - 2½ % of the total contract value.

(vi) For Mechanical Completion of the Unit(s)/final completion of the works achieved within 6
(six) weeks of the starting date for discount calculation – 3 % of the total contract value.

31
(vii) For Mechanical Completion of the Unit(s)/final completion of the works achieved within 7
(seven) weeks of the starting date for discount calculation – 3½ % of the total contract
value.

(viii) For Mechanical Completion of the Unit(s)/final completion of the works achieved within 8
(eight) weeks of the starting date for discount calculation – 4 % of the total contract
value.

(ix) For Mechanical Completion of the Unit(s)/final completion of the works achieved within 9
(nine) weeks of the starting date for discount calculation – 4½ % of the total contract
value.

(x) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
10 (ten) weeks of the starting date for discount calculation - 5 % of the total contract value.

(xi) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
11 (eleven) weeks of the starting date for discount calculation – 5 ½ % of the total contract
value.

(xii) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
12 (twelve) weeks of the starting date for discount calculation – 6 % of the total contract
value.

(xiii) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
13 (thirteen) weeks of the starting date for discount calculation – 6 ½ % of the total
contract value.

(xiv) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
14 (fourteen) weeks of the starting date for discount calculation - 7 % of the total contract
value.

(xv) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
15 (fifteen) weeks of the starting date for discount calculation - 7 ½ % of the total contract
value.

(xvi) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
16 (sixteen) weeks of the starting date for discount calculation – 8 % of the total contract
value.

(xvii)For Mechanical Completion of the Unit(s)/final completion of the works achieved within
17 (seventeen) weeks of the starting date for discount calculation – 8 ½% of the total
contract value.

(xviii) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
18 (eighteen) weeks of the starting date for discount calculation - 9 % of the total contract
value.

(xix) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
19 (nineteen) weeks of the starting date for discount calculation – 9 ½% of the total
contract value.

(xx) For Mechanical Completion of the Unit(s)/final completion of the works achieved within
20 (twenty) weeks of the starting date for discount calculation – 10 % of the total contract
value.

(xxi) The reduction in the contract price hereunder by way of price discount shall in no event
exceed 10% (ten percent) of the total contract value.

32
4.4.2.1 The starting date for discount calculation shall be subject to variation upon extension of the date
for Mechanical Completion of the Unit(s)/final completion of the works with a view that upon
any such extension there shall be an equivalent extension in the starting date for discount
calculation under Clause 4.4.2.0 hereof.

4.4.2.2 It is specifically acknowledged that the provisions of Clause 4.4.2.0 constitute purely a
provision for price adjustment and/or fixation and are not to be understood or construed as a
provision for liquidated damages or penalty under Section 74 of the Indian Contract Act or
otherwise.

4.4.3.0 Application of price adjustment under clause 4.4.2.0 above shall be without prejudice to any
other right of the OWNER, including the right of termination under Clause 7.0.1.0 and
associated clauses thereunder.

4.4.4.0 Nothing in Clause 4.4.2.0 above shall prevent the OWNER from exercising its right of
termination of Contract under Clause 7.0.1.0 hereof and associated clauses thereunder, and
OWNER shall be entitled, in the event of exercising its said right of termination after the last
date for Mechanical Completion of the Unit(s) and/or final completion of the works as
stipulated in the relative Progress Schedule without prejudice to any other right or remedy
available to the OWNER, to discount as aforesaid in the contractual price of services in addition
to any amount as may be due consequent to a termination under Clause 7.0.1.0 hereof and
associated clauses thereunder.

4.5.0.0 SCHEDULE OF ACTIVITIES

4.5.1.0 The provisions of this Clause 4.5.0.0 and associated Clauses thereunder shall apply only to a
contract in which the Schedule of Rates specifies a lumpsum price payable for the whole or any
part of the work(s) or activities covered by the Contract. If only part(s) of the work(s) or
activities under the Contract are the subject of a lumpsum price then the provisions of this
clause shall apply only to such part.

4.5.1.1 The CONTRACTOR shall within 30 (thirty) days from the date of issue of the Letter of
Acceptance, furnish to the OWNER a detailed schedule of Activities specifying in detail the
various activities which the CONTRACTOR would be required to perform and the milestones
with respect to each which the CONTRACTOR would have to achieve in order to set up and
establish the Unit.

4.5.2.0 Each activity entered in the schedule of Activities and each milestone therein shall be priced so
as to break-up so far as possible, the lumpsum price of services into various priced milestones of
achievements and priced activities required to achieve those milestones. The Schedule of
Activities and the said priced break-up of activities therein are intended only to provide a basis
for the purpose of calculating on account payments for services and for the calculating payments
due to the CONTRACTOR under Clause 2.7.5.0 hereof upon cancellation of Contract, and for
no other purpose.

4.5.3.0 The OWNER shall review or cause to be reviewed the prima facie adequacy, sufficiency,
validity and/or suitability of the activities listed in the Schedule of Activities for the works they
are intended, and of the prices indicated in the Schedule of Activities in respect thereof. Such
review shall be performed in conjunction with the design, engineering, specification and other
technical reviews to be done by the OWNER and all provisions applicable thereto shall be
applicable to the review of the Schedule of Activities.

4.5.4.0 No such review shall in any manner absolve the CONTRACTOR of his full responsibility under
the contract to perform within the lump-sum price of services specified in the Price-Schedule,
all services and to perform and undertake the work(s) required to set up and establish the Unit in
accordance with the Contract and the specifications, complete in all respects, whether or not any
particular work or activity required is included within the schedule of activities and whether or
not the price thereof is included in the price indicated in the Schedule of Activities and whether

33
or not the price thereof is in conformity with the price thereof indicated in the Schedule of
Activities. The review and approval of the Schedule of Activities and the prices therein are
intended only for the satisfaction of the OWNER that the priced Schedule of Activities prima
facie covers the activities required to be performed by the CONTRACTOR within the scope of
services.

4.5.5.0 The Schedule of Activities shall be subject to amendment in both items and prices in so far as
necessary consequent upon any amendment in any relevant related technical particulars, and
upon any amendment, the amended Schedule of Activities as approved by the OWNER shall
thereafter constitute the Schedule of Activities as envisaged in the Contract Documents.

4.6.0.0 REPORTS AND RECORDS

4.6.1.0 The CONTRACTOR shall, from time to time, maintain at each job site (in addition to any
records or registers required to be maintained by the CONTRACTOR under any law, rule or
regulation having the force of law) such records and registers as the Engineer-in-Charge or Site
Engineer shall or may require the CONTRACTOR to keep and / or maintain from time to time.

4.6.2.0 In addition to any other records or registers required to be maintained by the CONTRACTOR
from time to time and / or to the reports required to be furnished by the CONTRACTOR, the
CONTRACTOR shall daily or otherwise as may be prescribed by Engineer-in-Charge or Site
Engineer, submit to the Site Engineer a Progress Report of all work done and / or progress
achieved by the CONTRACTOR at each job site within the preceding day or the period of last
report, as the case may be.

4.6.2.1 The receipt and / or acceptance of any such report by the Site Engineer shall be without
prejudice to the full rights and remedies of OWNER and obligations / liabilities of the
CONTRACTOR under the Contract, and shall not anywise operate as an estoppel against the
OWNER by reason of the fact that no notice or objection was taken of or to any information
contained in any such report; nor shall any statement in any such report be deemed to be correct
merely by virtue of the existence of such statement, and its being uncontroverted by any officer
of the OWNER.

4.6.3.1 The CONTRACTOR shall also maintain at each job site a Site Order / Site Instructions Book, in
which the day to day instructions of the Site engineer / Engineer-in-Charge / other Inspecting
Officers of the OWNER shall be recorded. Each such Order / Instruction shall be duly
acknowledged and compliance with the same shall also be recorded in the appropriate columns
of the Site Order / Site Instructions Book.. This book shall be kept available for inspection by
the Officers of the OWNER. The Site Order / Site Instruction Book shall be lodged with the
Engineer-in-Charge on completion of the Work or sooner determination of the contract for any
cause.

4.7.0.0 EXECUTION OF THE WORK

4.7.1.0 The CONTRACTOR shall provide sufficient labour, staff (qualified and unqualified),
machinery, tools and equipment, material, consumables, utilities and things whatsoever
necessary for the proper performance of the work and to ensure the rate of progress as envisaged
in the Progress Schedule.

4.7.1.1 All the skilled persons employed by the CONTRACTOR (directly or through his sub-
contractors and/or other agencies) on the work shall be duly and adequately skilled in their
respective trades, to the satisfaction of the Engineer-in-Charge. Any person employed on the
work found to be inadequately skilled or otherwise incompetent, may be directed by the
Engineer-in-Charge to be removed from the site and replaced by adequately skilled and
competent persons and the CONTRACTOR shall forthwith comply with such directions of the
Engineer-in-Charge.

34
4.7.2.0 If, in the opinion of the Engineer-in-Charge or Site Engineer (the opinion of either of whom in
this behalf shall be final), the work(s), operation(s) at any job site as a whole is/are not meeting
the progress necessary to achieve the relative date of commencement or completion in the
Progress Schedule, the Engineer-in-Charge or Site Engineer may instruct the CONTRACTOR
to employ/provide additional labour, staff, machinery, tools, equipment or material or things
necessary to achieve the required progress and CONTRACTOR shall forthwith comply with
instruction(s).

4.7.3.0 Should the CONTRACTOR fail to comply with such instruction(s) or fail to comply therewith
to the satisfaction of the Engineer-in-Charge (whose opinion in this behalf shall be final and
binding upon the CONTRACTOR) the Engineer-in-Charge may, at his discretion, at the risk
and cost of the CONTRACTOR, appoint, procure or provide the additional labour, staff,
machinery, equipment, tools and materials as the Engineer-in-Charge (whose decision in this
behalf shall be final and binding upon the CONTRACTOR), considers necessary to achieve the
necessary progress in relation to any particular work or operation or the work as a whole. In so
doing, Engineer-in-Charge/Site Engineer shall be deemed to be acting for and on behalf of and
as agent of the CONTRACTOR and all such appointments, procurement and/or provision shall
be deemed to have been made by the CONTRACTOR and paid for by the CONTRACTOR. In
addition to the other amounts payable to OWNER in respect of any labour, staff, machinery,
equipment and/or material, as aforesaid procured or provided by the OWNER, the OWNER
shall be entitled in this event to recover from the CONTRACTOR 15% (fifteen per cent) as
supervision charges on the total expenditure incurred by the OWNER under this clause, on
behalf of the CONTRACTOR.

4.7.4.0 Without prejudice to the OWNER’s rights under Clause 4.7.3.0 and in addition or as an
alternative thereto, should the Engineer-in-Charge at any stage (notwithstanding that the time
for completion of the relative work or item of work as specified in the Progress Schedule has not
expired) be of opinion (the opinion of the Engineer-in-Charge in this behalf being final) that the
performance of any work or item or work by the CONTRACTOR is unsatisfactory (whether in
the rate of progress, the manner, quality or workmanship of the performance, or in the
adherence to specifications, or in the omission, neglect or failure to do, perform, complete or
finish any work or item, or for any other cause whatsoever), the Engineer-in-Charge shall be
entitled (without prejudice to any other rights of the OWNER and/or obligations of the
CONTRACTOR under the Contract) at his discretion and the risk and cost of the
CONTRACTOR appoint one or more sub-contractors for the satisfactory performance thereof
or any part thereof, or may undertake the performance thereof or any part thereof
departmentally, and the provisions of Clause 4.7.3.0 hereof shall mutatis mutandis apply to any
action taken by the Engineer-in-Charge pursuant to this clause in the same manner as applicable
to an action taken under the said clause.

4.7.5.0 If the amount incurred by the OWNER /Engineer-in-Charge, on account of carrying out works
under Clause 4.7.3.0 and 4.7.4.0 above, is in excess of the amount due to the CONTRACTOR
the OWNER shall be entitled to recover the same, at the OWNER’s discretion from any amount
due to the CONTRACTOR from the OWNER under this or under any other contract, and any
Security Deposit(s) or Bank Guarantee(s) of the CONTRACTOR.

4.7.6.0 Any action taken by the Engineer-in-Charge or Site Engineer under Clauses 4.7.3.0 and / or
4.7.4.0 shall be without prejudice to the full rights of the OWNER and full liability of the
CONTRACTOR under the Contract, including but not limited to the OWNER’s full rights
under Clause 4.4.0.0 and associated clauses thereunder, and under Clauses 7.0.7.0 and 7.0.8.0
hereof.

4.8.0.0 SUB CONTRACTS

4.8.1.0 The CONTRACTOR shall not assign, sub-contract or sublet the whole or any part of the work
in any manner, provided the CONTRACTOR may with the prior written approval of the

35
Engineer-in-Charge, sub-contract any particular work or part of the work to a Sub- Contractor
approved by the Engineer-in-Charge.

4.8.2.0 Notwithstanding approval of the sub-contract as aforesaid and notwithstanding that the OWNER
/Engineer-in-Charge shall have received a copy of the Contract between the CONTRACTOR
and Sub-Contractor, the CONTRACTOR shall be and shall remain exclusively responsible to
the OWNER for the due and proper performance of the Contract, and the Sub-Contractor shall
for all purposes vis-à-vis the OWNER be deemed to be the servant / agent of CONTRACTOR
employed for the performance of the particular work with full responsibility on
CONTRACTOR for all acts, omissions and defaults of the sub-contractor.

4.8.3.0 Subject as hereinabove in this behalf specifically permitted and provided, the CONTRACTOR
shall not sub-contract any work under the Contract and any sub-contract in breach hereof shall
be deemed to be an unauthorized sub-contracting of the Contract or part or portion thereof sub-
contracted, as the case may be.

4.8.4.0 If any sub-contractor engaged upon the work at the site executes any work which in the opinion
of the Engineer-in-Charge is not of the requisite standard (the opinion of the Engineer-in-Charge
being final in this behalf), then without prejudice to any other right or remedy available to the
OWNER, the Engineer-in-Charge may, by written notice to the CONTRACTOR, require the
CONTRACTOR to terminate such sub-contract, and the CONTRACTOR shall upon receipt of
such notice, forthwith terminate such sub-contract at the risk and cost of the CONTRACTOR,
and shall keep the OWNER indeminified from and against the consequences.

4.8.5.0 Notwithstanding such sub-contract being approved by Engineer-in-Charge as herein envisaged,


the CONTRACTOR shall at the commencement of every month furnish Engineer-in-Charge
with a list of all sub-contractors engaged and working at the site during the previous month,
with particulars of the general nature of the works performed by them.

4.9.0.0 MISCONDUCT

4.9.1.0 If and whenever any of CONTRACTOR’s or sub-contractor’s agent(s) / sub-agent(s),


consultant(s) or employee(s) shall in the opinion of the Engineer-in-Charge or Site Engineer
(whose opinion in this behalf shall be final) be guilty of misconduct or be incompetent or
insufficiently qualified or negligent in the performance of his / their duties, or if in the opinion
of the Engineer-in-Charge (which shall be final) it is undesirable for any reason (which need not
be disclosed to the CONTRACTOR) for such person(s) to be employed in the work, the
CONTRACTOR, if so directed by the Site Engineer, shall forthwith remove or cause to be
removed such person(s) from employment thereon, and any person(s) so removed shall not be
re-employed in the work except with the prior permission in writing of the Engineer-in-Charge.
Any person(s) so removed from the works shall be immediately replaced at the expense of the
CONTRACTOR by a qualified and competent substitute.

4.9.2.0 If, at any time, in the course of execution of the contract, the OWNER / Engineer-in-Charge
finds that any person employed by the CONTRACTOR or his sub-contractor(s) or other
agency(ies) employed by the CONTRACTOR is not observing and/or is willfully flouting the
operating security and safety precautions of the area in which he is working and / or are found
to be indulging in activities prejudicial to the interest of the OWNER, the CONTRACTOR shall
forthwith, on being directed by the OWNER/ Engineer-in-Charge in this behalf remove or
cause to be removed such person(s), as may be named by the OWNER / Engineer-in-Charge in
this behalf, from the site, within 24 hours of such intimation and such person(s) shall not be re-
employed in this work or any other work under the OWNER, without the prior written
permission of the OWNER. All repatriations of any person(s) removed from the site shall be
done by the CONTRACTOR at his own cost and the vacancy(ies) so caused shall be filled by
the CONTRACTOR at his own expenses by competent substitutes.

36
4.9.3.0 If any activities of any such person are considered by the OWNER or Engineer-in-Charge to be
criminal in character and/or prejudicial to the public or national interest, the CONTRACTOR
shall, in addition to removing such person(s) as stipulated in 4.9.2.0 above, also co-operate with
the OWNER/ Engineer-in-Charge in lodging such complaints with the police or other
authorities as the OWNER or Engineer-in-Charge considers necessary, and shall co-operate
with the OWNER, in handing over such person(s) to the concerned authorities as decided by the
OWNER.

4.9.4.0 The CONTRACTOR shall keep the OWNER indemnified from and against all personnel and
third party claims whatsoever (inclusive of all costs incurred between attorney and client)
arising out of any act or omission or intermission on part of any sub-contractor or agent, sub-
agent, consultant, or employee of the CONTRACTOR or any sub-contractor, whether
committed, omitted or arising with or without the scope of the contract, sub-contract, agency or
employment, or otherwise.

4.10.0.0 CHANGE IN CONSTITUTION OF THE CONTRACTOR:

4.10.1.0 The CONTRACTOR, whether an individual, Proprietary concern, Partnership firm, Private
limited Company or Public Limited Company, shall not make any change(s) in its constitution,
by transfer of substantial shareholding or of management (in the case of a company) or by
addition or deletion of Partners, change in the terms of Partnership, or make any other material
change(s) without prior intimation to and approval of the OWNER. Any such unauthorised
change shall attract the provisions of Clause 7.0.1.0 hereof.

4.11.0.0 DEVIATIONS AND VARIATIONS IN SPECIFICATIONS

4.11.1.0 The Engineer-in-Charge may at his discretion, and without prejudice to any other right or
remedy available to the OWNER in this behalf permit a deviation or variation from the
Specifications or accept any work or items of work performed by the CONTRACTOR at
variance with the Specifications and any such permission, deviation or variation shall ipso facto
be subject to the condition that the monetary benefit of the deviation or variation, as determined
by the Engineer-in-Charge (whose decision shall be final and binding upon the
CONTRACTOR) shall be passed on to the OWNER. In such event the CONTRACTOR shall
be entitled only to such remuneration in respect of such works or item(s) of work as may be
determined by the Engineer-in-Charge after reduction of the monetary benefit arising from the
deviation or variation as determined by the Engineer-in-Charge after reduction of the monetary
benefit arising from the deviation or variation as determined by the Engineer-in-Charge which
determination shall not be disputable by nor can otherwise form the subject matter of a notified
claim by the CONTRACTOR.

4.11.2.0 Any permission or acceptance for any deviation or variation in specification as envisaged in
Clause 4.11.1.0 hereof shall not be understood by the CONTRACTOR unless specifically given
in writing by the Engineer-in-Charge to the CONTRACTOR in the absence of which any
deviation taken or variation done in any work performed by the CONTRACTOR at variance
with contractual specifications, shall be deemed to be defective works attracting consequences
elsewhere herein specified with respect to defective work(s).

37
SECTION – 5

INSPECTION, TESTING AND QUALITY ASSURANCE

5.0.0.0 QUALITY ASSURANCE

5.0.1.0 Within two weeks of the receipt of the Letter of Acceptance from the OWNER, the
CONTRACTOR shall submit to the Engineer-in-charge, a detailed Quality Assurance Plan
envisaged by him for ensuring due and proper adherence to Quality as required by the
Specifications for the work. This Quality Assurance Plan (QAP) shall give in detail the
Organization and Methodology, Checks and controls, as well as the Correction mechanisms built
into the QAP system as envisaged by the CONTRACTOR at the Site and elsewhere, for ensuring
quality inputs into the work and for ensuring quality output on the Job.
5.0.2.0 The Engineer-in-charge shall be entitled, from time to time and at any time to make or cause to be
made such addition(s), modification(s) or alterations(s) in the QAP as he considers necessary to
improve the QAP (the decision of the Engineer-in-Charge in this behalf shall be final and binding
on the CONTRACTOR), and the CONTRACTOR shall thereafter follow the QAP as added,
modified or altered by the Engineer-in-charge.

5.1.0.0 INSPECTION AND TESTING OF MATERIALS

5.1.1.0 The Engineer-in-Charge shall be entitled at all times, at the risk of the CONTRACTOR, to inspect
and/or test by itself or through an independent person(s) or agency(ies) appointed by the OWNER
or Engineer-in-Charge and / or to direct the CONTRACTOR to inspect and/or test or to get
inspected and/or tested, all materials, items and components, whatsoever supplied or proposed for
supply for incorporation in the works, inclusive during the course of manufacture or fabrication by
the CONTRACTOR and / or at the CONTRACTOR ’s or his sub-vendors’ works or otherwise,
of such material, item or component. The inspection and / or tests shall be conducted at the
expense of the CONTRACTOR, and may be directed by the OWNER or Engineer-in-charge to be
conducted by authorized representatives of the OWNER/Engineer-in-charge or third party
inspection agency(ies) appointed by the OWNER. The OWNER may also require that all the
inspections and tests conducted by the CONTRACTOR at his works or his sub-vendors’ works be
carried out in the presence of authorized representatives of the OWNER/Engineer-in-Charge/ third
party inspection agency(ies) appointed by the OWNER. The CONTRACTOR shall provide the
OWNER/ Engineer-in-charge and/or their representatives/Agents every facility or assistance
necessary for carrying out or witnessing, as the case may be, the Test(s)/Inspection(s).

5.1.2.0 The CONTRACTOR shall also on receipt of intimation of any communication of any inspection
or tests by the OWNER/Engineer-in-Charge or any of their representative(s)/agency(ies)
nominated by the OWNER or Engineer-in-Charge in this behalf, present himself or his authorized
representative at the place of inspection and/or testing to receive any orders or instructions
consequent thereto, as shall be necessary.

5.1.3.0 The CONTRACTOR shall furnish to the Site Engineer for approval when requested, or as
required by the specifications or other contract documents, adequate samples of all materials and
finishes intended for incorporation in the works, such samples are to be submitted before the work
is commenced permitting sufficient time for test(s)/examination(s) thereof of the OWNER. All
materials furnished and finishes incorporated in the work shall conform to the approved sample(s)
in all respects.

5.1.4.0 The Engineer-in-Charge and/or Site Engineer shall be entitled to reject at any time any defective
material, item or component (including specially manufactured or fabricated items and

38
components) supplied by the CONTRACTOR for incorporation in the works, notwithstanding
previous inspection and/or testing thereof by or on behalf of the OWNER without rejection and
notwithstanding previous approval thereto by or on behalf of the OWNER (the decision of the
Engineer-in-Charge as to any defect as aforesaid being final and binding upon the
CONTRACTOR), and upon such rejection, the CONTRACTOR shall either perform such work or
improvement thereon or in respect thereof, as shall be necessary to bring the material
item/component to the requisite standard, or shall, if so required by the Engineer-in-Charge
(whose decision in this behalf shall be final), remove the rejected material/item/component from
the job site within the time specified by the Engineer-in-Charge or the Site Engineer and replace it
at his own cost and expense (without additional remuneration or compensation in respect thereof)
with material(s)/item(s)/component(s) approved by the Site Engineer. The provisions of clause
5.2.7.0 hereof shall mutatis mutandis apply to any failure of default by the CONTRACTOR to do
so.

5.2.0.0 INSPECTION AND TESTING OF WORKS

5.2.1.0 The CONTRACTOR shall at all times ensure the highest standards of workmanship relative to the
work, to the satisfaction of the Site Engineer or any Inspector(s) or Inspecting Agency(ies)
nominated by the OWNER/Engineer-in-Charge in this behalf. The Site Engineer/ Inspector(s)/
Inspecting Agency(ies) shall have the power to inspect the work in all respects, at any and all
times up to completion of the work as also to test or instruct the CONTRACTOR to test the works
or any structure, material or component thereof at the risk and cost of the CONTRACTOR, either
by the CONTRACTOR or by any agency(ies) nominated by the OWNER/Engineer-in-Charge or
Site Engineer in this behalf.

5.2.1.1 The CONTRACTOR shall provide all facilities, instruments, material, labour and accommodation
required for inspecting and testing the works (including checking the setting out of the works) and
shall afford the Site Engineer/Inspector(s)/Inspecting Agency(ies) all assistance necessary to
conduct the tests.

5.2.1.2 The CONTRACTOR shall also provide and keep at all times during the progress of the work and
maintenance period, proper means of access to the works and every part thereof by means of
ladders, gangways, etc., and necessary attendance to move and set up the same as directed by the
Site Engineer/Inspector(s)/Inspecting Agency(ies) for inspection or measurement of the works.

5.2.2.0 On no account shall the CONTRACTOR proceed with concreting or other work such as (but not
limited to) foundations, superstructure or edge preparation of pipes for welding) by covering up or
otherwise placing beyond the reach of inspection or measurement any works before necessary
inspection entries are filled in the Site Inspection Register by the Site Engineer or the Inspector(s)
or Inspecting Agency(ies).

5.2.3.0 Should the CONTRACTOR fail to comply with any of the provisions aforegoing relative to
inspection and / or testing of the works, the Engineer-in-Charge or Site Engineer shall in his
absolute discretion be entitled to remove / dismantle and / or uncover, as the case may be, at the
risk and cost of the CONTRACTOR for test and examination any works, structure or component
thereof installed, erected or put up by the CONTRACTOR and to conduct or have conducted the
test(s) and / or examination at the risk and cost of the CONTRACTOR. In such event, the
CONTRACTOR shall also bear the risk and costs of replacement, reinstallation or re-erection of
the concerned works, structure, or component, as the case may be.

5.2.4.0 Notwithstanding anything provided in the aforegoing clauses hereof, the CONTRACTOR shall be
and remain liable at his own cost and initiative to conduct all tests at all relevant times during
supply, erection and installation of any works, structure, material or component as shall be
required in terms of the Contract Documents or by any codes or specifications referred to therein
or approved by the OWNER or the Engineer-in-Charge. Where the Contract Documents or codes
or specifications do not state or nominate the agency or laboratory where such test shall be
conducted, the same shall be conducted at the cost of the CONTRACTOR through an agency(ies)
or laboratory(ies) nominated by the OWNER or the Engineer-in-Charge for the purpose.

39
5.2.5.0 Should the Engineer-in-Charge or Site Engineer on inspection or testing be not satisfied with the
quality or workmanship of any works, structure, item or component (the decision of the Engineer-
in-Charge being final in this behalf), the CONTRACTOR shall forthwith re-perform, replace,
reinstall or re-erect, as the case may be, such works, structure, item or component, and no such
rejected works structure, item or component shall be reused with reference to the work except with
the prior permission of the Engineer-in-Charge or Site Engineer, and the provisions of Clause
5.2.7.0 hereof shall apply to default by the CONTRACTOR of the provisions of this Clause.

5.2.6.0 Notwithstanding anything provided in foregoing clauses hereof and notwithstanding that the Site
Engineer and/or Inspector(s) or Inspecting Agency(ies) has/have inspected, tested and/or approved
any particular work, structure, item or component, such inspection, test or approval shall not
absolve the CONTRACTOR of his full responsibility under the Contract (inclusive of and relative
to specification fulfillment and performance guarantees) the said inspection and test procedure
being intended basically for the satisfaction of the OWNER that prima facie the erection done
and/or materials and components supplied for incorporation in the works is in order.

5.2.7.0 Should the CONTRACTOR fail to remove and/or re-perform replace, reinstall, re erect, as the
case may be, any work, structure, material, item or component rejected or found defective in terms
of Clause 5.1.4.0 or Clause 5.2.5.0 hereof 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 hereof with regard to
termination of Contract and associated provisions thereunder and the OWNER and Engineer-in-
Charge shall be entitled (without prejudice to any other right or remedy of the OWNER) to
remove the rejected / defective works, structure, material, item or component and to re-perform,
replace reinstall and / or re-erect, as the case may be, the same by itself or through other
agency(ies) or contractor(s) at the risks and costs of the CONTRACTOR in all respects, and
recover the costs incurred by the OWNER in this behalf together with a supervision charge of 15%
(fifteen percent) thereon admissible to the OWNER, and the OWNER shall be entitled (without
prejudice to any other mode of recovery) to deduct the same from the Running Account / Final
Bill(s) of the CONTRACTOR or any monies becoming due to the CONTRACTOR from time to
time under this or any other Contract.

5.2.7.1 For the purposes of Clause 5.2.7.0 hereof, the decision of the Engineer-in-Charge on whether the
works, structure, material, item or component is/are defective and/or is/are required to be removed
and/or re-performed replaced, re-installed and/or re-erected, as the case may be, and as the costs
incurred by the OWNER in this behalf, shall be final and binding upon the CONTRACTOR.

5.2.8.0 Without prejudice to and in addition to any other right of inspection, test or examination by the
OWNER, before or after the passing and payment of the Final Bill , but before the expiry of the
defect liability period, external agencies such as the Chief Technical Examiner of the Central
Vigilance Commission shall have the right to technically audit the works. Any defects in the
works pointed out by this technical audit group/agency shall be final and binding on the
CONTRACTOR, notwithstanding that the Final Bill had been passed and/or paid to the
CONTRACTOR and notwithstanding that the findings and report of this agency is released after
the expiry of the defect liability period. The CONTRACTOR shall be bound to remove the
defects pointed out by the technical audit group/agency and to repair / replace the defective works
to the satisfaction of the OWNER, and the OWNER shall be entitled to retain in whole or part the
CONTRACTOR’s dues (if the Final Bill has not been paid), or the Security Deposit (if any)
remaining in the hands of the OWNER, or to encash in whole or part the Bank Guarantee(s) (if
any) remaining in the hands of the OWNER to ensure the fulfilment of the CONTRACTOR ’s
obligations in this regard. The Provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall mutatis
mutandis apply to such defect(s).

5.2.8.1 Should the CONTRACTOR fail to comply with the provisions of Clause 5.2.8.0 hereof, the
provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall mutatis mutandis apply.

5.2.8.2 In case the defects or any of them are such as not to require replacement, the OWNER shall have
the right to accept the defective work with suitable reduction in rates/price, as may be determined

40
by the General Manager, for the determination of which the provisions of Clause 2.4.1.2 hereof
shall mutatis mutandis apply, for which purpose any reference in Clause 2.4.1.2 to the Engineer-
in-Charge shall be deemed to be a reference to the General Manager, and the defective works shall
be deemed to be works not covered by the Schedule of Rates/lumpsum price as the case may be.
The reduction as determined by the Engineer-in-charge shall be final and binding on the
CONTRACTOR.

5.2.8.3 Should the money retained by the OWNER pursuant to the provisions of Clause 5.2.8.0 hereof be
insufficient to meet the CONTRACTOR’s liabilities, the CONTRACTOR shall forthwith on
demand by the OWNER pay the shortfall, failing which the CONTRACTOR shall be liable to pay
the OWNER interest on the outstanding at the rate of interest applied by the State Bank of India
on overdrafts, and the OWNER shall, without prejudice to any other right or remedy available to
the OWNER, be entitled to recover the shortfall from any amount(s) payable or becoming due and
payable under any other contract(s).

5.3.0.0 FINAL TESTS & POSSESSION OF WORKS

5.3.1.0 As soon as the works have been completed in all respects to the satisfaction of the Engineer-in-
charge or Site Engineer, Final Tests of the works shall be undertaken by the CONTRACTOR at
the risks and costs of the CONTRACTOR , in the presence of the Site Engineer or his authorized
representative(s). The OWNER may at its discretion permit final test(s) piecemeal in respect of
particular part(s) or group(s) of the works or in respect of particular job site(s) involved.

5.3.1.1. The CONTRACTOR and the Site Engineer shall maintain a joint record of all final tests
conducted, together with the results thereof, indicating the dates on which each of the said final
tests was completed part-wise, component-wise, section-wise, group-wise, plant-wise, system-
wise and sub-system wise, as well as on the entire works or Unit as a whole.

5.3.2.0 The OWNER shall be entitled to take over for operation, any of the various parts, components,
sections, groups, plants, systems or sub-systems of the work, on which the respective final tests
are completed. The date, on which the final tests on the entire work have been completed, shall be
reckoned as the date of completion of the entire work covered by the contract.

5.3.2.1 Unless commissioning is included within the scope of work of the CONTRACTOR, in a contract
in which the scope of work of the CONTRACTOR includes erection and/or installation of a Plant
or Unit or of any equipment, the date of Mechanical Completion thereof recorded by the Engineer-
in-charge pursuant to successful final tests under Clause 5.3.1.1 hereof shall be reckoned as date of
completion of the work.

5.3.3.0 If during Final Tests or prior there to any defects(s) in the design (insofar far as the work may
involve any designing on the part of the CONTRACTOR) or in any work performed or structure
or component in-stalled or erected or re-installed or re-erected or in any installation or erection or
material or other items incorporated in the works, is/are noticed, the CONTRACTOR shall
forthwith repair (if it can be repaired) and/or remove and/or demolish the same (if it cannot be
repaired) and replace, re-install and re-erect the same and otherwise do and provide whatever
is necessary to be done or provided to correct, repair, and/ or rectify the defect(s) to the
satisfaction of the Engineer-in-charge, and if the defect (s) be discovered during the Final Tests,
the CONTRACTOR shall thereafter repeat the Final Tests or such of them as may be required to
be repeated and so on, until the successful conclusion of Final Tests as aforesaid, without any
defects in respect of the entire works or Plant or Unit, as the case may be.

5.3.3.1 Should the CONTRACTOR fail to correct, repair or rectify any defects as aforesaid, the
provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall mutatis mutandis apply.

5.3.4.0 If, by reason of any default on the part of the CONTRACTOR, final tests cannot be conducted in
respect of the entire works or for the Plant or Unit (in the case of a Contract which includes within
its scope the erection or installation thereof) or for any of the separate part(s), component(s),

41
section(s), group(s), system(s) or sub-system(s) comprised therein, within 30 (thirty) days after the
dates fixed for the completion of the entire works covered by the contract under the Progress
Schedule or Mechanical Completion of the Plant/Unit, as the case may be, the OWNER shall be
entitled, notwithstanding anything provided in Clause 5.3.2.0 hereof and without prejudice to any
other rights or remedies of the OWNER and/or the liabilities of the CONTRACTOR under the
Contract including (but not limited to) the rights of the OWNER under clauses 4.4.0.0, 7.0.1.0 and
associated clauses thereunder, to take over and use the incomplete works or Plant or Unit, as the
case may be, with or without affording the CONTRACTOR any further opportunity for
completing the works and/or satisfying the requirements of final tests. The taking over and
possession or use of the works or Plant or Unit or any part or portion or component, section or
group or system or sub-system thereof by the OWNER, under the above provisions shall not be
deemed to be an acceptance of the works or Plant or Unit or the relative part, portion, component,
section, group, plant, system or sub-system, as the case may be, nor shall relieve the
CONTRACTOR of his full obligations in respect thereof under the contract.

5.3.5.0 If the CONTRACTOR is permitted to complete and/or conduct final tests for the
works or Plant or Unit, or any part of the works or Plant or Unit, as the case may be, after it is
taken over under the provisions hereof, this shall be without prejudice to the rights of the OWNER
under the contract, including (but not limited to) clauses 4.4.0.0 and 7.0.1.0 and associated
clauses thereunder.

5.3.5.1 If the CONTRACTOR is permitted to complete and/or conduct final tests for the works or Plant or
Unit or any part of the works or Plant or Unit, as the case may be, and the CONTRACTOR is of
opinion that such taking over and/or use shall require an extension of time for completion and/or
for conducting final tests, the provisions of Clause 4.3.5.0 and associated Clauses thereunder
relating to extension of time shall apply.

5.3.5.2 If pursuant to action under Clause 5.3.4.0 the CONTRACTOR is not permitted by the OWNER to
complete and/or to conduct final tests for the works or Plant or Unit or any part thereof, the
incomplete works/Plant/Unit shall be deemed to be a defective work. If the OWNER decides not
to exercise its rights under Clause 4.7.4.0 or Clause 7.0.1.0 in respect thereof, then the OWNER
shall (without prejudice to any other right which it may have) be deemed to have agreed to accept
the defective works subject to a reduction in the applicable rate(s)/lumpsum price(s) as determined
by the General Manager, and the provisions of Clause 5.2.8.2 hereof shall mutatis mutandis
apply.

5.3.6.0 If the Final Tests cannot be completed in respect of the entire work or the Plant/ Unit or any part/
component/ section/ group/system/ subsystem thereof, for reasons solely attributable to the
OWNER, within 30 (thirty) days after the date fixed for completion of the entire Works or
Mechanical Completion of the Plant/ Unit, as the case may be, under the Progress Schedule, the
OWNER shall be entitled to take over and use the works/Plant/Unit pending the completion of the
Final Tests by the CONTRACTOR at a later date. If, however, the Final Tests cannot be
completed within 6 (six) months of taking over the works/Plant/Unit for reasons solely attributable
to the OWNER, the CONTRACTOR ’s progressive/ stagewise payment, if any, held back
specifically for non-completion of the said Final Tests, shall be released to the CONTRACTOR by
the OWNER, against a Bank Guarantee for an equivalent amount issued in a form and by a
Scheduled Bank in India acceptable to the OWNER. This Bank Guarantee shall be kept valid for
a period of 6 (six) months from the date of release of payment as aforesaid. If, however, it is still
not possible to conduct the Final Tests, within the validity period of the aforesaid Bank Guarantee
for reasons solely attributable to the OWNER, the requirement of Final Tests for the concerned
works or Plant/Unit or part/ component/section/ group/ plant system/ subsystem thereof, shall
stand waived and the said Bank Guarantee will be released to the CONTRACTOR, duly
discharged, by the OWNER.

5.3.7.0 The OWNER may, in addition to any other right(s) or power(s) to take over and/or use incomplete
or defective works, at any time during the progress of the works, notwithstanding that time for the
completion of the entire works or concerned part, system(s), portion or section thereof according
to the Progress Schedule(s) shall not have expired, take over and/or use for any purpose the

42
incomplete or partially completed works or any part, system(s), portion or section thereof, as the
case may be, and give the CONTRACTOR an opportunity for completing the work or relative
part, system(s) or portion or section thereof, as the case may be, within the time for completion
permitted therefor under the Progress Schedule. If in the opinion of the CONTRACTOR, such
taking over and/or use require an extension of time for completion, the provision of Clause 4.3.5.0
hereof and associated clauses thereunder relating to extension of time shall apply. Provided
Always that such taking over, possession or use of the works or any part, system(s), portion or
section thereof by the OWNER within the provisions hereof shall not be deemed to be an
acceptance of work or relative part, system(s), portion or section thereof by the OWNER or relieve
the CONTRACTOR of his full obligations in respect thereof under the CONTRACT.

5.4.0.0 COMMISSIONING AND PERFORMANCE TESTS

5.4.1.0 If commissioning is within the scope of work of a CONTRACTOR engaged inter alia for erection
and/or installation of a Plant or Unit, the work shall be deemed not to be complete unless the
Plant/Unit is successfully commissioned and handed over to the OWNER for operation.

5.4.2.1 Prior to commissioning the Plant or Unit, the CONTRACTOR shall undertake all operations
necessary for start-up of the Plant/Unit to the satisfaction of the Engineer-in-Charge.

5.4.3.0 While the OWNER shall provide the utilities required for start-up and commissioning the
Plant/Unit and the raw material or feed stock to be processed in the Plant or Unit, the
CONTRACTOR shall provide all other inputs and consumables required for start-up and
commissioning the Plant/Unit including grease and lubricants and first fill of fuels and oils
for the equipment and Machinery

5.4.4.0 The CONTRACTOR shall provide all personnel required for start-up and supervisory and
technical personnel required for commissioning, while the OWNER shall provide operating
personnel for commissioning, and shall make and undertake modifications in the Plant/Unit
required for successfully commissioning the Plant/Unit. The CONTRACTOR shall not, however,
within the scope of the work of erecting and/or installing or commissioning the Plant/Unit be
required to supply any material (other than utilities and consumables) required to be incorporated
in such modification.

5.4.5.0 The Plant/Unit shall be understood to have been successfully commissioned by continuous and
stabilised operation upto full capacity for a continuous period of not less than 7 (seven) days. On
successful commissioning of Plant/Unit, the Engineer-in-Charge shall issue a Commission
Certificate which shall state the date of completion of commissioning.

5.4.6.0 If conduct of Performance Tests falls within the scope of work of a CONTRACTOR engaged inter
alia for erection and/or installation of a Plant or Unit, the work shall be deemed not to be complete
until successful completion of the Performance Tests.

5.4.6.1 Performance tests shall be started when the Unit is stabilized under design conditions. The plant
shall be operated and controlled in accordance with procedures set up before hand. The
performance shall be measured on the basis of the average of data obtained during 72 (Seventy
two) hours of performance tested under continuous operation of the Unit/Plant in performance test
conditions after the Unit/Plant has been stabilized.

5.4.7.0 The CONTRACTOR shall provide technical and supervisory personnel required to conduct the
Performance Tests, while the OWNER shall provide all other inputs required for the purpose. The
CONTRACTOR shall make and undertake all modifications required to be made in the Plant/Unit
to meet the Performance parameters and/or to successfully complete the Performance Tests for the
Plant/Unit. The CONTRACTOR shall not, however, within the scope of work of erecting and/or
installing or conducting Performance Tests for the Plant/Unit be required to supply any materials
(other than utilities and consumables) required to undertake the modifications. The Performance
Tests shall be repeated, if necessary, until successful completion of the Performance Tests. On

43
successful completion of the Performance Tests, the Engineer-in-Charge shall issue the
CONTRACTOR a Performance Test Certificate which shall indicate the dates on which the
Performance Tests were conducted and the date(s) of successful completion of the Performance
Tests. The provisions of Clause 5.2.6.0 hereof shall mutatis mutandis apply to Performance Tests
in the same manner as they apply to Final Tests.

5.4.8.0 If during commissioning and/or Performance Tests any defects are discovered in any work
performed by the CONTRACTOR or in any erection or installation undertaken by the
CONTRACTOR, the CONTRACTOR shall forthwith within the scope of work do and provide all
that is necessary to be done or provided to correct, repair and/or rectify the defect(s) to the
satisfaction of the Engineer-in-Charge and shall remove or demolish and re-erect or re-install the
defective works, if necessary, and shall thereafter continue with the commissioning or repeat the
Performance Tests, as the case may be, or such of them as are required to be performed, and so on
until successful completion of the Commissioning and/or Performance Tests. Should the
CONTRACTOR fail to correct, repair or rectify any defects as aforesaid, the provisions of Clauses
5.2.7.0 and 5.2.7.1 hereof shall mutatis mutandis apply.

5.4.8.1(a) If on any testing any material or equipment or the Unit does not meet the design, rated or
guaranteed performance relative thereto, the CONTRACTOR shall forthwith within the
CONTRACTOR’s scope of work and at no additional cost to the OWNER undertake such
additional tests and/or operations as are necessary to identify the cause of such failure. Such
tests and/or operations shall be conducted in conjunction with the Process Licensor, if the Unit
as a whole fails to meet the Process Licensor’s Guarantees.

(b) If as a result of such tests and/or operations it is determined that the design, rated and/or
guaranteed outputs or capacities have not been met because of a defect or deficiency or
unsuitability or inadequacy in or of any material(s) (including machines and equipments)
supplied by the CONTRACTOR, the CONTRACTOR shall forthwith in consultation with the
Engineer-in-Charge take steps necessary to cause the defect/ deficiency/ unsuitability/
inadequacy to be identified and rectified, either by re-placement of the defective material or part
thereof or by repair thereof.

(c) If under any of the provisions hereof, the CONTRACTOR is required to undertake any
modification, rectification or replacement, the CONTRACTOR shall for this purpose forthwith
establish a Time Schedule acceptable to the Engineer-in-Charge for such modification/
replacement/ rectification bearing in mind the time exigencies and the Project requirements.
Should the CONTRACTOR fail to establish the Time Schedule, the Engineer-in-Charge shall
establish the Time Schedule, and the Time Schedule so established shall be binding on the
CONTRACTOR.

(d) Should the CONTRACTOR thereafter fail to adhere to a Time Schedule so established for the
replacement/rectification, the OWNER may (but without obligation to do so) take over in whole
or part such replacement/rectification at the risk and cost of and as agent of the
CONTRACTOR. In so doing, the OWNER shall be entitled to identify and employ through
private negotiations the quickest available resources of supply and/or work without resorting to
the tender process or any other form of competitive bidding and shall be entitled to recover from
the CONTRACTOR, the costs incurred by the OWNER in respect thereof, plus 15% (fifteen
percent) supervision charges.

5.4.9.1 The procedure for commissioning the Plant/Unit and/or for conducting Performance Tests shall
be as prescribed by the Engineer-in-Charge taking into account the requirements of the
manufacturers/Vendors of plant and equipment and the Licensors of the process(es) involved. The
CONTRACTOR shall strictly comply with the procedure to ensure strict adherence with the said
requirements.
5.4.9.1 Although the CONTRACTOR is not responsible for process guarantees, he shall carry out all
activities for collecting the required data during Performance Test runs to identify problems of

44
non-performance for further analysis and modifications required to meet process performance
parameters.

5.5.0.0 COMPLETION CERTIFICATE

5.5.1.0 After the final tests have been successfully completed in respect of all the works envisaged in the
contract, or after the Plant/Unit has been Mechanically completed, as the case may be, the
CONTRACTOR shall clear the job site of all scaffolding, wiring, pipes, surplus materials,
CONTRACTOR ’s labour, equipment and machinery and shall demolish, dismantle and remove
all CONTRACTOR ’s site offices and quarters and other temporary works, structures and
constructions and other items and things whatsoever brought upon or erected at the job site or any
land allotted to the CONTRACTOR by the OWNER and not incorporated in the permanent works
and shall remove all rubbish from the job site and the land allotted to the CONTRACTOR and
shall clear, level and dress the job site and said land to the satisfaction of the Site Engineer and
shall put the OWNER in undisputed custody and possession of the job site and all land allotted by
the OWNER to the CONTRACTOR , and unless the CONTRACTOR shall have fulfilled the
provisions of the 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 Clauses
7.0.6.0 and 7.0.7.0 hereof and associated provision thereunder shall mutatis mutandis apply.

5.5.2.0 Upon the satisfactory fulfillment by the CONTRACTOR of the provisions of Clause 5.5.1.0
hereof, the CONTRACTOR shall be entitled to apply to the Engineer-in-Charge, for a Completion
Certificate in respect of the entire work or work at any job site, as the case may be, upon
submission of the following documents:

(i) The Technical Documents according to which the work was carried out;

(ii) Complete set of working drawings showing therein corrections and modifications (if any)
made during the course of execution of the works, signed by the Engineer-in-Charge;

(iii) Certificates of final levels as set for various works, signed by the Site Engineer;

(iv) Records of the final test as maintained jointly and signed by the representative of the
CONTRACTOR and the Site Engineer or Mechanical Completion Certificate (if
commissioning is not within the CONTRACTOR’s scope of work) and Commissioning
Certificate (if Performance Tests are not within the CONTRACTOR’s scope of work) and
Performance Test Certificate (if Performance Tests are within the CONTRACTOR’S scope
of work).

(v) Certificate of Site Engineer of satisfactory fulfillment of the provisions of Clause 5.5.1.0
hereof;

(vi) List of surplus/scrap materials, (out of the materials issued by the OWNER) returned to the
OWNER’s Store or otherwise disposed of, duly signed by the Site Engineer;

(vii) Materials-at-site accounting for OWNER-supplied materials, signed by the Site Engineer;

(viii)Discharge Certificate in respect of OWNER-supplied equipment and machinery, signed by


the Site Engineer; and

(ix) Declaration by the CONTRACTOR that he has duly cleared any and all of the dues payable
by him to his Labour/ Piece rate workers (PRWs), Sub-Contractors, Suppliers, Vendors,
Income Tax, Sales Tax, Octroi and Service Tax, Excise and Customs, Provident fund, ESI
and royalties, if any.

5.5.3.0 If Engineer-in-Charge is satisfied of the completion of the work relative to which the Completion
Certificate has been sought and of the completeness in all respects of the Documents specified in

45
Clause 5.5.2.0 hereof, the Engineer-in-Charge shall, within 14 (fourteen) days of receipt of the
application for Completion Certificate, issue a Completion Certificate in respect of the said work
in the format prescribed by the OWNER.

5.5.3.1 The issue of a Completion Certificate shall be without prejudice to the OWNER’s rights and to the
CONTRACTOR’s liabilities under the Contract, including the CONTRACTOR’s liability for the
defect liability period under Clause 5.6.1.0 hereof, nor shall the issue of a Completion Certificate
in respect of the works or work at any job site be construed as a waiver of any right or claim of the
OWNER against the CONTRACTOR in respect of work or the works at the job site in respect of
which the Completion Certificate has been issued.

5.5.4.0 Up to and until issue of the Completion Certificate as provided for hereinabove in respect of the
work or works at any job site, the relative work(s) shall be and remain at the risks of the
CONTRACTOR in all respects, including (but not limited to) accident, fire, lightning,
earthquakes, flood, storm, tempest, riot, civil commotion and/ or war, except for such
works/Plant/Unit or parts, portions, components, sections, groups, systems or sub-systems, which
have been taken over by and put to beneficial use by the OWNER, in respect whereof such risks
shall pass to the OWNER when the OWNER takes over the same in terms of the Contract.

5.6.0.0 DEFECT LIABILITY PERIOD

5.6.1.0 The Defect Liability Period for the works (including the materials incorporated therein within the
CONTRACTOR’s scope of supply) shall unless otherwise specified be 12 (twelve) months from
the date of issue of the Completion Certificate.

5.6.1.1. The CONTRACTOR shall, at his own cost and initiative, correct, repair and/or rectify any and all
defect(s) and/or imperfections in the design of the work (insofar as the CONTRACTOR shall be
concerned with the design of the work or any part thereof) and/or in the work performed and/or
materials, components or other items incorporated therein within the CONTRACTOR’s scope of
supply as shall be discovered during the Defect Liability Period and in the event of the
CONTRACTOR failing to do so, the provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall apply.

46
SECTION 6

MEASUREMENTS AND PAYMENTS

6.0.0.0 FINAL MEASUREMENTS:

6.0.1.0 Within 15 (fifteen) days from the date of completion of Final Test(s) in respect of the works or any
portion, section, group or job site, as the case may be, the CONTRACTOR shall cause to be
jointly taken with the Site Engineer, final measurements as herein provided for the works covered
by the said Final Test(s).

6.0.2.0 If the CONTRACTOR fails to apply to the Engineer-in-Charge for final measurements within 15
(fifteen) days from the date of relative final tests as specified in Clause 6.0.1.0 hereof, the Site
Engineer may, of his own initiative, notify the CONTRACTOR in writing of the date(s) for final
measurements. The CONTRACTOR shall be bound to present himself for the measurements on
date(s) so notified, failing which the provision of Clause 6.1.4.0 hereof shall apply.

6.1.0.0 MODE OF MEASUREMENT:

6.1.1.0 All measurements shall be in the metric system, and except where expressly indicated to the
contrary in the Schedule of Rates or other Contract Documents, all measurements shall be taken in
accordance with the procedures set forth in the Schedule of Rates, Specifications and other
Contract Documents, notwithstanding any provision(s) in the relative standard method of
measurement or any other general or local custom to the contrary.

6.1.2.0 In the event of the mode of measurement being not provided for by the Contract Documents in
respect of any item of the work, such item of work shall be measured in accordance with the
Indian Standard Specification No.1200 (latest edition) and such other Indian Standard
Specifications as may be applicable, and in the event of such item not being covered by the said
Indian Standard Specifications, shall be measured in accordance with the method of measurement
in this behalf determined by the Engineer-in-Charge, whose decision shall be final and binding
upon the CONTRACTOR.

6.1.3.0 All measurements shall be taken jointly by the Site Engineer or his representative on the one hand
and the CONTRACTOR or his representative on the other hand and the CONTRACTOR shall be
bound to present himself or his authorised representative whenever so required by the Site
Engineer, and shall remain present throughout the time required for joint measurements.

6.1.4.0 If the CONTRACTOR absents himself for any reason whatsoever on any date appointed for joint
measurements, the joint measurements shall be taken by the Site Engineer in the absence of the
CONTRACTOR and the measurements signed by the Site Engineer shall be final and binding
upon the CONTRACTOR.

6.1.5.0 Measurements shall be signed and dated on each page by the CONTRACTOR/ CONTRACTOR’s
representative and Site Engineer/Site Engineer representative. If the CONTRACTOR objects to
any of the measurements recorded, including the mode of measurement, such objection shall be
noted in the measurement book against the item objected to and such note shall be signed by the
CONTRACTOR/CONTRACTOR’s representative and Site Engineer/Site Engineer’s
representative. In the absence of any noted objection as aforesaid, the CONTRACTOR shall be
deemed to have accepted the relative measurements as entered in the Measurement Book/Sheets
and shall be barred from raising any objection in respect of any measurements recorded in the
Measurement book.

47
6.1.6.0 All measurements relative to which any objections have been noted in the Measurement Book
shall be submitted to the Engineer-in–Charge for his decision, and the decision of the Engineer-in-
Charge relative thereto (whether on the correct measurement to be adopted or on the mode of
measurement to be adopted) shall be final and binding upon the CONTRACTOR.

6.2.0.0 FINAL BILL

6.2.1.0 On the basis of the Final Measurements entered in the Measurement Books/Sheets (the
measurements decided by the Engineer-in-Charge upon any objection and/or mode of
measurement decided by the Engineer-in-Charge upon any objection being the measurement to be
adopted in such event), the CONTRACTOR shall prepare and submit to the Engineer-in-Charge a
Final Bill in the prescribed form with reference to the total work covered by the Contract. Such
Bill is to be drawn up by applying the applicable rate(s) specified in the Schedule of Rates to the
relative measured quantity(ies). Final Bill shall also include the reconciliation or accounting of all
materials supplied by or on behalf of theOWNER as free issue material or otherwise.

6.2.1.1 If there is any difference or disputes between the CONTRACTOR and the OWNER as to the
item(s) of the Schedule of Rates applicable to any particular supply, work or operation, the
decision of the Engineer-in-Charge on the applicable item(s) of the Schedule of Rates shall be
final and binding upon the CONTRACTOR. If the Engineer-in-Charge shall be of the opinion
(which opinion shall be final and binding upon the CONTRACTOR) that the disputed supply,
work or operation is not covered by any item in the Schedule of Rates or by any other rate fixed
pursuant to the provisions hereof, the Engineer-in-Charge shall determine the applicable rate(s) in
respect thereof according to the provisions of Clause 2.4.1.2 hereof, and the rate(s) so determined
by the Engineer-in-Charge shall be final and binding on the CONTRACTOR.

6.2.1.2 If the CONTRACTOR has already prepared the Final Bill, the CONTRACTOR shall amend the
Final Bill to apply the applicable item(s) of the Schedule of Rates and/or rate(s) as determined by
the Engineer-in-Charge and if the CONTRACTOR has not prepared the Final Bill, shall prepare
the Final Bill accordingly.

6.2.2.0 The Final Bill shall, in addition to the payment entitlements arrived at according to the provisions
of Clause 6.2.1.0 hereof and associated clauses above, include in a separate statement annexed
thereto the notified claims of the CONTRACTOR as provided for in Clause 6.6.3.0 hereof.

6.2.3.0 The Final Bill drawn in accordance with the provisions hereof shall be submitted to the Engineer-
in-Charge for certification in quintuplicate (or in such other number of copies as may be
prescribed), accompanied by the Completion Certificate relating to the works.

6.2.3.1 The Engineer-in-Charge shall within 30 days of the receipt of the Final Bill drawn in accordance
with the provisions hereof proceed to check, correct and certify the Final Bill and shall forward the
corrected and certified Final Bill to the OWNER for scrutiny and payment together with the
Completion Certificate, and shall send to the CONTRACTOR for his information a copy of the
Final Bill as corrected and certified.

6.2.4.0 All monies payable under the Contract shall become due to the CONTRACTOR only after
submission to the OWNER of the certified Final Bill accompanied by the Completion Certificate
in respect of the works.

6.2.5.0 Payment of the amount(s) due on the Certified Final Bill to the extent admitted by the OWNER
shall be made within 90 (ninety) days from the date of its certification by the Engineer-in-Charge.

6.2.5.1 The payment to the CONTRACTOR on the Final Bill shall be subject to deduction of retention
money(ies), balance security deposits and other claims, if any, as well as income tax as provided
under section 194-C of the Income Tax Act and such other taxes and deductions as provided for
under any law, rule or regulation having the force of law for the time being applicable (including

48
any hold ups directed or necessitated by Court Orders or Orders of any Tribunal or other statutory
authority and/or of the Vigilance Commission).

6.2.6.0 The OWNER may authorise the Engineer-in-Charge and/or any other person(s) to commence a
dialogue with the CONTRACTOR for arriving at a settlement of the notified claims of the
CONTRACTOR annexed to the Final Bill as provided in Clause 6.6.3.0 hereof.

6.2.6.1 If a settlement is negotiated with the CONTRACTOR in respect of such claims and such
settlement is approved by the OWNER, the CONTRACTOR shall submit a Supplementary Final
Bill to the OWNER drawn in terms of the said settlement, and the provisions of Clause 6.2.3.1 and
associated clauses thereunder shall mutatis mutandis apply to such Supplementary Final Bill.

6.2.6.2 Payment of the amount due on the Supplementary Final Bill to the extent admitted by the
OWNER shall be made within 90 (ninety) days from the date of its certification by the Engineer-
in-Charge.

6.3.0.0 SCHEDULE OF RATES:

6.3.1.0 The remuneration determined due to the CONTRACTOR under the provision of Clause 6.2.2.0
hereof shall constitute the entirety of the remuneration and entitlement of the CONTRACTOR in
respect of the work(s) under the Contract, and no further or other payment whatsoever shall be or
become due or payable to the CONTRACTOR under the Contract.

6.3.2.0 Without prejudice to the generality of the provisions of Clause 6.3.1.0 hereof, the Schedule of
Rates shall be deemed to include and cover:

(i) All costs, expenses, outgoings and liabilities of every nature and description whatsoever and
all risks whatsoever (foreseen or unforeseen) to be taken or which may occur in or relative to
the execution, completion, testing and/or handing over the work to the OWNER and/or in or
relative to acquisition, loading, unloading, transportation, storing, working upon, using,
converting, fabricating, erecting any item, equipment, material or component in or relative to
the works and the CONTRACTOR shall be deemed to have known the nature, scope,
magnitude and the extent of the works and items, materials, utilities, consumables, equipment,
and components and work, labour and services required for the proper and complete
execution of the works though the Contract Documents may not fully and precisely set out,
describe or specify them; and the generality hereof shall not be deemed to be anywise limited,
restricted or abridged because in certain cases, the Contract Documents or any of them shall
or may and/or in other cases, they shall or may not expressly state that the CONTRACTOR
shall do or perform any particular work, labour or service or because in certain cases, the
Contract Documents state a particular work, operation, supply, labour or service shall be
performed/made by the CONTRACTOR at his own cost or without additional payment,
compensation or charge or without entitlement of claim against the OWNER or words to
similar effect, and in other cases, they do not do so or because in cases it is stated that the
same are included in or covered by the Schedule of Rates and in other cases, it is not so
stated;

(ii) The cost of all constructional plant, equipment, supply of water and power, construction of
temporary roads and access, temporary works and facilities, pumps, wiring, pipes,
scaffolding, shuttering, and other materials, supervision, labour, insurances, fuel, stores,
spares, supplies, appliances and other materials, items, articles and things whatsoever
(foreseen or unforeseen) to be supplied, provided or arranged by the CONTRACTOR in or
relative to or in connection with the performance and/or execution of each item specified in
the Schedule of Rates and any related or incidental works or operations by expression or
implication involved therein or incidental thereto, complete in every aspect in accordance
with Contract Documents, and the plan(s), drawing(s), design(s), order(s) and/or
instruction(s).

49
(iii) The cost of royalties, licence fees, charges, duties, penalties, levies and damages whatsoever
payable for or in respect of any protected or patented goods, materials, equipment or
processes employed in or relative to the works and all rents, royalties, licence fees and any
other fee, duty, penalty, levy, loss or damage payable on the excavation, removal or
transportation of any material or acquisition or use of any right of way or other rights,
licences, permits, privileges or usages required for or relative to the performance of the
works;

(iv) Customs duties, excise duties and other duties, sales tax on sale or purchase or turnover or on
Works Contract or otherwise and other direct and indirect taxes, quay and port dues or
charges and all other duties, taxes, fees, charges, levies octroi and/or cesses whatsoever
imposed by the Central Government or State Government or Municipal or Local Bodies and
other Authorities whatsoever payable on any materials and/or works imported, exported,
transported, supplied or performed (including materials incorporated in the works or brought
to site for the performance of the work) without any entitlement to the CONTRACTOR for
any exemption, remission, refund or reduction thereof.

(v) The cost of all indemnities to the OWNER and insurance premia on insurance required in
terms of the Contract Documents under any law, rule or regulation, or otherwise taken out by
the CONTRACTOR and the cost of all risks whatsoever (foreseen or unforeseen) including
but not limited to risks of delay or extension of time or reduction or increase in the work or
scope of work and/or cancellation of Contract and/or accidents, strike, civil commotion, war,
labour trouble, third party breach, fire, lightning, inclement weather, storm, tempest, flood,
earthquake and other acts of God, Government regulation or imposition or restriction,
dislocation of road, rail and other transport, access or facilities, flooding of site and/or access
roads or approaches thereto, suspension of work, sabotage and other cause whatsoever.

(vi) The cost of all material supplied to the OWNER and/or intended for incorporation in the
works delivered to the job site and stacked as instructed by the Engineer-in-Charge including
(but not limited to) loading, transportation and unloading thereof, waste or materials and
returns and disposal of waste and of empties; and

(vii) All supervision charges, establishment overheads, finance charges and other costs and
expenses of and charges to the CONTRACTOR, and CONTRACTOR’s profit of and relative
to the work.

6.3.3.0 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 the Central or State
Government subsequent to the submission of the bid

6.4.0.0 ON ACCOUNT PAYMENTS AND ADVANCES:

6.4.1.0 Without prejudice to the provision of Clause 6.2.4.0 hereof, the OWNER may at its discretion by
way of assistance to the CONTRACTOR, make ‘on account’ payments to the CONTRACTOR,
during the progress of the work on the basis of Running Account Bills as hereinafter more
specifically mentioned.

6.4.1.1 Monthly or otherwise as the Engineer-in-Charge may specify in this behalf, the CONTRACTOR
shall make a quantitative assessment of the work performed by CONTRACTOR at each job site
during the preceding month or other specified period and submit a Running Account Bill (in the
form prescribed by the OWNER) in quintuplicate to the Site Engineer of the work during the said
month/period with detailed measurements thereof, the said Running Account Bill(s), to be drawn
by applying unit quantities measured to the applicable item(s) in the Schedule of Rates. The
Engineer-in-Charge shall thereafter have summary verification undertaken of the work and
quantities entered in the Running Account Bill(s), and shall certify the Running Account Bill(s)
for payment on basis of such verification.

50
6.4.1.2 Running Account Bills as specified in Clause 6.4.1.1 hereof may be drawn by the
CONTRACTOR every alternate month, and an ad hoc payment made by the OWNER in respect
of the intervening month for the amount certified by the Engineer-in-Charge on the basis of a
summary assessment made by the Engineer-in-Charge of the value performed by the
CONTRACTOR during the intervening month, such ad hoc payment(s) to be deducted from the
amount(s) certified by the Engineer-in-Charge as payable on the Running Account Bill(s)
thereafter following.

6.4.1.3 Where the Contract stipulates a lump sum as payable for the work or where a lump sum rate is
stipulated in the Schedule of Rate(s) or otherwise in respect of any particular work or part thereof
and the works are not, at any intervening stage, capable of measurement, the Running Account
Bill to be prepared by the CONTRACTOR according to the provisions of Clause 6.4.1.1 hereof
shall be prepared on the basis of a value assessment of such work as certified by the Engineer-in-
Charge, as percentage of the entire work or item of work for which the lump sum rate is stipulated.

6.4.1.4 No running Account Bill(s) shall be made and/or certified for a total value of less than Rs.25,000/-
(Rupees twenty five thousand only) unless otherwise expressly agreed.

6.4.2.0 All on account payments shall be subject to deductions therefrom of all dues to the OWNER,
retention monies and other deductions provided for in the Contract, and taxes and other monies
deductible within the provisions of Section 194-C of the Income Tax Act or any other law, rule or
regulation for the time being in force.

6.4.3.0 All on account payments shall be regarded merely as advance payments against the amount which
will become due to the CONTRACTOR in terms of the Contract, and any such payments shall be
without prejudice to the full rights of the OWNER under the Contract and to the liabilities of the
CONTRACTOR thereunder, and specifically shall not be regarded as an acceptance or completion
of any work(s) paid for in terms of any Running Account Bill or otherwise, notwithstanding any
verification or certification by the Engineer-in-Charge in respect thereof.

6.4.3.1 The Schedule of Rate item(s) applied by the CONTRACTOR in respect of any work in his
Running Account Bill(s) and the acceptance thereof by the Engineer-in-Charge while verifying
and certifying the Bill for payment in respect of such work or otherwise in certifying any payment
within the provisions aforesaid shall not be deemed to be binding upon the OWNER as
determining the applicable Schedule of Rate item(s) and shall be without prejudice to the rights of
the OWNER within the provisions of Clause 6.2.1.1 hereof.

6.4.4.0 Unless or until an extension of time has been granted by the Engineer-in-Charge under Clause
4.3.5.0 hereof or by the OWNER under Clause 4.3.6.0 hereof on account payments made under
Running Account Bills raised by the CONTRACTOR for the works executed after the expiry of
the date of final completion of the works under the approved Progress schedule, shall be subject to
provisional withholding of an amount towards adjustment by way of discount in the price
calculated as per provisions of Clause 4.4.2.0 hereof. The amount so withheld shall be adjusted
towards the Price Adjustment (if any) finally determined after completion of the works. As an
alternative, the CONTRACTOR shall have an option to provide a Bank guarantee from a
schedule bank and in a format acceptable to the OWNER for a sum equal to 10% (ten percent) of
the total contract value which shall be available for recovery of the Price Discount (if any) finally
determined after completion of the works. This Bank guarantee shall be in addition to any other
guarantee to be provided by the CONTRACTOR and shall be valid for a period of not less than
12 (twelve) months from the date of final completion of the works.

6.4.5.0 In Contracts of a Total Contract Value of Rs. 50 lakh (Rupees fifty lakhs only) and above, the
CONTRACTOR may (if specified by him in his bid and accepted by the OWNER) be allowed a
Mobilisation advance for an amount equivalent to upto 10% (ten per cent) of the Total Contract
Value, subject to the fulfillment of the following conditions:

51
a) The CONTRACTOR shall have signed and sent back a copy (or copies if so required) of the
Acceptance of Tender issued by the OWNER in token of unqualified acceptance thereof.

b) The CONTRACTOR shall have furnished the Initial Security Deposit as stipulated in Clause
2.1.1.0 and associated clauses hereof.

c) The CONTRACTOR shall have executed the formal contract in terms of the Form of Contract.

d) The CONTRACTOR shall have made a formal application for the release of the Mobilisation
Advance and shall have furnished a Bank Guarantee to cover the Mobilisation Advance from a
Bank in a format approved by the OWNER.

e) The outstanding balance of the Mobilisation Advance shall carry interest at 1% (one percent)
above the State Bank of India declared rate for cash credit advances prevailing on the date of
opening of Price Bids;

f) Without prejudice to any other mode of recovery available to the OWNER, the Mobilisation
Advance, together with interest thereon calculated on the reducing balance, may be recovered
at the rate of 10% (ten per cent) of the gross amount certified against each Running Account
Bill, till the advance, together with the interest accrued thereon, is recovered in full. The
unrecovered balance if any, and interest may be recovered from the Final Bill of the
CONTRACTOR and/or from any other amount due to the CONTRACTOR under any other
contract or otherwise.

g)(i) If the OWNER is satisfied that 25% (twenty five per cent) of the Mobilisation Advance and
interest accrued till then on the Mobilisation Advance has been repaid to or recovered by the
OWNER, the OWNER may on the application of the CONTRACTOR, if the Bank
Guarantee submitted by the CONTRACTOR covers and secures only the Mobilisation
Advance, permit the CONTRACTOR to substitute the Bank Guarantee by a Bank Guarantee
acceptable to OWNER for an amount reduced by 25% (twenty five per cent).

(ii) The provisions of paragraph (i) hereof above, shall mutatis mutandis apply to the OWNER’s
satisfaction that the CONTRACTOR has repaid 50% (fifty per cent) and/or 75% (seventy five
per cent), as the case may be, of the Mobilisation Advance, and interest upto then accrued till
then on the Mobilisation Advance.

h) All other conditions stipulated in Clause 2.1.2.0 hereof shall be applicable to the advance(s).

6.4.6.0 In addition, the OWNER may, at its discretion, allow Secured Advance(s) to the CONTRACTOR,
against imperishable materials brought to site for incorporation in the permanent works. Such
Secured Advance(s) shall be governed by the following conditions:

(a) The decision of the OWNER as to whether or not to grant a Secured Advance and as to what
materials, if any, are imperishable for the grant of Secured Advance and/or as to what has to be
done to qualify any particular material for the grant of Secured Advance, shall be final and
binding on the CONTRACTOR.

(b) The Secured Advance shall be limited to lower of the following:

(i) 75% (Seventy Five percent) of the value of the imperishable material brought to site for
permanent incorporation in the works as assessed by the Engineer-in-Charge, who may call
for (but shall not be bound by) the voucher(s)/invoices for any such material from the
CONTRACTOR, who shall forthwith comply with the same ;

(ii) 90% (Ninety percent) of the concerned item rate for the work in which the material is to be
incorporated as set out in the Schedule of Rates.

52
(c) The Secured Advance shall be recovered from the subsequent Running Account bill(s) of the
CONTRACTOR, to the extent as determined by the Engineer-in-Charge (whose decision shall
be final and binding upon the CONTRACTOR) that the materials covered by the Secured
Advance are used up in or for the work(s) covered by the bill(s).

(d) Upon payment/disbursement by the OWNER to the CONTRACTOR or any supplier of the
CONTRACTOR of any Secured advance with respect to any materials, the ownership of the
said materials shall forthwith vest in the OWNER as security for the repayment of the said
advance(s) without necessity of any further act, deed, matter or thing, and the said materials
shall be deemed to be OWNER supplied materials entrusted to the CONTRACTOR for
permanent incorporation in the works and the provisions of Clause 3.2.1.0 hereof {including
sub clauses (a) to (t) thereof shall mutatis mutandis apply thereto in the same manner as apply
to other OWNER supplied materials, AND before payment/disbursement of any secured
advance by the OWNER pursuant hereto the CONTRACTOR and the Engineer-in-Charge
shall jointly sign a Statement setting out and detailing the material(s) with reference to which
the advance has been reckoned, title to which shall vest in the OWNER pursuant to the
provisions hereof.

(e) Notwithstanding anything provided in sub-clause (c) hereof above, the OWNER shall be
entitled (without prejudice to any other right or remedy available to the OWNER) by written
notice to the CONTRACTOR to recall the advance or the outstanding balance thereof in the
circumstances set out in Clause 6.4.8.0 hereof or if the OWNER is of the opinion that by
virtue of delay by the CONTRACTOR in the execution or completion of the work or for any
other cause, the value of the remaining material against which the advance has been paid is
insufficient to adequately secure the outstanding balance of the advance and interest payable
thereon or if allowed to continue will become inadequate to secure the same. Should the
CONTRACTOR upon such notice fail to repay the OWNER the outstanding balance of the
said advance, it will be open to the OWNER without further reference or notice to the
CONTRACTOR to sell in whole or part(s) the materials referred to in sub-clause (d) hereof
above by private contract or public tender or a combination thereof or otherwise as the
OWNER deems fit, and for the purpose to exercise all powers and to sign and do all acts,
deeds, matter and things as are set out in Clause 7.0.6.0 hereof, and the provisions of the said
clause shall mutatis mutandis apply to such materials in the same manner as they apply to
scaffolding, wiring, pipes, surplus and other materials, equipment and machinery covered by
the said Clause.

6.4.7.0 Nothing provided in the foregoing clauses hereof shall anywise be deemed to confer any rights or
entitlement on the CONTRACTOR to receive on account payments or Advance payments of any
kind whatsoever, nor shall any failure or delay by the OWNER to make any advance or on account
payment(s) as herein envisaged or otherwise afford the CONTRACTOR a ground or basis for
extension of time for completion or otherwise relieve the CONTRACTOR from any of its/his
liabilities under the Contract, it being clearly understood that these on account payments or
advance payments are only by way of assistance to the CONTRACTOR.

6.4.8.0 The Mobilisation Advance and the materials covered by the Secured Advance shall be utilised by
the CONTRACTOR solely for and in the execution of the Contract and for no other purpose, and
the CONTRACTOR shall satisfy the OWNER/Engineer-in-Charge in this regard whenever
required. If it is found that any of the advance(s) or materials aforesaid have been utilised by the
CONTRACTOR in whole or part for any other purpose or if the Contract is for any reason
cancelled or terminated, the OWNER may at its discretion recall the said advances or the
unrecovered portion(s) thereof, as the case may be, and without prejudice to any other right or
remedy available to the OWNER, recover the same by recourse to any Bank guarantee to which
the OWNER may have recourse for the purpose.

53
6.5.0.0 MODE OF PAYMENT

6.5.1.0 All payment(s) by the OWNER under or in terms of the Contract shall be made in official Indian
currency only by crossed “Account Payee” cheque sent to the registered office of the
CONTRACTOR or other office notified in this behalf by the CONTRACTOR or delivered to his
authorised representative. All cheques drawn shall be payable at the office of the OWNER’s
bankers and in no case will the OWNER be responsible if the cheque is mislaid, misappropriated
or otherwise lost or stolen.

6.6.0.0 CLAIMS BY THE CONTRACTOR

6.6.1.0 Should the CONTRACTOR consider that he is entitled to any extra payment or compensation in
respect of the works over and above the amounts due in terms of the Contract as specified in
Clause 6.3.1.0 hereof or should the CONTRACTOR dispute the validity of any deductions made
or threatened by the OWNER from any Running Account Bills, the CONTRACTOR shall
forthwith give notice in writing of his claim in this behalf to the Engineer-in-Charge and the Site
Engineer within 10 (ten) days from the date of the issue of orders or instructions relative to any
works for which the CONTRACTOR claims such additional payment or compensation or of the
happening of other event upon which the CONTRACTOR bases such claim, and such notice shall
give full particulars of the nature of such claim, grounds on which it is based, and the amount
claimed. The OWNER shall not anywise be liable in respect of any claim by the CONTRACTOR
unless notice of such claim shall have been given by the CONTRACTOR to the Engineer-in-
Charge and the Site-Engineer in the manner and within the time aforesaid and the
CONTRACTOR shall be deemed to have waived any and all claims and all his rights in respect of
any claim not notified to the Engineer-in-Charge and the Site Engineer in writing in the manner
and within the time aforesaid.

6.6.2.0 The Engineer-in-Charge and/or the Site Engineer shall be under no obligation to reply to any
notice of claim given or claim made by the CONTRACTOR within the provisions aforesaid or
otherwise or to reject the same and no omission or failure on the part of the Engineer-in-Charge or
Site Engineer to reject any claim made or notified by the CONTRACTOR or delay in dealing
therewith shall be deemed to be an admission by the OWNER of the validity of such claim or
waiver by the OWNER of any of its rights in respect thereof, with the intent that all such claims
otherwise valid within the provisions of Clause 6.6.1.0 read with Clauses 6.6.3.0 and 6.6.3.1 shall
be dealt with/considered by the OWNER at the time of submission of the Final Bill.

6.6.3.0 Any claims of the CONTRACTOR notified in accordance with the provision of Clause 6.6.1.0
hereof as shall remain at the time of preparation of Final Bill by the CONTRACTOR shall be
separately included in the Final Bill prepared by the CONTRACTOR in the form of a Statement
of Claims attached thereto, giving particulars of the nature of the claim, grounds on which it is
based, and the amount claimed and shall be supported by a copy(ies) of the notice(s) sent in
respect thereof by the CONTRACTOR to the Engineer-in-Charge and Site Engineer under Clause
6.6.1.0 hereof. In so far as such claim shall in any manner or particular be at variance with the
claim notified by the CONTRACTOR within the provision of Clause 6.6.1.0 hereof, it shall be
deemed to be a claim different from the notified claim with consequence in respect thereof
indicated in Clause 6.6.1.0 hereof, and with consequences in respect of the notified claim as
indicated in Clause 6.6.3.1 hereof.

6.6.3.1 The OWNER shall not anywise be liable in respect of any notified claim not specifically reflected
in the Final Bill in accordance with the provisions of Clause 6.6.3.0 hereof and any and all notified
claims not specifically reflected and included in the Final Bill in accordance with the provisions of
Clause 6.6.3.0 hereof shall be deemed to have been waived by the CONTRACTOR. Further the
OWNER shall have no liability in respect thereof and the CONTRACTOR shall not be entitled to
raise or include in the Final Bill any claim(s) other than a notified claim conforming in all respects
and in accordance with the provisions of Clause 6.6.3.0 hereof.

54
6.6.4.0 No claim(s) shall on any account be made by the CONTRACTOR after the Final Bill, with the
intent the Final Bill prepared by the CONTRACTOR shall reflect any and all notified claims
whatsoever of the CONTRACTOR against the OWNER arising out of or in connection with the
Contract or work performed by the CONTRACTOR thereunder or in relation thereto, and the
CONTRACTOR shall notwithstanding any enabling provision under any law or Contract and
notwithstanding any right of claim in quantum meruit that the CONTRACTOR could have in
respect thereof, be deemed to have waived any and all such claims not included in the Final Bill
and to have absolved and discharged the OWNER from and against the same, even if in not
including the same as aforesaid, the CONTRACTOR shall have acted under a mistake of law or
fact.

6.6.5.0 Notwithstanding the existence of any claim by the CONTRACTOR in terms hereof or otherwise,
the CONTRACTOR shall continue and be bound to continue and perform the works to completion
in all respects according to the Contract (unless the Contract or works be priorly determined by the
OWNER in terms hereof) and shall remain liable and bound in all respects under the Contract.

6.6.6.0 The payment of any sum on account to the CONTRACTOR during the performance of any work
or item of work in respect of which a claim has been notified by the CONTRACTOR in terms of
Clause 6.6.1.0 hereof or the making or negotiation of any interim arrangements in respect of the
performance of such work or item of work by the OWNER, shall not be deemed to be an
acceptance of the related claim by the OWNER, or any part or portion thereof with the intent that
any such payment shall constitute merely an interim facility or interim assistance to the
CONTRACTOR, and not an obligation upon the OWNER.

6.7.0.0 DISCHARGE OF OWNER’S LIABILITY

6.7.1.0 The acceptance by the CONTRACTOR of any amount paid by the OWNER to the
CONTRACTOR in respect of the final dues of the CONTRACTOR under the Final Bill upon
condition that the said payment is being made in full and final settlement of all said dues to the
CONTRACTOR shall, without prejudice to the notified claims of the CONTRACTOR included in
the Final Bill in accordance with the provisions under Clause 6.6.3.0 hereof and associated
provisions thereunder, be deemed to be in full and final satisfaction of all such dues to the
CONTRACTOR notwithstanding any qualifying remarks, protest or condition imposed or
purported to be imposed by the CONTRACTOR relative to the acceptance of such payment, with
the intent that upon acceptance by the CONTRACTOR of any payment made as aforesaid, the
Contract (including the arbitration clause) shall, subject to the provisions of Clause 6.8.2.0 hereof,
stand discharged and extinguished except in respect of the notified claims of the CONTRACTOR
included in the Final Bill and except in respect of the CONTRACTOR’s entitlement to receive the
unadjusted portion of the Security Deposit in accordance with the provisions of Clause 6.8.3.0
hereof on successful completion of the defect liability period.

6.7.2.0 The acceptance by the CONTRACTOR of any amount paid by the OWNER to the
CONTRACTOR in respect of the notified claims of the CONTRACTOR included in the Final Bill
in accordance with the provisions of Clause 6.6.3.0 hereof and associated provisions thereunder,
upon the condition that such payment is being made in full and final settlement of all the claims of
the CONTRACTOR shall, subject to the provisions of Clause 6.7.3.0 hereof, be deemed to be in
full and final satisfaction of all claims of the CONTRACTOR notwithstanding any qualifying
remarks, protest or condition imposed or purported to be imposed by the CONTRACTOR relative
to the acceptance of such payment with the intent that upon acceptance by the CONTRACTOR of
any payment made as aforesaid, the Contract (including the arbitration clause) shall stand
discharged and extinguished insofar as relates to and/or concerns the claims of the
CONTRACTOR.

6.7.3.0 Notwithstanding anything provided in Clause 6.7.1.0 and/or Clause 6.7.2.0 hereof the
CONTRACTOR shall be and remain liable for defects in terms of Clause 5.6.0.0 hereof and for
the indemnity to the OWNER in terms of Clause 6.8.2.0, and shall be and remain entitled to

55
receive the unadjusted balance of the Security Deposit remaining in the hands of the OWNER in
terms of Clause 6.8.3.0 hereof.

6.8.0.0 FINAL CERTIFICATE

6.8.1.0 After the expiry of the defect liability period as provided for in clause 5.6.0.0 hereof and after all
the liabilities of the CONTRACTOR in respect of the Contract have been satisfied, the OWNER
or the Engineer-in-Charge, shall on the Application of the CONTRACTOR, issue a Final
Certificate to the CONTRACTOR, certifying that the CONTRACTOR has performed all his
obligations in respect of the defect liability period in terms of clause 5.6.1.1 hereof.

6.8.2.0 Upon Application for the Final Certificate, the CONTRACTOR shall be deemed to have
warranted that it/he has fully paid and satisfied all claims for work, labour, materials, supplies,
equipment and all other liabilities whatsoever touching or affecting the Contract, and to have
undertaken to indemnify and keep indemnified the OWNER from and against all claims, demands,
debts, liens, obligations and liabilities whatsoever arising therefrom or relating thereto and upon
issue of the Final Certificate, the CONTRACTOR shall be deemed to have released, acquitted and
discharged the OWNER from and against all claims (known or unknown), liens, demands or
causes of action of any kind whatsoever arising out of or relating to the Contract or otherwise
howsoever touching or affecting the same and to have undertaken to indemnify and keep
indemnified the OWNER from and against the same.

6.8.3.0 Within 15 (fifteen) days of Application made by the CONTRACTOR in this behalf accompanied
by the Final Certificate, or within 15 (fifteen) days of the passing of the CONTRACTOR’s Final
Bill by the OWNER, whichever shall be later, the OWNER shall pay/refund to the
CONTRACTOR the unadjusted balance (if any) of the Security Deposit for the time being
remaining in the hands of the OWNER, and upon such payment/refund, the OWNER shall stand
discharged of all obligations and liabilities to the CONTRACTOR under the Contract.

6.9.0.0 CLAIMS OF OWNER:

6.9.1.0 No release or payments of any unadjusted balance of the Security Deposit by the OWNER to the
CONTRACTOR as aforesaid or otherwise shall be deemed or treated as a waiver of any right(s) or
claim(s) of the OWNER or shall estop or prevent the OWNER from thereafter making or
enforcing any claims or any rights against the CONTRACTOR. The claims of the OWNER, if
any, against the CONTRACTOR shall continue to survive and shall not get extinguished
notwithstanding the issue of Final Certificate and/or the release of Security Deposit to the
CONTRACTOR.

6.9.2.0 If and where the Contract requires the CONTRACTOR to pass or pay to the OWNER any
MODVAT/CENVAT or like benefit(s), or if the OWNER is required in terms of the Contract to
pay, bear or reimburse any excise, customs or like duties or sales or other taxes, the
CONTRACTOR shall on receiving any such benefit(s) or on obtaining or being granted any
exemption, refund, rebate, set-off or draw-back of any such duty or tax, as the case may be,
forthwith pay and pass on the OWNER the full amount or value thereof ; and if the
CONTRACTOR fails to pass on or pay to the OWNER the full amounts of the said benefit(s)
available to the OWNER, or the full amount or value of such exemption refund, rebate, set-off, or
draw-back of any such duty or tax as the case may be, the CONTRACTOR shall be liable to pay
interest thereon @ 16% (sixteen percent) per annum from the date the same is received or
obtained by or granted to the CONTRACTOR, and OWNER shall, without prejudice to the
generality of the foregoing, be entitled to claim and recover the same from the CONTRACTOR as
and when the OWNER derives knowledge thereof, together with interest as aforesaid.

56
SECTION 7

TERMINATION

7.0.0.0 TERMINATION:

7.0.1.0 Notwithstanding anything elsewhere herein provided and in addition to any other right or remedy
of the OWNER under the Contract or otherwise (including the right of the OWNER to claim price
discount due under the provisions of Clause 4.4.0.0 hereof or otherwise), the OWNER shall be
entitled to terminate the Contract by written notice at any time during the currency on or after the
occurrence of any one or more of the following events or contingencies, namely:

(i) Default or failure by the CONTRACTOR of any of the obligations of the CONTRACTOR
under the Contract, including but not limited to:

(a) Failure to start the work within 10 (ten) days of handing over the job site to the
CONTRACTOR, and in the event of more than one job site being involved, failure to
start the work at each job site involved within 10 (ten) days of handing over of the
concerned job site to the CONTRACTOR;

(b) Failure to commence any work at any job site in accordance with the time prescribed in
this behalf in the Progress Schedule;

(c) Failure to carry out on the works or any of item to meet the Progress Schedule;

(d) Failure to provide at each job site sufficient labour, material, equipment, machinery,
temporary work and/or facilities required for the proper and/or due execution of the work
or any part thereof;

(e) Failure to execute the works or any of item in accordance with the Contract;

(f) Disobedience of any order or instruction of the Engineer-in-Charge and/or Site Engineer;

(g) Negligence in carrying out the works or carrying out of work found to be unsatisfactory
by the Engineer-in-Charge;

(h) Abandonment of the works or any part thereof;

(i) Suspension of the entire works or any part thereof, for a period of 14 (fourteen) days or
more without due authority from the OWNER or Engineer-in-Charge.

(j) Commission, permission or sufferance of any other breach of any of the terms, conditions
or provisions of the Contract on the part of the CONTRACTOR to be paid, performed
and/or observed;

(k) Failure to deposit the Initial Security Deposit within 10 (ten) days of receipt by the
CONTRACTOR of Acceptance of Tender;

(l) Failure to execute the Contract in terms of the Form of Contract forming part of the
Tender Documents within 10(ten) days of notice in this behalf from the OWNER;

(ii) If the CONTRACTOR is incapable of carrying out the work;

(iii) If the CONTRACTOR misconducts himself in any manner;

57
(iv) If there is any change in the constitution of the CONTRACTOR (if a firm) or in the
circumstances or organization of the CONTRACTOR, which is detrimental to the interests
of the work or the OWNER;

(v) Dissolution of the CONTRACTOR (if a firm) or commencement of liquidation or winding


up (whether voluntary or compulsory) of the CONTRACTOR (if a company) or appointment
of a receiver or manager of any of the CONTRACTOR’s assets and/or insolvency of the
CONTRACTOR (if a sole proprietorship) or any Partner of the CONTRACTOR (if a firm);

(vi) Distress, execution, or other legal process being levied on or upon any of the
CONTRACTOR’s goods and/or assets;

(vii) Death of a CONTRACTOR (if an individual);

(viii) If upon any change in the Partnership/constitution of a CONTRACTOR’s organization (if a


Partnership), the OWNER shall refuse to continue the contract with the re-constituted firm;

(ix) If the CONTRACTOR or any person employed by him shall make or offer for any purpose
connected with the Contract any gift, gratuity, royalty, commission, gratification or other
inducement (whether money or in any other form) to any employee or agent of the OWNER;

(x) If the CONTRACTOR shall sub-contract the whole or any part of the work in contravention
of the provisions of Clause 4.8.1.0 hereof or the CONTRACTOR shall assign or attempt to
assign his interest or any part thereof in the Contract.

7.0.1.1 The decision of the General Manager, as to whether any of the events/ contingencies mentioned in
Clause 7.0.1.0 hereof, entitling the OWNER to terminate the Contract, has occurred or not, shall
be final and binding upon the CONTRACTOR.

7.0.2.0 The notice of termination shall set forth, in addition to a statement of the reason(s) for terminating
the contract, the time(s) and place(s) for conducting a survey and measurement of the work
performed under the Contract up to the date of termination for the purpose of determining the final
amount(s) due to the CONTRACTOR therefor. The reason(s) for the termination stated in the
notice of termination, shall be final and binding upon the CONTRACTOR.

7.0.3.0 For the purpose of measurements, the provisions of Clause 6.1.1.0 to 6.1.6.0 hereof shall apply.
Only completed items of the work shall be reckoned for the purpose of measurements and the
decision of the Engineer-in-Charge as to whether or not any items of works have been completed
for the purpose of measurement shall be final and binding upon the CONTRACTOR. Incomplete
items of works shall be measured only on the basis of materials supplied and the decision of the
Engineer-in-Charge as to the quantity of material involved in or relative to any incomplete works,
shall be final and binding upon the CONTRACTOR.

7.0.4.0 For the purpose of determining the amount due to the CONTRACTOR in respect of the work, the
provisions of Clauses 6.2.1.0, 6.2.1.1, 6.2.1.2, 6.2.2.0 and 6.3.1.0 shall apply, and the
measurements taken shall for the purpose of such accounting be deemed to be final measurements
and the bill prepared by the CONTRACTOR on the basis thereof shall be deemed to the final bill
and no other amount(s) shall be due to the CONTRACTOR in respect thereof, subject to the
provisions of Clause 6.6.0.0 and associated clauses thereunder with regard to claims of the
CONTRACTOR.

7.0.5.0 Within 7 (seven) days of completion of the measurements, the CONTRACTOR shall clear the job
site of all scaffolding, wiring, pipes, surplus materials, CONTRACTOR’s labour, equipment and
machinery and shall demolish, dismantle and remove all CONTRACTOR’s site offices and
quarters, and other temporary works, structures and construction and other items and things
whatsoever brought upon or erected at the job site or on any land allotted to the CONTRACTOR
by the OWNER and not incorporated in the permanent works and shall remove all rubbish from

58
the job site and the land allotted to the CONTRACTOR and shall clear, level and dress the job site
and said land to the satisfaction of the Engineer-in-Charge and shall put the OWNER in
undisputed custody and possession of the job site and all land allotted by the OWNER to the
CONTRACTOR.

7.0.6.0 Should the CONTRACTOR fail to comply with provision of Clause 7.0.5.0 hereof in the manner
and within the time specified therein, the OWNER shall have the right at the risks and costs of the
CONTRACTOR in all respects to clear the job site of all scaffolding, wiring, pipes, surplus
materials, CONTRACTOR’s labour, equipment and machinery and other materials and things
and/or demolish/dismantle and remove all CONTRACTOR’s site offices and quarters and other
temporary works, constructions and erections whatsoever on or at the job site or on any land
allotted to the CONTRACTOR by the OWNER and/or remove all rubbish from the job site, the
land allotted to the CONTRACTOR and store, sell, dispose of and/or otherwise deal with any and
all material, equipment and machinery etc., and other items and things aforesaid and recoveries of
any demolition/dismantlings as the OWNER shall in its absolute discretion deem fit, and the
CONTRACTOR shall forthwith on demand pay the OWNER, the entirety of the costs and
expenses of the OWNER relative to the above, together with 15% (fifteen percent) thereon to
cover OWNER’s supervision, with right in the OWNER (without prejudice to any other mode of
recovery), to recover the same from the proceeds of any sale or disposal as aforesaid or any
monies of the CONTRACTOR held by the OWNER or dues of the CONTRACTOR and the
CONTRACTOR doth thereby irrevocably nominate, constitute and appoint the OWNER (with
right to the OWNER to delegate any and all of its rights in terms hereof to such of its officer(s)
and/or other person(s) as it shall deem fit) for and on behalf of and as attorney of the
CONTRACTOR to do, commit and sign all acts, deeds, matters and things as shall or may be
necessary to be done, committed and/or signed by the OWNER to put into effect the provision of
this clause with full right to enter into arrangements with third parties for or relative to the storage,
sales and/or other disposal of any material, equipment and machinery, etc., and other items and
things and to enter into or upon any of the CONTRACTOR’s premises and to break locks and
other fasteners for entry thereto and generally to do all other acts, deeds, matters and things as
shall be necessary to give full effect to the provision of this clause.

PROVIDED ALWAYS THAT

(i) The OWNER shall be entitled, without prejudice to the aforegoing and in addition thereto,
upon the CONTRACTOR failing to comply with the provisions of Clause 7.0.5.0 hereof after
removing/demolishing/dismantling from the job site or land allotted to the CONTRACTOR,
any of the CONTRACTOR’s scaffolding, wiring, pipes, materials, temporary works and other
items and things, by written notice to the CONTRACTOR, to require the CONTRACTOR to
take delivery of, lift and/or clear the same within 7 (seven) days (or such other period as may
be specified in the said notice) of date of said notice, failing which the OWNER may abandon
the same at the risk and costs of the CONTRACTOR, and should the CONTRACTOR fail to
take delivery of, lift and/or clear the same within the period in this behalf specified in said
notice, the OWNER shall be entitled at any time thereafter to abandon the same at the risks
and cost of the CONTRACTOR, whereupon (without prejudice to any other rights of the
OWNER), the OWNER shall stand absolutely discharged and absolved in respect of all and
any material, equipment, machinery and other items and things whatsoever abandoned as
aforesaid;

(ii) Notwithstanding anything to the contrary herein provided, nothing herein stated shall
constitute the OWNER as a trustee or bailee for or in respect of any of the CONTRACTOR’s
material, equipment, machinery or other items or things removed, cleared, demolished,
dismantled or abandoned as aforesaid, nor shall the OWNER be bound in law or fact by any
duty of care in respect thereof, with the intent that all actions, dealings and disposals within
the provisions of this clause shall be exclusively at the risks and liability of the
CONTRACTOR (including relative to any loss or damage), and the OWNER shall not be
howsoever responsible, accountable or liable in respect thereof.

59
7.0.7.0 If, due to any cause (including, but not limited to resistance put up by the CONTRACTOR and/or
his servants or agent or sub-CONTRACTOR(s) or any court order consequent upon a suit or
proceedings filed by the CONTRACTOR and / or the CONTRACTOR’s servants, agents or sub-
CONTRACTOR(s) ), the OWNER is unable to fully take over possession of the entire works at
any or all job sites within 7 (seven) days from the date of completion of the measurements as
contemplated above, the OWNER shall, in addition to all amounts, compensation and/or damages
recoverable from the CONTRACTOR in terms hereof (including but not limited to OWNER’s
entitlements under Clause 4.4.0.0 and Clause 7.0.9.0 hereof) or otherwise, be entitled to recover
from the CONTRACTOR liquidated damages in the amount equivalent to 1% (one per cent) of the
total Contract value for each week or part thereof that the said taking over of possession at any job
site is delayed beyond the period of seven days specified above, subject to a maximum of 5%
(Five percent) of the Total Contract Value.

7.0.8.0 Notwithstanding anything provided in Clause 7.0.6.0, the OWNER shall have the right at any time
prior to the removal of the same from the job site, to take possession of such of the
CONTRACTOR’s materials at any and all job sites, as the OWNER shall deem fit, and the
CONTRACTOR shall forthwith upon being required to do so place the OWNER in undisputed
possession and custody of all such materials opted for by the OWNER. The price payable to the
CONTRACTOR for such material shall be determined by the Engineer-in-Charge having due
regard to the condition of the materials and the cost thereof as determined by the Engineer-in-
Charge for which purpose the Engineer-in-Charge shall be entitled to call upon the
CONTRACTOR to produce the CONTRACTOR’s accounting and other records relevant to such
materials. The cost of such materials as determined by the Engineer-in-Charge shall be final and
binding on the CONTRACTOR.

7.0.9.0 Upon termination of the Contract, the OWNER shall be entitled at the risk and expense of the
CONTRACTOR by itself or through any independent CONTRACTOR(s) or partly by itself
and/or partly through independent CONTRACTOR(s) to complete and/or get completed to its
entirety the work as contemplated in the scope of work and to recover from the CONTRACTOR
in addition to any discounts, compensations or damages that the OWNER may in terms hereof or
otherwise be entitled (including price discount within the provisions of Clause 4.4.0.0 and
liquidated damages under Clause 7.0.7.0 hereof) to the difference between the amounts as would
have been payable to the CONTRACTOR in respect of the work(s) (calculated as provided for in
Clause 6.2.1.0 hereof read with the associated provisions thereunder and Clause 6.3.1.0 hereof)
and the amount actually expended by the OWNER for completion of the entire work(s) as
aforesaid together with 15% (fifteen per cent) of the said amount expended by the OWNER for
completion of the entire work(s) to cover OWNER’s supervision charges, and in the event of the
latter being in the excess of the former, the OWNER shall be entitled (without prejudice to any
other mode of recovery available to the OWNER) to recover the excess from the Security Deposit
or any monies due or becoming due to the CONTRACTOR.

7.1.0.0 No amount shall be due and payable to the CONTRACTOR upon or in the event of termination of
the Contract unless and until the entirety of the works contemplated in the scope of work shall
have been completed in all respects to the satisfaction of the OWNER and following such
completion, the Defect Liability Period in respect thereof as herein otherwise provided for has
elapsed and all payments finally due on any account to the OWNER and/or other
CONTRACTOR(s) in respect of all liabilities in respect thereof has been determined.
7.2.0.0 If, upon the satisfaction of the provisions of Clauses 7.0.9.0 and 7.1.0.0 hereof, there shall remain
in the hands of the OWNER any excess/balance after all accounting and adjustment of all dues
from the CONTRACTOR to the OWNER, the OWNER shall forthwith pay such excess/balance
to the CONTRACTOR and in the event of the Security Deposit and other dues of the
CONTRACTOR in the hands of the OWNER being insufficient to meet the dues of the OWNER
as aforesaid the CONTRACTOR shall forthwith on demand by the OWNER pay the OWNER the
shortfall.

60
SECTION 8
MISCELLANEOUS

8.0.0.0 PERSONAL ACTS AND LIABILITIES:

8.0.1.0 No Director, officer or other employee of the OWNER shall anywise be personally bound or liable
to the CONTRACTOR for the acts, omissions or obligations of the OWNER under the Contact
otherwise or be personally answerable to the CONTRACTOR for or in respect of any default or
omission in the performance of any act(s), deed(s), matter(s) or things to be observed and/or
performed by the OWNER under the Contract.

8.0.2.0 The CONTRACTOR shall not be entitled to any increase in the rate(s) mentioned in the Schedule
of Rates or any of them or to any other payment, right, benefit or claim whatsoever, by reason of
any representation, explanation, statement, assurance or understanding given or alleged to have
been given to him by any Director, officer, or other employees of the OWNER, nor shall any
Director, officer, or other employee of the OWNER be personally liable for or in respect of any
representation, explanation, statement, assurance or understanding given or alleged to have been
given by him to the CONTRACTOR or any other person relative to the Contract.

8.0.3.0 The CONTRACTOR shall not under any circumstances pay or advance to any officer(s),
servant(s) or agent(s) of the OWNER any sum or money on any account without prior authority of
the OWNER in writing and any such payment made or money advanced by the CONTRACTOR
without such authority shall be entirely at the risks of the CONTRACTOR without any liability to
the OWNER in respect thereof.

8.0.4.0 Any money paid to any partner of the CONTRACTOR (if a firm) and any receipt, settlement,
acknowledgement of liability or other document whatsoever signed by any one of the partners of
the firm or erstwhile partner of the firm (without notice of the cessation of his interest) or any
person held out to be a partner of the firm shall be binding upon the CONTRACTOR vis-à-vis the
OWNER and shall constitute a full release and discharge to the OWNER and/or valid settlement,
acknowledgement or obligation upon the CONTRACTOR, as the case may be, and the OWNER
shall not be concerned, with the application of any monies so paid or the authority of the
concerned partner (or erstwhile or purported partner) vis-à-vis the other partners to make the
settlement, receipt, acknowledgement or other document(s) concerned provided always that the
OWNER shall be entitled at its discretion at any time to call upon all the partners of the
CONTRACTOR firm to sign any receipt, settlement, acknowledgement or other document(s)
including any receipt, settlement, acknowledgement or other documents signed by a partner (or
erstwhile or purported partner) as aforesaid, and all the partners of the firm shall, when called
upon to do so by the OWNER, forthwith sign the receipt, order, acknowledgement or other
document required to be so signed.
8.1.0.0 TAXES

8.1.1.0 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 therefrom or in connection
therewith. However, any taxes, duties, levies etc. imposed by the Central or State Government,
subsequent to the submission of the bid shall be reimbursed.

61
8.2.0.0 GOVERNMENT REGULATIONS:

8.2.1.0 The CONTRACTOR shall comply with and ensure strict compliance by his/its sub-contractors
and agents of all applicable Central, State, Municipal and local laws and regulations and
undertakes to indemnify the OWNER from and against all levies, damages, penalties, any
payments whatsoever as may be imposed by reason of any breach or violation of any law, rule or
regulation and against all actions, proceedings claims and demands arising therefrom and/or
relative thereto.

8.3.0.0 LABOUR LAWS AND REGULATIONS:

8.3.1.0 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/sub-contractors 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 sub-contractors and other agencies employed by him comply with
the provisions of the Payment of Wages Act 1936, Minimum Wages Act, 1948, Employers
Liability Act, 1938, Workmen’s Compensation Act, 1923, Industrial Disputes Act, 1947,
Maternity Benefit Act, 1961, Mines Act, 1952, Contract Labour (Abolition & Regulation) Act,
1970, Payment of Bonus Act, Gratuity Act, Factories Act and the Employees Provident Fund and
Miscellaneous Provisions Act, 1952 as amended from time to time and all rules, regulations and
schemes framed thereunder from time to time.

8.3.2.0 The contractor and sub-contractor(s) of the CONTRACTOR shall obtain from the authority(ies)
designated in this behalf under any applicable law, 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 authorisation(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 sub-contractors
and other agencies employed by him on the Work, obtain a valid Licence under the Contract
Labour (Regulation & Abolition) Act, 1970 and shall duly and faithfully observe and comply with
the provisions of the 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 thereunder.

8.3.3.0 The CONTRACTOR shall ensure that wages are paid by himself or by his sub-contractors to their
workmen directly without the intervention of any Jamadars or Thekedars and that no amount by
way of commission or otherwise is deducted or recovered by the Jamadars from the wages of the
workmen.

8.3.4.0 The OWNER shall be entitled at all times to carry out any check(s) or inspection(s) of the
CONTRACTOR’s facilities, records and accounts to ensure that the provisions aforesaid are being
observed by the CONTRACTOR and the sub-contractors and that the workmen are not denied the
rights and benefits to which they are entitled under such provisions. Any violation shall, without
prejudice to any other rights or remedies available to the OWNER, constitute a ground for
termination of the Contract as though specifically set forth under Clause 7.0.1.0 thereof.

8.3.5.0 Nothing in the Contract Documents stated shall anywise constitute any workman/employee of the
CONTRACTOR or any sub-contractor as or to be a workman/employee of the OWNER, or place
obligation or liability in respect of any such workman/employee upon the OWNER.

62
8.3.6.0 The CONTRACTOR shall not employ in connection with the work, any person below the age of
18 years.

8.3.7.0 The establishment of the CONTRACTOR shall be duly registered under the Employees Provident
Fund and Miscellaneous Provisions Act, 1952 and the Employees State Insurance Act, 1948 and
the CONTRACTOR shall duly pay his contributions and his employees’ contributions to the
Authorities prescribed under the said Acts and any Schemes framed thereunder in respect of all
labour employed by him for the execution of the contract.

8.3.8.0 On receiving information of any breach, non-fulfillment and/or non-observance by the


CONTRACTOR and/or his sub-contractors and other agencies engaged by him in connection with
the Works or any of the provisions or requirements of any of the Labour Laws, rules and
regulations and/or as to the inaccuracy of any of the returns or statements furnished by the
CONTRACTOR and/or his sub-contractors and/or any records or accounts maintained by any of
them with respect to which the OWNER as the principal employer or otherwise can have a
liability, the OWNER shall be entitled to deduct from the Bills and any amounts due or becoming
due to the CONTRACTOR, under this or other contract(s) with the CONTRACTOR, any sum(s)
required or estimated to be required, in its judgement which shall be final and binding on the
CONTRACTOR, for making good or compensating for the liability or possible liability of the
OWNER by reason of the said breach, non-fulfillment or non-observance and/or inaccuracy
aforesaid.

8.3.9.0 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and against all
actions, claims, demands and liabilities whatsoever 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 sub-contractor and/or from any liability anywise to any sub-contractor
under any law, rules or regulation having the force of law including (but not limited to) claims
against the OWNER under the Workmen’s Compensation Act, 1923, the Employees Provident
Funds and Miscellaneous Provisions Act, 1952, the Employee’s State Insurance Act, 1948 and/or
the Contract Labour (Abolition & Regulation) Act, 1970.

8.3.10.0 The CONTRACTOR and his sub-contractors and agents employed by him for and/or in the
performance of the Works shall strictly abide by and observe the provision of the “Contractors’
Labour Regulations” and the “Model Rules for Labour Welfare” as set out in Appendix I and
Appendix II to these General Conditions of Contract, which shall be binding on the
CONTRACTOR, his sub-contractors and agents.
8.3.10.1 In the event of an irreconcilable conflict between the provisions herein and the provisions
contained in the “Contractors’ Labour Regulations” and/or the “Model Rules of Labour Welfare”
(as set out in Appendix I and Appendix II hereto), the “Contractors’ Labour Regulations” and
“Model Rules for Labour Welfare” shall prevail to the extent of the irreconcilable conflict.

8.3.10.2 In the event of irreconcilable conflict between the “Contractors’ Labour Regulations” and/or the
“Model Rules for Labour Welfare” (set out in Appendix I and Appendix II hereto) and any
applicable law, rule or regulation, the law, rule or regulation shall prevail over the “Contractors’
Labour Regulation” and/or the “Model Rules for Labour Welfare”, as the case may be, and shall
be complied with.

8.4.0.0 SAFETY REGULATIONS, ACCIDENT AND DAMAGE

8.4.1.0 The CONTRACTOR shall be responsible at his own cost in and relative to performance of the
work and contract to observe and to ensure observance by his sub-contractors, agents and servants
of the provisions of the Safety Code as hereinafter appearing and all fire, safety and security
regulations as may be prescribed by the OWNER from time to time and such other precautions
and measures as shall be necessary and shall employ/deploy all equipments necessary to protect all
works, material properties, structures, equipment, installations, communications and facilities
whatsoever from damage, loss or other hazard whatsoever (including but not limited to fire and

63
explosion) and shall during construction and other operations minimise the disturbance and
inconvenience to the OWNER, other contractors, the public and the adjoining land and property
owners and occupiers and crops, trees and vegetation and shall indemnify and keep indemnified
the OWNER from and against all losses and damages and costs, charges and expenses and
penalties, actions, claims, demands and proceeding whatsoever suffered or incurred by or against
the OWNER as the case may be, by virtue of any loss, alteration, displacement, disturbance or
destruction or accident to any works, materials, properties, structures, equipment, installations,
communications and facilities and land and property, owner and occupiers and crops, trees and
vegetation as aforesaid, with the intent that the CONTRACTOR shall be exclusively responsible
for any accident, loss, damage, alteration, displacement, disturbance or destruction as aforesaid
resultant directly or indirectly from any breach by the CONTRACTOR of his obligations aforesaid
or upon any operation, act or omission of the CONTRACTOR or his sub-contractor(s) or agent(s)
or servant(s).

8.4.2.0 The CONTRACTOR’s liabilities under Clause 8.4.1.0 and otherwise under the Contract shall
remain unimpaired notwithstanding the existence of any storage-cum-erection or other insurance
covering any risk, damage, loss or liability for which the CONTRACTOR is liable to the OWNER
in terms of the foregoing sub-clause or otherwise and/or in respect of which the CONTRACTOR
has indemnified the OWNER, with the intent that notwithstanding the existence of such insurance,
the CONTRACTOR shall be and remain fully liable for all liabilities and obligations under the
Contract and indemnities to the OWNER, and the OWNER shall not be obliged to seek recourse
under such policy(ies) in preference to recourse against the CONTRACTOR or otherwise to
exhaust any other remedy in preference to the remedies available to it under the Contract.

8.5.0.0 INDEMNITY AND INSURANCE:

8.5.1.0 The CONTRACTOR shall be at all times indemnify and keep indemnified the OWNER and its
officers, servants and agents from and against all third party claims whatsoever (including but not
limited to property loss and damage, personal accident, injury or death of or to property or person
of any sub-contractor and/or the servants or agents of the CONTRACTOR or any other
contractor(s) and any sub-contractor and/or of the Owner), and the CONTRACTOR shall at his
own cost and initiative at all times up to the successful conclusion of the defect liability period
specified in Clause 5.4.1.0 hereof take out and maintain insurance policies in respect of all
insurable liabilities under this clause, including but not limited to third party insurance and
liabilities under the Motor Vehicles Act, 1988; Workmen’s Compensation Act, 1923; Fatal
Accidents Act, 1855; Personal Injuries (Compensation) Insurance Act, 1963, Emergency Risk
Insurance Act, and/or other Industrial Legislation from time to time in force in India with
insurance company(ies) approved by the OWNER, and such policy(ies) shall be of not lesser limit
than the limits hereunder specified with reference to the matters hereunder specified, namely :

(a) Workmen’s Compensation Insurance – to the limit to which compensation may be payable
under the laws of the Republic of India ; but not less than the limits specified below.

(b) Third Party Insurance – body injury and property damage to the limit specified below:

The limits aforesaid shall be as follows :

(i) If the total contract value exceeds Rs. 1(one) crore, the policy shall be for not less than
Rs.10,00,000/- (Rupees ten lakhs only) for each accident. The sum assured shall not be
less than Rs.20,00,000/- (Rupees twenty lacs only) for all accidents ; and

(ii) If the total contract value does not exceed Rs.1 (one) crore, the policy shall be for
not less than Rs.3,00,000/- (Rupees three lac only) for each accident. The sum assured
shall not be less than Rs.10,00,000/- (Rupees ten lakhs only) for all accidents.

64
Provided that the limits specified above shall operate only as a specification of minimum limits for
insurance purpose, but shall not anywise limit the Contractor’s liability in terms of this clause to
the limit(s) specified.

8.5.2.0 Should the CONTRACTOR fail to take out and/or keep afoot insurance as provided for in the
foregoing sub-clauses, the OWNER shall be entitled (but without obligation to do so) to take out
and/or keep afoot such insurance at the cost and expense of the CONTRACTOR and without
prejudice to any other right or remedy of the OWNER in this behalf to deduct the sum(s) incurred
therefor from the dues of the CONTRACTOR.

8.6.0.0 TRAINING OF APPRENTICES:

8.6.1.0 The CONTRACTOR shall, if and when called upon the Engineer-in-Charge during the currency
of Contract, himself engage and/or procure engagement by his sub-contractor(s) of such number of
apprentices and for such period as may be required by the Engineer-in-Charge in this behalf. Such
apprentices shall be trained in accordance with the provisions of the Apprentices Act, 1961 and
any other Act, rule or regulation having the force of law, regulating upon the employment of
apprentices, and the CONTRACTOR shall be responsible at his own cost and initiative and
without entitlement to any extra compensation or remuneration from the OWNER in this behalf, to
fulfill all obligations of the employer under the said Act, including liability for payment to
apprentices as required thereunder.

8.7.0.0 RECORDS AND INSPECTION

8.7.1.0 The CONTRACTOR shall, if and when required by the Engineer-in-Charge produce or cause to
be produced before the Engineer-inCharge or any other officer of the OWNER designated by the
Engineer-in-Charge in this behalf, for examination, any cost or other book(s) of account and/or
other records and documents in the possession of the CONTRACTOR or any sub-contractor or
subsidiary or associated firm or Company of the Contractor or any sub-contractor, and/or copies of
extracts thereof and/or other information or returns relative thereto (such returns to be verified in
the manner prescribed by the Engineer-in-Charge or other officer aforesaid designated in this
behalf) as may be required relative to the execution of the Contract or for verifying or ascertaining
the cost of any material, labour, service or item or thing whatsoever in connection with the
Contract, and the decision of the Engineer-in-charge or other officer designated in this behalf, as
the case may be, as to whether any book, record, document, information or return is relevant for
any of the purpose aforesaid, shall be final and conclusive.

8.7.2.0 Should the Engineer-in-Charge (whose decision in this behalf shall be final) consider it necessary
for the purpose of verifying or ascertaining the cost of production for any item or thing to
examining the works and/or records of the CONTRACTOR or any sub-contractor(s) or any
subsidiary or associated firm or company of the CONTRACTOR engaged in the fabrication,
manufacture or assembly of any item or thing, the CONTRACTOR shall permit and/or facilitate
such inspection by the Engineer-in-Charge or other officer of the OWNER designated in this
behalf by the Engineer-in-Charge and shall afford the Engineer-in-Charge or concerned officer all
assistance as shall be necessary for the purpose.

8.8.0.0 PATENT AND ROYALTIES:

8.8.1.0 If any equipment, machinery or materials to be used or supplied or methods or processes to be


practices or employed in the performance o this Contract is/are covered by a patent under which
the CONTRACTOR is not licensed, the CONTRACTOR shall before supplying or using the
equipment, machinery, materials, methods or processes as the case may be, obtain such licence(s)
and pay such royalty(ies) and licence fee(s) as may be necessary in connection with the
performance of this Contract. In the event that the CONTRACTOR fails to pay such royalty or

65
obtain such licence, the CONTRACTOR will defend at his own expense any suit for infringement
of patent which is brought against the CONTRACTOR or the OWNER as a result of the failure,
and shall pay any damages and costs awarded in such suit and will keep the OWNER indemnified
from and against all other consequences thereof.

8.9.0.0 ARTICLES OF VALUE FOUND:

8.9.1.0 All gold, silver and other metals, minerals or ore of any kind or description and precious and semi-
precious stones and bearing earth, rock or strata, coins, treasures, treasure trove, antiques and other
items and things whatsoever which shall be found under or upon the job site shall as between the
CONTRACTOR and the OWNER be the exclusive property of the OWNER and the
CONTRACTOR shall forthwith upon discovery thereof notify the OWNER of such discovery
with the details of the item(s) or things discovered and pending directions by the OWNER for the
disposal thereof shall hold and preserve the same as trustee of the OWNER to the satisfaction of
the Engineer-in-Charge.

8.10.0.0 MATERIALS OBTAINED FROM DISMANTLING :

8.10.1.0 Any material obtained by the CONTRACTOR consequent upon dismantling of any building,
structure or construction whatsoever at the job site other than any building, structure or
construction dismantled by the CONTRACTOR pursuant to the CONTRACTOR’s liabilities for
defects as elsewhere herein provided, shall be the exclusive property of the OWNER.

8.11.0.0 LIENS AND LIABILITIES:

8.11.1.0 If at any time there is evidence of any lien or claim for which the OWNER might be or become
liable and which in terms of the Contract or otherwise is chargeable to or payable by the
CONTRACTOR, the OWNER shall have the right to retain out of any payment then due or
thereafter becoming due to the CONTRACTOR an amount sufficient to completely indemnify the
OWNER against such lien or claim, and should the CONTRACTOR not dispute such lien or claim
and/or if in the opinion of the OWNER, such lien or claim is otherwise valid (the Owner’s opinion
in this behalf being final and binding on the CONTRACTOR), the OWNER may pay and
discharge the same and deduct the amount so paid together with any legal and other costs, charges
and expenses incurred by the OWNER in defending any action and/or in obtaining legal advice or
opinion relative to the lien, claim or action, from any monies then due or thereafter becoming due
to the CONTRACTOR and/or retained as aforesaid, and if there is no money due or retained as
aforesaid or if the same be insufficient to satisfy the payment(s) aforesaid, the CONTRACTOR
shall on demand pay to the OWNER the same and failing such payment within 10 (ten) days of
demand by the OWNER in this behalf, shall be liable to pay interest on the amount due from the
date of demand up to and until the date of payment in full at the bank rate as applicable to the
OWNER plus 1% (one percent) per annum and the provisions hereof (in so far as such notice shall
be deemed to be necessary in addition to the contractual provisions herein) shall be deemed to
constitute a notice for the payment of interest under the provisions of the Indian Interest Act and in
determining such interest, the Certificate issued by an officer of the OWNER in a financial
department of the OWNER shall be conclusive evidence of the Bank rate of interest aplicable to
the OWNER.

8.12.0.0 LIABILITIES FOR SUB-CONTRACTOR (S):

8.12.1.0 Without prejudice to any other liabilities or obligations of the CONTRACTOR relative to sub-
contractors in terms hereof or otherwise, the CONTRACTOR shall require every sub-contractor to
whom any portion of the work to be performed under the Contract has been sub-contracted, to
comply with the provisions of the Contract in so far as applicable to each sub-contractor, and the

66
CONTRACTOR shall hold the OWNER harmless and indemnified from any and against all
penalties, actions, claims and demands and costs, charges and expenses whatsoever arising out of
or in connection with any failure of the CONTRACTOR or any sub-contractor(s) to make full and
proper compliance with any of the terms and conditions of the Contract.

8.13.0.0 WAIVER

8.13.1.0 It shall always be open to the OWNER by written communication to the CONTRACTOR to waive
in whole or part any right or the enforcement of any right or remedy which the OWNER may have
against the CONTRACTOR or of any obligations which the CONTRACTOR may have
hereunder, provided always that:

(i) No waiver shall be presumed or inferred unless made in a written communication addressed
by the OWNER to the CONTRACTOR and specifically communicated as a Waiver;
(ii) No waiver of any right or part of any right on one occasion shall be deemed to be a waiver or
abandonment of that right for all occasions with the intent that a waiver once given shall be
limited to the specific waiver and shall be without prejudice to the right of the Owner to insist
upon the strict adherence of the attendant obligations of the Contractor and/or the future
enforcement of the right by the Owner in respect of the same and/or any other dependent
obligation.

8.14.0.0 CONTRACTOR’S ESTABLISHMENT


8.14.1.0 It is understood that the establishment of the CONTRACTOR (and any Sub-Contractor engaged
by the CONTRACTOR) constitutes an independent establishment involving inter alia in
undertaking works and/or services for others of the nature and kind forming the subject matter of
the Contract. It is consequently understood that all the employees of the CONTRACTOR (and
any Sub-Contractor engaged by the CONTRACTOR) are the employees of the independent
establishment of the CONTRACTOR or Sub-Contractor (as the case may be) who have been and
will be appointed solely for and/or with reference to the work of that establishment, and have not
been and will not be appointed specifically or otherwise for the sole purpose of the work covered
by the present Contract. To this end, each CONTRACTOR (and Sub-Contractor engaged by the
CONTRACTOR) shall issue to each of its employees deputed to the job-site to perform any work
in relation to the Contract a regular letter of appointment for employment in the
CONTRACTOR’S/ Sub-Contractor’s independent establishment, with authority in the
CONTRACTOR/Sub-Contractor to employ or depute him for or in relation to any work or
engagement assumed by the CONTRACTOR/Sub-Contractor from time to time in the course of
its business and the production of a certified copy of each letter of appointment duly
acknowledged by the concerned employee shall be a pre-condition for the issue of a Gate Pass to
any employee of the CONTRACTOR/Sub-Contractor into any area the entry to which is restricted
by the OWNER.

8.15.0.0 COLLECTION OF INDEBTEDNESS

8.15.1.0 Without prejudice to any other rights or remedies of the OWNER and in addition to any other
provisions hereof, the OWNER shall be entitled to deduct out of the Security Deposit (including
by recourse Bank Guarantee) any monies or securities under this or any other contract(s) for the
time being of the CONTRACTOR in its hands and out of any payments then due or becoming
due in future to the CONTRACTOR under this or any other Contract, any and all amounts due
to the OWNER from the CONTRACTOR arising out of or in connection with the Contract.

67
8.16.0.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND ENVIRONMENTAL
PROTECTION.

8.16.1.0 The CONTRACTOR shall ensure that its servants and agents and sub-contractors and their
servants and agents shall duly comply with all environmental laws, rules and regulations and the
conditions of any permit, permission, consent and/or no-objection granted in this behalf by any
authority with respect to or concerning the work, and shall independently so organise and conduct
its operations and cause its sub-contractors so organise and conduct their operations as not to
cause any hazard or pollution to health, life, property or environment including (but not limited to)
discharge of any noxious substance or effluent into the atmosphere or into the earth or into any
drain, canal, stream, river, pond, lake or other water body.
8.16.2.0 The CONTRACTOR shall indemnify and keep indemnified the OWNER from and against the
breach, non-observance, infraction or dereliction of any of the provisions of Clause 8.16.1.0
hereof, and against any and all claims, actions or proceedings, prosecutions and liabilities and
losses and damages and costs (including legal costs), charges and expenses whatsoever suffered or
incurred or instituted against the OWNER as the case may be.

8.17.0.0 CONFIDENTIAL HANDLING OF INFORMATION

8.17.1.0 The CONTRACTOR and its/his employees, agents and Sub-Contractors and the employees and
agents of the Sub-Contractor(s) shall treat as strictly confidential and shall take all steps necessary
to ensure confidential handling of all maps, plans, charts, designs, drawings, photographs, data,
reports, tests, specifications, methods, and other information developed or acquired by the
CONTRACTOR from or by means of the Tender Documents or any facility extended to the
CONTRACTOR pursuant thereto or the award or performance of the works or any of them or
otherwise disclosed or made available to the CONTRACTOR or any of the aforesaid persons, and
shall not disclose or reproduce the same in any book, article, speech or other publication, provided
always that the OWNER may upon application by the CONTRACTOR to the OWNER in this
behalf permit report, disclosure or re-production of the same in any book, article, speech or other
publication if it is satisfied that this would not involve the disclosure of any classified or other
information which would not be in the interest of public or security to disclose.

8.17.2.0 Application for such consent shall be submitted to the OWNER in writing outlining the intended
use of the relative material and shall be submitted to the OWNER at least one month prior to the
expected use accompanied by the text of the relative publication in which it is sought to be used.
Photographs should be accompanied by their caption. An application shall not be understood to
have been permitted unless expressly permitted in writing by the OWNER.

68
SECTION 9

ARBITRATION AND ALTERNATIVE DISPUTE RESOLUTION MACHINERY

9.0.0.0 ARBITRATION

9.0.1.0 Subject to the provisions of Clauses 6.7.1.0, 6.7.2.0 and 9.0.2.0 hereof, any dispute arising out of a
Notified Claim of the CONTRACTOR included in the Final Bill of the CONTRACTOR in
accordance with the provisions of Clause 6.6.3.0 hereof, if the CONTRACTOR has not opted for the
Alternative Dispute Resolution Machinery referred to in Clause 9.1.1.0 hereof, and any dispute
arising out of any Claim(s) of the OWNER against the CONTRACTOR shall be referred to the
arbitration of a Sole Arbitrator selected in accordance with the provisions of Clause 9.0.1.1 hereof.
It is specifically agreed that the OWNER may prefer its Claim(s) against the CONTRACTOR as
counter-claim(s) if a Notified Claim of the CONTRACTOR has been referred to arbitration. The
CONTRACTOR shall not, however, be entitled to raise as a set-off defence or counter-claim any
claim which is not a Notified Claim included in the CONTRACTOR’s Final Bill in accordance with
the provisions of Clause 6.6.3.0 hereof.

9.0.1.1 The Sole Arbitrator referred to in Clause 9.0.1.0 hereof shall be selected by the CONTRACTOR out
of a panel of 3 (three) persons nominated by the OWNER for the purpose of such selection, and
should the CONTRACTOR fail to select an arbitrator within 30 (thirty) days of the panel of names
of such nominees being furnished by the OWNER for the purpose, the Sole Arbitrator shall be
selected by the OWNER out of the said panel.

9.0.2.0 Any dispute(s) or difference(s) with respect to or concerning or relating to any of the following
matters are hereby specifically excluded from the scope, purview and ambit of this Arbitration
Agreement with the intention that any dispute or difference with respect to any of the said following
matters and/or relating to the Arbitrator’s or Arbitral Tribunal’s jurisdiction with respect thereto
shall not and cannot form the subject- matter of any reference or submission to arbitration, and the
Arbitrator or the Arbitral Tribunal shall have no jurisdiction to entertain the same or to render any
decision with respect thereto, and such matter shall be decided by the General Manager prior to the
Arbitrator proceeding with or proceeding further with the reference. The said excluded matters are:

(i) With respect to or concerning the scope or existence or otherwise of the Arbitration Agreement;

(ii) Whether or not a Claim sought to be referred to arbitration by the CONTRACTOR is a Notified
Claim;

(iii) Whether or not a Notified Claim is included in the CONTRACTOR’s Final Bill in accordance
with the provisions of Clause 6.6.3.0 hereof.

(iv) Whether or not the CONTRACTOR has opted for the Alternative Dispute Resolution
Machinery with respect to any Notified Claim included in the CONTRACTOR’s Final Bill.

9.0.3.0 The provisions of the Indian Arbitration & Conciliation Act, 1996 and any re-enactment(s) and/or
modification(s) thereof and of the Rules framed thereunder shall apply to arbitration proceedings
pursuant hereto subject to the following conditions:

(a) The Arbitrator shall give his Award separately in respect of each Claim and Counter-Claim; and

(b) The Arbitrator shall not be entitled to review any decision, opinion or determination (howsoever
expressed), which is stated to be final and/or binding on the CONTRACTOR in terms of the
Contract Documents.

9.0.4.0 The venue of the arbitration shall be New Delhi, provided that the Arbitrator may with the consent of
the OWNER and the CONTRACTOR agree upon any other venue.

69
9.1.0.0 ALTERNATIVE DISPUTE RESOLUTION MACHINERY

9.1.1.0 Subject to the provisions of Clause 6.7.2.0 hereof, the CONTRACTOR may as alternative to
reference to arbitration under Clause 9.0.1.0 with respect to its/his Notified Claims included in the
CONTRACTOR’s Final Bill in accordance with Clause 6.6.3.0, opt for the Alternative Dispute
Resolution Machinery herein provided, and upon the exercise of such option, the CONTRACTOR
shall be deemed to have waived his right (if any) of arbitration with respect to such Claim(s).

9.1.1.1 The option of adopting alternative dispute resolution machinery shall be exercised by the
CONTRACTOR by making a written communication to the General Manager informing him of
its/his decision to adopt the Alternative Dispute Resolution Machinery. The Alternative Dispute
Resolution Machinery shall consist of a Committee (the Committee) of three members selected by
the CONTRACTOR from a panel of 5 (five) persons nominated by the General Manager at the
request of the CONTRACTOR in order to enable the CONTRACTOR to exercise its option
contemplated in Clause 9.1.1.0 hereof.

9.1.1.2 The CONTRACTOR shall not refuse to make a selection within the provisions of Clause 9.1.1.1
hereof nor after making a selection shall be entitled to contest or otherwise refuse to be bound by the
decision of the Alternative Dispute Resolution Machinery referred to hereinabove on the ground that
one or more or all the persons nominated by the General Manager for selection of the Committee are
employees of the OWNER or is or are otherwise connected with the OWNER and/or have otherwise
previously dealt with the matter.

9.1.1.3 Upon appointment of the Committee, the exercise of the option by the CONTRACTOR to opt for
the Alternative Dispute Resolution Machinery shall be deemed to be complete with consequences in
this behalf specified in Clause 9.1.1.0 hereof.

9.1.2.0 The Committee shall not constitute an arbitral tribunal and shall not act as arbitrators but shall act as
an expert body which shall not be bound by any rule or procedure of natural justice or to hear the
parties, but shall be entitled to adopt and regulate its own procedure, to consult such experts and
other persons as it deems fit (even behind the back of the Parties or any of them), and to hear the
Parties separately or not at all, and the proceedings of the Arbitration and Conciliation Act, 1996
shall be inapplicable to its proceedings.

9.1.3.0 The Committee shall examine the Notified Claims of the CONTRACTOR included in its/his Final
Bill in accordance with the provisions of Clause 6.6.3.0 hereof and the claims/counter-claims of the
OWNER and endeavor to mediate a settlement thereof, failing which the Committee shall render its
decision thereon.

9.1.4.0 The decision rendered by the Committee shall be in writing and shall be final and binding upon the
OWNER and the CONTRACTOR. The said decision shall not be required to be supported by any
reason and need not be rendered separately in respect of any claim.

9.2.0.0 GENERAL

9.2.1.0 The CONTRACTOR shall not refuse to make a selection within the provisions of Clause 9.0.1.0
hereof nor after making a selection shall be entitled to contest the Award or otherwise refused to be
bound by the decision of the Arbitrator or of the Alternative Dispute Resolution Machinery referred
to in Clause 9.1.1.0 hereof on the ground that one or more or all the persons nominated by the
OWNER for selection of the Sole Arbitrator or appointed by the OWNER to constitute the
Committee is or are employees of the OWNER or is or are otherwise connected with the OWNER.

9.2.2.0 Notwithstanding the existence of any arbitration or the adoption of the Alternative Dispute
Resolution Machinery in terms hereof or otherwise, the CONTRACTOR shall continue and be
bound to continue and perform all its/ his outstanding obligations in all respects under the Contract
(unless the Contract is determined by the OWNER), and the CONTRACTOR shall remain liable and
bound in all respects under the Contract.

70
SECTION 10

SAFETY CODE

10.0.0.0 GENERAL:

10.0.1.0 CONTRACTOR shall adhere to safe construction practice and guard against hazardous and
unsafe working conditions and shall comply with OWNER’s safety rules as set forth herein.

10.0.2.0 In addition, the Contractor shall adhere to and be bound by the “Safety Practices During
Construction” (OISD-GDN-192) formulated by the Oil Industry Safety Directorate from time to
time. A copy of the existing “Safety Practices During Construction” as presently formulated by
the Oil Industry Safety Directorate is annexed hereto as Appendix III.

10.0.3.0 In the event of any irreconcilable conflict between the ‘Safety Practices During Construction”
prescribed by the Oil Industry Safety Directorate and the Safety provisions set out herein, the
“Safety Practices During Construction” established by the Oil Industry Safety Directorate shall
prevail to the extent of the irreconcilable conflict.

10.1.0.0 FIRST AID AND INDUSTRIAL INJURIES:

10.1.1.0 CONTRACTOR shall maintain first aid facilities for its employees and those of its sub-
contractors.

10.1.2.0 CONTRACTOR shall make outside arrangements for ambulance service and for the treatment
of industrial injuries. Names of those providing these services shall be furnished to Engineer-in-
charge prior to start of construction, and their telephone numbers shall be prominently posted in
CONTRACTOR’s field office.

10.1.3.0 All critical industrial injuries shall be reported promptly to Engineer-in-charge, and a copy of
CONTRACTOR’s report covering each personal injury requiring the attention of a physician
shall be furnished to OWNER.

10.2.0.0 GENERAL RULES:

10.2.1.0 Carrying/Striking of matches, lighters insider the refinery area, smoking within the refinery,
tank, farm, or dock limits are strictly prohibited. Violators of the “No Smoking” rules shall be
discharged immediately. Within the operation area, no hot work shall be permitted without
valid gas safety/fire permits. The CONTRACTOR shall be held and responsible for all lapses
of his sub-contractors/employees in this regard.

10.3.0.0 CONTRACTOR’S BARRICADES

10.3.1.0 CONTRACTOR shall erect and maintain barricades required in connection with his operation to
guard or protect:

(i) Excavation

(ii) Hoisting areas

(iii) Areas adjudged hazardous by CONTRACTOR’s or Owner’s inspectors.

71
(iv) OWNER’s existing property liable to damage by CONTRACTOR’s operations, in the
opinion of Engineer-in-Charge/Site Engineer.

(v) Railroad unloading spots.

10.3.2.0 CONTRACTOR’s employees and those of its sub-contractors shall become acquainted with
OWNER’s barricading practice and shall respect the provisions hereof.

10.3.3.0 Barricades and hazardous areas adjacent to but not located in normal routes of travel shall be
marked by red flasher lanterns at nights.

10.4.0.0 SCAFFOLDING :

10.4.1.0 Suitable scaffolding shall be provided for workmen for all works that cannot safely be done
from the ground or from solid construction except such short period work as can be done safely
from ladders. When a ladder is used, an extra mazdoor shall be engaged for holding the ladder
and if the ladder is used for carrying materials as well suitable footholds and handholds shall be
provided on the ladder and the ladder shall be given an inclination not steeper than 1 in 4 (1
horizontal 4 vertical)

10.4.2.0 Scaffolding or staging than 12′, above the ground floor, swing or suspended from an overhead
support or erected with stationary support shall have a guard rail properly attached, bolted,
braced and otherwise rewinded at least 3′, high above the floor or platform of scaffolding or
staging and extending along the entire length of the outside and ends thereof with only such
openings as may be necessary for the delivery of materials. Such scaffolding or staging shall be
so fastened as to prevent it from swaying from the building or structure.

10.4.3.0 Working platform, gangways and stairways should be so constructed that they should not sag
unduly or unequally and if the height of the platform or the gangway or the stairway is more
than 12’, above ground level or floor level, they should be closely boarded, should have
adequate width and should be suitably fastened as described in Clause 10.4.2.0 above.

10.4.4.0 Every opening in the floor of a building or in a working platform be provided with suitable
means to prevent the fall of persons or materials by providing suitable fencing or railing whose
minimum height shall be 3 feet.

10.4.5.0 Safe means of access shall be provided to all working platforms and other working places.
Every ladder shall be securely fixed. No portable single ladder shall be over 30′ in length while
the width between the side rails in rung ladder shall in no case be less than 11.5″ for ladder up to
and including 10′ in length for longer ladders this width would be increased at least ¼″ for each
additional foot of length. Uniform step spacing shall not exceed 12″. Adequate precautions
shall be taken to prevent danger from electrical equipment. No materials on any of the site of
work shall be so stacked or placed as to cause danger or inconvenience to any person or public.
The CONTRACTOR shall also provide all necessary fencing and lights to protect the workers
and staff from accidents, and shall be bound to bear the expenses of defence of every suit, action
or other proceedings, as law that may be brought by any person for injury sustained owing to
neglect of the above precautions and to pay damages and costs which may be awarded in any
such suit or action or proceedings to any such person, or which may with the consent of the
CONTRACTOR be paid to compromise any claim by any such person.

10.5.0.0 EXCAVATION AND TRENCHING :

10.5.1.0 All trenches 4′ or more in depth shall at all times be supplied with at least one ladder for each
100′ length or fraction thereof.

72
10.5.2.0 Ladder shall be extended from bottom of the trench to at least 3′3″ above the surface of the
ground. The site of the trenches which is 5′ or more in depth shall be stepped back to give
suitable slope, or securely held by timber bracing, so as to avoid the danger of sides to collapse.
The excavated material shall not be placed within 5′ of the edge of the trench or half of trench
depth whichever is more. Cutting shall be done from top to bottom. Under no circumstances
shall undermining or undercutting be done.

10.6.0.0 DEMOLITION

10.6.1.0 Before any demolition work is commenced and also during the process of the work all roads
and open area adjacent to the work site shall either be closed or suitably protected.

10.6.2.0 No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus
used by the operator shall remain electrically charged.

10.6.3.0 All practical steps shall be taken to prevent danger to persons employed, from risk of fire or
explosion or flooding. No floor, or other part of the building shall be so overloaded with debris
or material as to render it unsafe.

10.7.0.0 SAFETY EQUIPMENT

10.7.1.0 All necessary personal safety equipment as considered adequate by the Engineer-in-charge
should be made available for the use to the persons employed on the site and maintained in a
condition suitable for immediate use, and the CONTRACTOR should take adequate steps to
ensure proper use of equipment by those concerned.

10.7.2.0 Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided
with protective footwear and protective gloves.

10.7.3.0 Those engaged in white washing and mixing or stacking of cement bags or any materials which
are injurious to the eyes shall be provided with protective goggles.

10.7.4.0 Those engaged in welding and cutting works shall be provided with protective face and
eyeshields, and gloves, etc.

10.7.5.0 Stone breakers shall be provided with protective goggles and protective clothing and seated at
sufficiently safe intervals.

10.7.6.0 When workers are employed in sewers and manholes, which are in use, the CONTRACTOR
shall ensure that the manhole covers are opened and are ventilated at least for an hour before the
workers and allowed to get into the manholes, and the manholes so opened shall be cordoned off
with suitable railing and provided with warning signals or boards to prevent accident to the
public.

10.7.7.0 The CONTRACTOR shall not employ men below the age of 18 years and women on the work
of painting or products containing lead in any form. Wherever men above the age of 18 years
are employed on the work of lead painting, the following precautions should be taken:

10.7.7.1 No paint containing lead product shall be used except in the form of paste or readymade paint.

10.7.7.2 Suitable face masks shall be supplied for use by the workers when paint is applied in the form of
spray or a surface having lead paint dry rubbed and scrapped.

73
10.7.7.3 Overalls shall be supplied by the CONTRACTOR to workmen and adequate facilities shall be
provided to enable the working painters to wash during and on cessation of work.

10.8.0.0 RISKY PLACES:

10.8.1.0 When the work is done near anyplace where there is a risk of drowning, all necessary safety
equipments shall be provided and kept ready for use and all necessary steps taken for prompt
rescue of any person in danger and adequate provision should be made for prompt first aid
treatment of all injuries likely to be sustained during the course of the work.

10.9.0.0 HOISTING EQUIPMENT:

10.9.1.0 Use of hoisting machines and tackle including their attachments, anchorage and supports shall
conform to the following standards or conditions:

10.9.1.1 These shall be of good mechanical construction, sound materials and adequate strength and free
from patent defect and shall be kept in good condition and in good working order.

10.9.1.2 Every rope used in hoisting or lowering materials or as a means of suspension shall be of
durable quality and adequate strength and free from patent defects.

10.9.1.3 Every crane driver or hoisting appliance operator shall be properly qualified and no person
under the age of 21years should be in charge of any hoisting machine including any scaffolding
winch or give signals to the operator.

10.9.1.4 In case of every hoisting machine and of every chain ring hook, shackle, swivel and pulley
block used in hoisting or lowering or as means of suspension, the safe working load shall be
ascertained by adequate means. Every hoisting machine and all gear referred to above shall be
plainly marked with the safe working load and the condition under which it is applicable shall
be clearly indicated. No part of any machine or any gear referred to above in this paragraph
shall be loaded beyond the safe working load except for the purpose of testing.

10.9.1.5 In case of departmental machine, the safe working load shall be notified by the Engineer-in-
Charge. As regards CONTRACTOR’s machines, the CONTRACTOR shall notify the safe
working load of the machine to the Engineer-in-charge, whenever he brings any machinery to
site of work and get it verified by the Engineer-in-charge concerned.

10.10.0.0 ELECTRICAL EQUIPMENT:

10.10.1.0 Motor, Gearing, Transmission, wiring and other dangerous parts of hoisting appliances shall be
provided with efficient safeguards, hoisting appliance should be provided with such means as
will reduce to the minimum, the risk of accidental descent of the load, adequate precautions shall
be taken to reduce to the minimum the risk of any part of a suspended load becoming
accidentally displaced. When workers are employed on electrical installations which are already
energised, insulating mats, wearing apparel, such as gloves and boots as may be necessary shall
be provided. The workers shall not wear any rings, watches and carry keys or other materials
which are goods conductors of electricity.

10.11.0.0 MAINTENANCE OF SAFEY DEVICES:

10.11.1.0 All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained
in safe conditions and no scaffold, ladder or equipment shall be altered or removed while it is in
use. Adequate washing facilities should be provided at or near place of work.

74
10.12.0.0 DISPLAY OF SAFETY INSTRUCTIONS:

10.12.1.0 These safety provisions should be brought to the notice of all concerned by display on a notice
board at a prominent place at the work spot. The person responsible for compliance of the safety
code shall be named therein by the CONTRACTOR.

10.13.0.0 ENFORCEMENT OF SAFETY REGULATIONS:

10.13.1.0 To ensure effective enforcement of the rules and regulations relating to safety precautions the
arrangements made by the CONTRACTOR shall be open to inspection by the Welfare Officer,
Engineer-in-charge or Safety Engineer of the OWNER or their representatives.

10.14.0.0 NO EXEMPTION

10.14.1.0 Notwithstanding the above Clauses 10.0.0.0 to 10.13.0.0 there is nothing in these to exempt the
CONTRACTOR from the operations of any other Act or rules in force in the Republic of India.

10.14.2.0 The works throughout including any temporary works shall be carried on in such a manner as not
to interfere in any way whatsoever with the traffic on any roads or footpaths, at the site or in the
vicinity thereto or any existing works whether the property of the OWNER or of a third party.

10.14.3.0 In addition to the above, the CONTRACTOR shall abide by the safety code provision as per
CPWD Safety Code framed from time to time.

10.14.4.0 The CONTRACTOR shall also arrange to obtain valid gate passes for his men and equipment
from the concerned authorities of the Refinery/Project

10.14.5.0 No man/material/equipment not covered by valid passes shall be permitted within the
Refinery/Project area and no material/equipment shall be permitted to be taken out of the
Refinery/Project area, unless authorised by the concerned authorities of the Refinery Project.
The CONTRACTOR shall be held fully responsible for any or all delays/losses/damages that
may result consequent on any lapses that may occur on the part of his sub-contractors/employees
in this regard.

75
APPENDIX –I
To

GENERAL CONDITIONS OF CONTRACT

CONTRACTORS’ LABOUR REGULATIONS


(Reference: Clause 8.3.10.0 of GCC)

1. These regulations may be called Model Contractors Labour Regulations.

2. Definition: In these regulations, unless otherwise expressed or indicated, the following words and
expressions shall have the meaning hereby assigned to them:

(a) “Labour” means workers employed by a contractor, directly or indirectly through a sub-
contractor, or by an agent on his behalf to do any skilled, semi-skilled or unskilled manual,
supervisory, technical or clerical work.

(b) “Fair Wage” means wages, which shall include wages for weekly day of rest and other
allowances, whether for time or piece work, after taking into consideration prevailing market
rates for similar employments in the neighbourhood but shall not be less than the minimum
rates of wages fixed under the payment of Minimum Wages Act.

(c) “Wages” shall have the same meaning as defined in the Payment of Wages Act.

(d) “Contractor” for the purpose of these regulations shall include an agent or sub-contractor
employing labour on the work taken on the contract.

(e) “Inspecting Officer” means any Labour Enforcement Officer or Assistant Labour
Commissioner of the Chief Labour Commissioner’s Organisation.

(f) “Prescribed” means prescribed under the Contract Labour (Regulation and Abolition) Act,
1970 and Rules framed thereunder.

3. Notice of commencement: The Contractor, shall within SEVEN days of commencement of the
work, furnish in writing, to Inspecting Officer of the area concerned the following information :
(a) Name and Situation of the work.
(b) Contractor’s name and address.
(c) Particulars of the Department for which the work is undertaken.
(d) Name and address of sub-contractors as and when they are appointed.
(e) Commencement and probable duration of the work.
(f) Number of workers employed and likely to be employed.
(g) “fair wages” for different categories of workers.

(i) Number of hours of work to constitute a normal working day : The number of hours
which shall constitute a normal working day for an adult shall be NINE hours. The
working day of an adult worker shall be so arranged that it is inclusive of intervals, if
any, for rest, it shall not spread over more than twelve hours on any day. When a worker
is made to work for more than NINE hours on any day or for more than FORTY-EIGHT

76
hours in a week, he shall, in respect of overtime work, be paid wages at double the
ordinary rate of wages.

(ii) Weekly day of rest: Every worker shall be given a weekly day of rest which shall
normally be a Sunday unless otherwise fixed and notified at least TEN days in advance.
A worker shall not be required or allowed to work on the weekly rest day unless he has or
will have a substituted rest day, on one of the five days immediately before or after the
rest day, provided that no substitution shall be made which will result in the worker
working for more than ten days consecutively without a rest day for a whole day.

4. Where, in accordance with the foregoing provisions, a worker works on the rest day and has been
given a substituted rest day, he shall be paid wages for the work done on the weekly rest day at the
overtime rate of wages.

(NOTE: The expression “ordinary rate of wages” means the fair wage the worker is entitled to.)

5. Display of notice regarding Wages, Weekly Day of Rest etc.: The contractor shall, before the
commencement of his work on the Contract, display and correctly maintain and continue to display
and correctly maintain in a clean and legible condition in conspicuous places on the works, notice in
English and in the local Indian language, spoken by majority of workers, giving the rate of fair
wages, the hours of work for which such wages are payable, the weekly rest days workers are
entitled to and name and address of the Inspecting Officer. The Contractor shall send a copy each of
such notices to the Inspecting Officers.

6.0 Fixation of Wage Periods: The Contractor shall fix wage periods in respect of which wages shall be
payable. No wage period shall normally exceed one month.

6.1 Payment of wages:

(i) Wages due to every worker shall be paid to him direct. All wages shall be paid in current coins
or currency or in both. The wages shall be paid without deductions of any kind except those
specified by Central Government by General Order or Special Order in this behalf or
permissible under the Payment of Wages Act.

(ii) Wages of every worker employed as contract labour in an establishment or by Contractor are
less than one thousand, such workers shall be paid within SEVEN days from the end of the
Wage period; and before the expiry of the 10th day from the end of the wage period accordingly
as the number of workers exceed 1,000.

(iii) When employment of any worker is terminated by or on behalf of the Contractor, the wages
earned by him shall be paid before expiry of the second working day from the date on which his
employment is terminated.

(iv) All payment of wages shall be made at the work site on a working day except when the work is
completed before expiry of the wage period, in which case final payment shall be made at the
work site within 48 hours of the last working day and during normal time.

(NOTE: The term “working day” means a day on which labour is employed, and the work is in
progress)

7. Register for Workmen: A register of workmen shall be maintained in the prescribed form and kept at
the work site or as near to it as possible, and the relevant particulars of every workmen shall be
entered therein within THREE days of his employment.

77
8. Employment Card: The Contractor shall issue an employment card in the Form appended to these
regulations to each worker on the day of work or entry into his employment. If a worker already has
any such card with him issued by the previous employer, the Contractor shall merely endorse that
Employment Card with relevant entries. The Contractor may, alternatively, issue an attendance-
cum-wage slip to each worker in the form appended. This card shall be valid for a wage period. The
Contractor shall mark attendance on the cards twice each day and again after the rest interval, before
he actually starts the work. On termination of employment, the Employment Card shall again be
endorsed by the Contractor, service certificate issued and returned to the Worker.

9. Register of Wages etc.

(i) A register of Wages-cum-Muster Roll in the prescribed Form shall be maintained and kept at the
work site or as near to it as possible.

(ii) A wage slip in the prescribed Form shall be issued to every worker employed by the
Contractor at least a day prior to disbursement of wages.

10. Fines and deductions which may be made from Wages:

(i) Wages of a worker shall be paid to him without any deduction of any kind except the following:

(a) Fines;

(b) Deduction for absence from duty, i.e. from the place of his employment he is required to
work. The amount of deductions shall be in proportion to the period for which he was absent;

(c) Deduction for damage to or loss of goods expressly entrusted to the employed person for
custody, or for loss of money which he is required to account for, where such damage or loss
is directly attributable to his neglect or default;

(d) Deductions for recovery of advances or for adjustment of overpayment of wages. Advance
granted shall be entered in a register; and

(e) Any other deduction which the Corporation may from time to time allow.

(ii) No fines shall be imposed on any worker say in respect of such acts and omissions on his part as
have been approved by the Chief Labour Commissioner or Competent Authority.

(iii) No fine shall be imposed on a worker and no deductions for damage or loss shall be made from
his wages until the worker has been given an opportunity of showing cause against such fines or
deductions.

(iv) The total amount of fines which may be imposed in any one wage period on a worker shall not
exceed an amount equal to three paise in a rupee of the wages payable to him in respect of that
wage period.

(v) No fine imposed on a worker shall be recovered from him in installments, or after expiry of
sixty days from the date on which it was imposed. Every fine shall be deemed to have been
imposed on the day of the at or omission in respect of which it was imposed.

(vi) The Contractor shall maintain both in English and the local Indian language, a list approved by
the Chief Labour Commissioner or Competent Authority clearly stating the acts and
commissions for which penalty or fine may be imposed on a workman and display it in good
condition in a conspicuous place on the work site.

78
(vii) The Contractor shall maintain a register of fines and the register of deductions for damage or
loss in the prescribed Forms which should be kept at the place of work.

(viii) The Contractor shall display in a conspicuous place of work the list of acts and omissions for
which the fines can be imposed. They are as under:

1. Willful insubordination or disobedience, whether alone or in combination with other.

2. Theft, fraud or dishonest in connection with the Contractors beside a business or property
of Corporation.

3. Taking or giving bribes or any illegal gratification.

4. Habitual late attendance.

5. Drunkenness, fighting, riotous or disorderly or indifferent behaviour.

6. Habitual negligence.

7. Smoking near or around the area where combustible or other materials are locked.

8. Habitual indiscipline

9. Causing damage to work in the progress or to property of the Corporation or of the


Contractor.

10. Sleeping on duty.

11. Malingering or slowing down work.

12. Giving of false information regarding name, age, father’s name etc.

13. Habitual loss of wage cards supplied by the employers.

14. Unauthorised use of employer’s property of manufacture or making of unauthorised


articles at the work place.

15. Bad workmanship in construction and maintenance by skilled workers which is not
approved by the Corporation and for which the Contractor is compelled to undertake
rectification.

16. Making false complaints and/or misleading statements.

17. Engaging on trade within the premises of the establishments.

18. Any unauthorised divulgence of business affairs of the employers.

19. Collection or canvassing for the collection of an money within the premises of an
establishment unless authorised by the employer.

20. Holding meeting inside the premises without previous sanction of the employers.

21. Threatening or intimidating any workmen or employer during the working hours within
the premises.

79
22. Non-observance of Safety norms/practices applicable to the Worksite.

11. Register of Accidents: The Contractor shall maintain a register of accidents in such form as may be
convenient at the work place but the same shall include the following particulars:
(a) Full particulars of the labourers who met with accident.
(b) Rate of wages.
(c) Sex
(d) Age
(e) Nature of accident and cause of accidet
(f) Time and date of accident
(g) Date and time when admitted in hospital
(h) Date of discharge from the hospital
(i) Period of treatment and result of treatment
(j) Percentage of loss of earning capacity and disability as assessed by Medical Officer.
(k) Claim required to be paid under Workmen’s Compensation Act.
(l) Date of payment of compensation
(m) Amount paid with details of the person to whom the same was paid.
(n) Authority by whom the compensation was assessed
(o) Remarks

12. Preservation of Registers: The Register of Workmen and the Register of Wages –cum-Muster Roll
required to be maintained under these Regulation shall be preserved for 3 years after the date on
which the last entry is made therein.

13. Enforcement: The Inspecting Officer shall either, on his own motion or on a complaint received by
him, carry out investigations and send a report to the Engineer-in-charge specifying the amounts
representing Workers’ dues and amount of penalty to be imposed on the Contractor for breach of
these Regulations, that have to be recovered from the Contractor, indicating full details of the
recoveries proposed and the reasons therefor. It shall be obligatory on the part of the Engineer-in-
charge on receipt of such a report to deduct such amounts from payments due to the Contractor.

14. Disposal of amounts recovered from the Contractor: The Engineer-in-charge shall arrange payment
to workers concerned within FORTY FIVE days from receipt of a report from the Inspecting
Officer. In cases where there is an appeal, payment of workers dues would be arranged by the
Engineer-in-charge wherever such payments arise, within THIRTY days from the date of receipt of
the decision of the Regional Labour Commissioner (RLC).

15. Appeal against decision of Inspecting Officer: Any person aggrieved by a decision of the Inspecting
Officer may appeal against such decision to the RLC concerned within THIRTY days from the date
of decision, forwarding simultaneously a copy of his appeal to the Engineer-in-charge. The decision
of the RLC shall be final and binding upon the Contractor and the workmen.

16. Representation of parties:

(i) A workmen shall be entitled to be represented in any investigation or enquiry under these
Regulations by an officer of a registered trade union of which he is a member or by an officer of
a Federation of Trade Unions to which the said trade union is affiliated or where the workman is

80
not a member of any registered trade union, by an officer of a registered trade union, connected
with, or by any other workman employed in the industry in which the worker is employed.

(ii) A contractor shall be entitled to be represented in any investigation of enquiry under these
Regulations by an officer of an Association of Contractors of which he is a member or by an
officer of a Federation of Association of Contractors to which the said association is affiliated or
where the Contractor is not a member of any Association of Contractors, by an officer of
association of employers, connected with, or by any other employer engaged in, the industry in
which the Contractor is engaged.

(iii) No party shall be entitled to be represented by a legal practitioner in any investigation or


enquiry under these Regulations.

17. Maternity benefits for female employees: The Contractor shall extend the leave, pay and other
benefits as admissible to the female employees. No maternity benefits shall be admissible to a
female worker unless she has been employed for a total period of not less than 6 months
immediately proceeding the date on which she proceeds on leave. The Contractor shall maintain a
register of maternity benefits in prescribed form, and shall be kept in all places of work.

18. Inspection of Books and other documents: The Contractor shall allow inspection of the Registers and
other documents prescribed under these Regulations by Inspecting Officers and the Engineer-in-
Charge or his authorised representative at any time and by the worker or his agent on receipt of due
notice at the convenient time.

19. Submission of Returns: The Contractor shall submit periodical returns as may be specified from time
to time.

20. Amendments: The Corporation may, from time to time, add to or amend these Regulations, and issue
such directions, as it may consider necessary for the proper implementation of these Regulations or
for the purpose of removing any difficulty, which may arise in the administration thereof.

81
APPENDIX –II
To
THE GENERAL CONDITIONS OF CONTRACT
MODEL RULES FOR LABOUR WELFARE
(Reference : Clause 8.3.10.0 of GCC)

1. Definitions
(a) “Workplace” means a place at which, on an average, twenty or more workers are employed on
any day during which the Contract work is in progress.
(b) “Large Workplace” means a place at which, on an average 500 or more workers are employed.

2. First Aid
(i) At every workplace, there shall be provided and maintained in a readily accessible place First
Aid appliances including an adequate supply of sterilized dressings and sterilized cotton wool as
prescribed in the Factory Rules of the State in which the work is carried on. The appliances shall
be kept in good order and in large work places, they shall be placed under the charge of a
responsible person who shall be trained in First Aid treatment and who shall also be readily
available during working hours. The First Aid boxes at the rate of not less than one box for 150
contract labour or part thereof shall be ordinarily employed. Adequate arrangement shall be
made for immediate recoupment of items/equipment when necessary.

(ii) At large work places, where hospital facilities are not available within easy distance of the
Works, First Aid posts shall be established and be run by a trained compounder.
Where large work places are remotely situated far away from regular hospitals, an indoor ward
shall be provided with one bed for every 250 employees.
Where large work places are situated in cities, towns or in their suburbs and no beds are
considered necessary owing to proximity of city or town hospitals, suitable transport shall be
provided to facilitate removal of urgent cases to these hospitals. At other workplaces, some
conveyance shall be kept readily available to take injured person or persons suddenly taken
seriously ill to the nearest hospital.
At large work places, there shall be provided and maintained an ambulance room of the
prescribed sizes, containing the prescribed equipment and in the charge of such medical and
nursing staff as may be prescribed. For this purpose, the relevant provisions of the Factory Rules
of the State Government area where the work is carried on may be taken as the prescribed
standard.

3. Accommodation for labour : The Contractor shall during the progress of the Works, provide, erect
and maintain necessary temporary living accommodation and ancillary facilities for labour at his
own expense and to standard and scales as approved by the Engineer-in-charge. However, following
specifications shall be followed :
(a)
(i) The minimum height of each hut at the eaves level shall be 2.10m (7ft) and the floor area
to be provided will be at the rate of 2.7 sq.m (30sq.ft.) for each member of the worker’s
family staying with the labourer.

82
(ii) The Contractor shall in addition construct suitable cooking places having a minimum area
of 1.80m X 1.50m (6” x 5”) adjacent to the hut for each family.
(iii) The Contractor shall also construct temporary latrines and urinals for the use of the
labourers, each on the scale of not less than four per each one hundred of the total
strength. Separate latrines and urinals been provided for women.
(iv) The Contractor shall construct sufficient number of bathing and washing places, one unit
for every 25 persons residing in the camp. These washing and bathing places shall be
suitably screened.

(b)
(i) All the huts shall have walls of sun-dried or burnt-bricks laid in mud mortar or other
suitable local material as may be approved by the Engineer-in-Charge. In case of sun-
dried bricks, the walls should be plastered with mud gobri on both sides. The floor may
be katcha, but plastered with mud gobri and shall be at least 15cm. (6”) above the
surrounding ground. The roofs shall be laid with thatch or any other materials as may be
approved by the Engineer-in-Charge and the Contractor shall ensure that throughout the
period of their occupation, the roofs remain water-tight.
(ii) The Contractor shall provide each hut with proper ventilation.
(iii) All doors, windows and ventilators shall be provided with suitable leaves for security
purposes.
(iv) There shall be kept an open space at least 7.2m (8 yards) between the rows of huts which
may be reduced to 6m (20ft) according to the availability of site with the approval of the
Engineer-in-charge. Back to back construction will be allowed.

4. Drinking Water : In every workplace, there shall be provided and maintained at suitable places,
easily accessible to labour, a sufficient supply of cold water fit for drinking.
Where drinking water is obtained from an intermittent public water supply, each workplace shall be
provided with storage where drinking water should be stored.
Every water supply storage shall be at a distance of not less than 15 meters from any latrine, drain or
other source of pollution. Where water has to be drawn from an existing well, which is within such
proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated
before water is drawn for drinking. All such wells shall be entirely closed in and be provided with a
trap door which shall be dust and water proof.
A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened
only for cleaning or inspection which shall be done at least once a month.

5. Washing and Bathing Places : Adequate washing and bathing places shall be provided separately for
men and women. Such places shall be kept in clean and drained conditions.

6. Scale of accommodation in latrines and urinals : There shall be provided within the precincts of
every workplace, latrines and urinals in an accessible place and the accommodation separately for
each of these, shall not be less than at the following scales :
No. of seats
(a) Where number of persons does not exceed 50 - 2
(b) Where number of persons exceeds 50 but does not
exceed 100 - 3

83
(c) For additional persons - 3 per 100 or part thereof
In particular cases, the Engineer-in-Charge shall have the power to increase the requirement, where
necessary.

7. Latrines and Urinals: Except in workplaces provided with water-flushed latrines connected with a
water-borne sewage systems, all latrines shall be provided with receptacies on dry earth system
which shall be cleaned at least four times daily and at least twice during working hours and kept in
strictly sanitary condition. Receptacies shall be tarred inside and outside at least once a year.
If women are employed, separate latrine and urinals screened from those for men and marked in the
vernacular in conspicuous letters “For Women Only” shall be provided on the scale laid down in
Rule 6. Those for men shall be similarly marked “For Men Only”. A poster showing the figure of a
man and a woman shall also be exhibited at the entrance to latrines for each sex. There shall be
adequate supply of water close to latrines and urinals.

8. Construction of latrines: Inside walls shall be constructed of masonry or other non-absorbent


materials and shall be cement-washed inside and outside at least once a year. The dates of cement
washing shall be noted in a register maintained for the purpose and kept available for inspection.
Latrines shall have at least thatched roof.

9. Disposal of excreta: Unless otherwise arranged for by the local municipal authority, arrangement for
proper disposal of excreta by incineration at the workplace shall be made by means of a suitable
incinerator approved by the local medical, health and medical or cantonment authorities.
Alternatively, excreta may be disposed off by putting a layer of night soils at the bottom of pucca
tank prepared for the purpose and covering it with a 15 c.m. Layer of waste or refuse and then
covering it with a layer of earth for a fortnight (when it will turn into manure).
The Contractor shall, at his own expense, carry out all instructions issued to him by the Engineer-in-
charge to effect proper disposal of soil and other conservancy work in respect of Contractor’s work
people or employees at the site. The Contractor shall be responsible for payment of any charges
which may be levied by municipal or cantonment authority for execution of such work on his behalf.

10. Provision of shelters during rest : At every workplace shall be provided, free of cost, four suitable
sheds, two for meals and two others for rest, separately for use of men and women labour. Height of
each shelter shall not be less than 3 meters from the floor level to lowest part of roof. Sheds shall be
kept clean and the space provided shall be on the basis of at least 0.5 sq.m per head.

11. Crèches : At a place at which 20 or more women workers are ordinarily employed, there shall be
provided at least one hut for use of children under the age of 6 years belonging to such women. Huts
shall not be constructed to a standard lower than that of thatched roof, mud floor and wall with
wooden planks spread over mud floor and covered with matting.
Huts shall be provided with suitable and sufficient openings for light and ventilation. There shall be
adequate provision of sweepers to keep the places clean. There shall be two dais in attendance.
Sanitary utensils shall be provided to the satisfaction of local medical, health and municipal or
cantonment authorities. Use of huts shall be restricted to children, their attendants and mothers of
children.
Where the number of women workers is more than 25 but less than 50, the Contractor shall provide
at least one hut and one Dai to look after the children of women workers.
Size of creche(s) shall vary according to the number of women workers employed.
Creche(s) shall be properly maintained and necessary equipment like toys etc. provided.

84
12. Canteen: A cooked food canteen on a moderate scale shall be provided for the benefit of workers
wherever it is considered necessary.

13. Planning, setting and erection of the above mentioned structures shall be approved by the Engineer-
in-charge and the whole of such temporary accommodation shall at all times during the progress of
the works be kept tidy and in a clean and sanitary condition as per requirements of the local bodies
and to the satisfaction of the Engineer-in-charge and at the Contractor’s expense. The Contractor
shall conform generally to sanitary requirements of local medical, health and municipal or
cantonment authorities and at all time adopt such precautions as may be necessary to prevent soil
pollution of the site.
On completion of the Work, the whole of such temporary structures shall be cleared away, all
rubbish burnt, excreta or other disposal pits or trenches filled in and effectively sealed off and the
whole of site left clean and tidy to the entire satisfaction of the Engineer-in-Charge and at the
Contractor’s expense.

14. Anti-material precautions: The Contractor shall, at his own expense, conform to all anti-material
instructions given to him by the Engineer-in-Charge, including filling up any burrow pits which may
have been dug by him.

15. Enforcement: The Inspecting Officer mentioned in the Contractors’ Labour Regulations or any other
officer nominated in his behalf by the Engineer-in-charge shall report to the Engineer-in-charge all
cases of failure on the part of the Contractor and or his sub-contractors to comply with the provisions
of these Rules either wholly or in part and the Engineer-in-charge shall impose such fines and other
penalties as are prescribed in the conditions.

16. Interpretations etc: On any question as to the application, interpretation of effect of these Rules, the
decision of the Chief Labour Commissioner or Deputy Chief Labour Commissioner (Central) shall
be final and binding.

17. Amendments: Government/Corporation may, from time to time, add to or amend these rules and
issue such directions, as it may consider necessary for the proper implementation of these Rules or
for the purpose of removing any difficulty, which may arise in the administration thereof.

85
APPENDIX –III
To
THE GENERAL CONDITIONS OF CONTRACT

SAFETY CODE
(Reference: Clause NO. 10.0.2.0 of GCC)
OISD – GDN - 192
SAFETY PRACTICES DURING CONSTRUCTION

1.0 INTRODUCTION

Safety in Construction Management deserves utmost Equipment, OISD-STD-155 (Part I&II) shall be
attention especially in the hydrocarbon industry, such referred to. The scope of this document does not
as Exploration, Refineries, Pipelines and Marketing include the design aspects and quality checks during
installations, Gas Processing units etc. Construction is construction.
widely recognised as one of the accident-prone
activities. Most of the accidents are caused by 3.0 DEFINITIONS
inadequate planning, failure during the construction
process and/or because of design deficiencies. Besides Definitions of various terminology are given below:
property loss, accidents also result in injuries and
fatalities to the personnel; same needs to be prevented. • Adequate, appropriate or suitable are used to
describe qualitatively or quantitatively the means
The reasons for accidents during construction
or method used to protect the worker.
activities are related to unique nature of the industry,
human behaviour, difficult work-site conditions,
extended odd duty hours, lack of training & awareness
• Brace: A structural member that holds one point
in a fixed position with respect to another point;
and inadequate safety management. Unsafe working bracing is a system of structural members
methods, equipment failure and improper designed to prevent distortion of a structure.
housekeeping also tend to increase the accident rate in
construction. • By hand: The work is done without the help of a
Ensuring good quality of materials, equipment and mechanised tool.
competent supervision along with compliance of
standard engineering practices shall go a long way to • Competent Authority: A stautory agency having
in built safety into the system. the power to issue regulations, orders or other
instructions having the force of law.
The objective of this standard is to provide practical
guidance on technical and educational framework for • Competent person: A person possessing adequate
safety and health in construction with a view to: qualifications, such as suitable training and
(a) prevent accidents and harmful effects on the sufficient knowledge, experience and skill for the
health of workers arising from employment safe performance of the specific work. The
in construction; competent authorities may define appropriate
(b) ensure appropriate safety during criteria for the designation of such persons and
implementation of construction; may determine the duties to be assigned to them.
(c) provide safety practice guidelines for
appropriate measures of planning, control • Execution agency:
and enforcement. Any physical or legal person, having contractual
obligation with the owner, and who employs one
2.0 SCOPE
or more workers on a construction site
This document specifies broad guidelines on safe
practices to be adhered to during construction
• Owner:
activities in oil industry. However, before Any physical or legal person for whom
commencing any job, specific hazards and its effects construction job is carried out.
should be assessed and necessary
It shall also include owner's designated
corrective/preventive actions should be taken by all
representative/consultant/nominee/agent,
concerned. The document is intended only to
authorised from time to time to act for and on its
supplement and not to replace or supersede the
behalf, for supervising/ coordinating the activities
prevailing statutory requirements, which shall also be
of the execution agency.
followed as applicable. For Personal Protective

86
• Hazard: Danger or potential danger. (c) organisation of work takes into account the
safety and health of workers;
• Guard-rail: An adequately secured rail erected (d) materials and products used are suitable
along an exposed edge to prevent persons from from a safety and health point of view;
falling. (e) working methods are adopted to safeguard
workers against the harmful effects of
• Hoist: A machine, which lifts materials or chemical, physical and biological agents.
persons by means of a platform, which runs on iii) establish committees with representatives of
guides. workers and management or make other
arrangement for the participation of workers
• Lifting gear: Any gear or tackle by means of in ensuring safe working conditions.
which a load can be attached to a lifting appliance
but which does not form an integral part of the iv) arrange for periodic safety inspections by
appliance or load. competent persons of all buildings, plant,
equipment, tools, machinery, workplaces and
• Lifting appliance: Any stationary or mobile review of systems of work, regulations,
appliance used for raising or lowering persons or standards or codes of practice. The
loads. competent person should examine and
ascertain the safety of construction
• Means of access or egress: Passageways, machinery and equipment.
corridors, stairs, platforms, ladders and any other
v) provide such supervision to ensure that
means for entering or leaving the workplace or
workers perform their work with due regard
for escaping in case of danger.
to safety and health of theirs as well as that
• Scaffold: Any fixed, suspended or mobile
of others.
temporary structure supporting workers and vi) Employ only those workers who are
material or to gain access to any such structure qualified, trained and suited by their age,
and which is not a lifting appliance as defined physique, state of health and skill.
above.
vii) satisfy themselves that all workers are
• Toe-board: A barrier placed along the edge of a informed and instructed in the hazards
scaffold platform, runway, etc., and secured there connected with their work and environment
to guard against the slipping of persons or the and trained in the precautions necessary to
falling of material. avoid accidents and injury to health.
viii) Ensure that buildings, plant, equipment,
• Worker: Any person engaged in construction tools, machinery or workplaces in which a
activity. dangerous defect has been found should not
be used until the defect has been rectified.
• Workplace: All places where workers need to be
or to go by reason of their work. ix) Organise for and remain always prepared to
take immediate steps to stop the operation
4.0 GENERAL DUTIES and evacuate workers as appropriate, where
4.1 GENERAL DUTIES OF EXECUTION there is an imminent danger to the safety of
AGENCIES workers.
x) Establish a checking system by which it can
1.1.1 Execution agency should: be ascertained that all the members of a shift,
including operators of mobile equipment,
i) provide means and organisation to comply have returned to the camp or base at the close
with the safety and health measures required of work on dispersed sites and where small
at the workplace. groups of workers operate in isolation.
ii) provide and maintain workplaces, plant, xi) Provide appropriate first aid, training and
equipment, tools and machinery and organise welfare facilities to workers as per various
construction work so that, there is no risk of statutes like the Factories Act, 1948 etc. and,
accident or injury to health of workers. In whenever collective measures are not
particular, construction work should be feasible or are insufficient, provide and
planned, prepared and undertaken so that: maintain personal protective equipment and
(a) dangers, liable to arise at the workplace, clothing in line with the requirement as per
are prevented; OISD-STD-155 (Vol. I& II) on Personnel
(b) excessively or unnecessarily strenuous Protective Equipment. They should also
work positions and movements are provide access to workers to occupational
avoided; health services.

87
xii) Educate workers about their right and the 5.0 SAFETY PRACTICES AT WORK
duty at any workplace to participate in PLACES
ensuring safe working conditions to the
extent of their control over the equipment 5.1. GENERAL PROVISIONS
and methods of work and to express views on 5.1.1 All openings and other areas likely to pose
working procedures adopted as may affect danger to workers should be clearly
safety and health. indicated.
xiii) Ensure that except in an emergency, workers, 5.1.2 Workers & Supervisors should use the safety
unless duly authorised, should not interfere helmet and other requisite Personal
with, remove, alter or displace any safety Protective Equipment according to job & site
device or other appliance furnished for their requirement. They should be trained to use
protection or the protection of others, or personal protective equipment.
interfere with any method or process adopted
with a view to avoiding accidents and injury 5.1.3 Never use solvents, alkalis and other oils to
to health. clean the skin.

xiv) Ensure that workers do not operate or 5.1.4 Lift the load with back straight and knees
interfere with plant and equipment that they bent as far as possible. Seek the help in case
have not been duly authorised to operate, of heavy load.
maintain or use. 5.1.5 Ensure the usage of correct and tested tools
xv) Ensure that workers do not sleep, rest or and tackles. Don't allow the make shift tools
cook etc in dangerous places such as and tackles.
scaffolds, railway tracks, garages, confined 5.1.6 No loose clothing should be allowed while
spaces or in the vicinity of fires, dangerous working near rotating equipment or working
or toxic substances, running machines or at heights.
vehicles and heavy equipment etc.
5.2 MEANS OF ACCESS AND EGRESS
xvii) Obtain the necessary clearance/ permits as
required and specified by owner Adequate and safe means of access (atleast
two, differently located) to and egress from
xviii) As per the Govt. circular as amended from all workplaces should be provided. Same
time to time all contractors who employ should be displayed and maintained.
more than 50 workers or where the contract
value exceeds Rs. 50 crores, the following 5.3 HOUSEKEEPING
facilities are to be provided by contractor at
site: 5.3.1 Ensure:
• Arrangement for drinking water i) proper storage of materials and
• Toilet facilities equipment;
ii) removal of scrap, inflammable material,
• A creche where 10 or more women workers waste and debris at appropriate intervals.
are having children below the age of 6 years
5.3.2 Removal of loose materials, which are not
• Transport arrangement for attending to required for use, to be ensured.
emergencies Accumulation of these at the site can
xix) should deploy a safety officer at site obstruct means of access to and egress from
workplaces and passageways.
4.2 GENERAL DUTIES OF OWNERS
5.3.3 Workplaces and passageways, that are
4.2.1 Owners should: slippery owing to oil, grease or other causes,
should be cleaned up or strewn with sand,
i) co-ordinate or nominate a competent person sawdust, ash etc.
to co-ordinate all activities relating to safety
and health on their construction projects;
ii) inform all contractors on the project of 5.4 PRECAUTIONS AGAINST THE FALL
special risks to health and safety; OF MATERIALS & PERSONS AND
iii) Ensure that executing agency is aware of the COLLAPSE OF STRUCTURES
owner's requirements and the executing
agency's responsibilities with respect to 5.4.1 Precautions should be taken such as the
safetry practices before starting the job. provision of fencing, look-out men or barriers
to protect any person against injury by the
fall of materials, or tools or equipment being
raised or lowered.

88
5.4.2 Where necessary to prevent danger, guys, 5.6.5 At sites having combustible material,
stays or supports should be used or other suitable visual signs should be provided to
effective precautions should be taken to indicate clearly the direction of escape in
prevent the collapse of structures or parts of case of fire.
structures that are being erected, maintained,
5.6.6 Means of escape should be kept clear at all
repaired, dismantled or demolished.
times. Escape routes should be frequently
5.4.3 All openings through which workers are inspected particularly in high structures and
liable to fall should be kept effectively where access is restricted.
covered or fenced and displayed prominently.
5.7 LIGHTING
5.4.4 As far as practicable, guardrails and toe-
boards should be provided to protect workers 5.7.1 Where natural lighting is not adequate,
from falling from elevated workplaces. working light fittings or portable hand-lamps
should be provided at workplace on the
5.5 PREVENTION OF UNAUTHORISED
construction site where a worker will do a
ENTRY
job.
5.5.1 Construction sites located in built-up areas
5.7.2 Emergency lighting should be provided for
and alongside vehicular and pedestrian traffic
personnel safety during night time to
routes should be fenced to prevent the entry
facilitate standby lighting source, if normal
of unauthorised persons.
system fails.
5.5.2 Visitors should not be allowed access to
5.7.2 Artificial lighting should not produce glare or
construction sites unless accompanied by or
disturbing shadows.
authorised by a competent person and
provided with the appropriate protective 5.7.3 Lamps should be protected by guards against
equipment. accidental breakage.
5.6 FIRE PREVENTION AND FIRE 5.7.4 The cables of portable electrical lighting
FIGHTING equipment should be of adequate size &
characteristics for the power requirements
5.6.1 All necessary measures should be taken by and of adequate mechanical strength to
the executing agency and owner to: withstand severe conditions in construction
operations.
i) avoid the risk of fire;
ii) control quickly and efficiently any 5.8 PLANT, MACHINERY, EQUIPMENT
outbreak of fire; AND HAND TOOLS
iii) bring out a quick and safe evacuation of
persons. 5.8.1 General Provisions
iv) Inform unit/fire station control room,
where construction work is carried out i) Plant, machinery and equipment including
within existing operating area. hand tools, both manual and power driven,
5.6.2 Combustible materials such us packing should:
materials, sawdust, greasy/oily waste and a) be of proper design and construction, taking
scrap wood or plastics should not be allowed into account health, Safety and ergonomic
to accumulate in workplaces but should be principles.
kept in closed metal containers in a safe b) be maintained in good working order;
place. c) be used only for work for which they have
been designed.
5.6.3 Places where workers are employed should, d) be operated only by workers who have been
if necessary to prevent the danger of fire, be authorised and given appropriate training.
provided with: e) be provided with protective guards,
shields or other devices as required.
i) suitable and sufficient fire-extinguishing
equipment, which should be easily ii) Adequate instructions for safe use should be
visible and accessible; provided.
ii) an adequate water supply at sufficient
pressure meeting the requirements of iii) Safe operating procedures should be
various OISD standards. established and used for all plant, machinery
and equipment.
5.6.4 To guard against danger at places having
combustible material, workers should be iv) Operators of plant, machinery and equipment
trained in the action to be taken in the event should not be distracted while work is in
of fire, including the use of means of escape. progress.

89
v) Plant, machinery and equipment should be iii) Pneumatic shock tools should be equipped
switched off when not in use and isolated with safety clips or retainers to prevent dies
before any adjustment, clearing or and tools from being accidentally expelled
maintenance is done. from the barrel.
vi) Where trailing cables or hose pipes are used iv) Pneumatic tools should be disconnected from
they should be kept as short as practicable power and the pressure in hose lines released
and not allowed to create a hazard. before any adjustment or repair is made.
vii) All moving parts of machinery and
equipment should be enclosed or adequately
5.8.4 Electrical Tools
guarded.
viii) Every power-driven machine and equipment i) Low voltage portable electrical tools should
should be provided with adequate means, generally be used.
immediately accessible and readily ii) All electrical tools should be earthed, unless
identifiable to the operator, of stopping it they are "all insulated" or "double insulated"
quickly and preventing it from being started tools which do not require earthing.
again inadvertently.
iii) All electrical tools should get inspected and
ix) Operators of plant, machinery, equipment maintained on a regular basis by a competent
and tools should be provided with PPEs, electrician and complete records kept.
including where necessary, suitable ear
protection. 5.8.5 Engines

5.8.2 Hand tools i) Engines should:

i) Hand tools should be repaired by competent a) be installed so that they can be started safely
persons. and the maximum safe speed cannot be
exceeded.
ii) Heads of hammers and other shock tools b) have controls for limiting speed.
should be dressed or ground to a suitable c) have devices to stop them from a safe place
radius on the edge as soon as they begin to in an emergency.
mushroom or crack.
iii) When not in use and while being carried or ii) IC engines should not be run in confined
transported sharp tools should be kept in spaces unless adequate exhaust ventilation is
sheaths, shields, chests or other suitable provided.
containers.
iii) When IC engines are being fuelled:
iv) Only insulated or nonconducting tools should
be used on or near live electrical a) the engine should be shut off.
installations. b) care should be taken to avoid spilling fuel;
v) Only non-sparking tools should be used near c) no person should smoke or have an naked
or in the presence of flammable or explosive light in the vicinity.
dusts or vapours. d) a fire extinguisher should be kept readily
available.
5.8.3 Pneumatic Tools iv) Secondary fuel reservoir should be placed
outside the engine room.
i) Operating triggers on portable pneumatic
tools should be:
a) so placed as to minimise the risk of
accidental starting of the machine. 6.0 CONSTRUCTION ACTIVITIES
b) so arranged as to close the air inlet valve
automatically when the pressure of the The various common activities in
operator's hand is removed. construction are as under:

• Excavation
ii) Hose and hose connections for compressed
air supply to portable pneumatic tools should • Scaffolding, Platforms & Ladders
be: • Structural Work, Laying of
Reinforcement & Concreting
a) designed and tested for the pressure and
service for which they are intended;
• Road Work (Laying of roads)
b) fastened securely on the pipe outlet and • Cutting /Welding
equipped with the safety chain, as • Working in Confined Space
appropriate.
• Proof/Pressure Testing

90
• Working at Heights trench or depth of trench whichever is
greater.
• Handling & Lifting Equipments
6.1.7 Don't allow vehicles to operate too close to
• Vehicle Movement excavated area. Maintain atleast 2m distance
• Electrical from edge of excavation. No load, plant or
• Offshore
equipment should be placed or moved near
the edge of any excavation where it is likely
• Demolition to cause its collapse and thereby endanger
• Radiography any person unless precautions such as the
provision of shoring or piling are taken to
• Sand/shot blasting/ spray painting prevent the sides from collapsing.
• Work above water 6.1.8 Adequately anchored stop blocks and
The safe practices to be followed during the barriers should be provided to prevent
implementation of above construction vehicles being driven into the excavation.
activities are given below: Heavy vehicles should not be allowed near
the excavation unless the support work has
6.1 EXCAVATION been specially designed to permit it.

6.1.1 All excavation work should be planned and 6.1.9 If an excavation is likely to affect the
the method of excavation and the type of security of a structure on which persons are
support work required should be decided working, precautions should be taken to
considering the following: protect the structure from collapse.

i) the stability of the ground; 6.1.10 Barricade at 1m height (with red & white
ii) the excavation will not affect adjoining band/self glowing caution board) should be
buildings, structures or roadways; provided for excavations beyond 1.5m depth.
iii) to prevent hazard, the gas, water, Provide two entries/exits for such
electrical and other public utilities should excavation.
be shut off or disconnected, if necessary; 6.1.11 Necessary precautions should be taken for
iv) presence of underground pipes, cable underground utility lines like cables, sewers
conductors, etc., etc. and necessary approvals/clearances from
v) the position of culvert/bridges, temporary the concerned authorities shall be obtained
roads and spoil heaps should be before commencement of the excavation job.
determined;
6.1.12 Water shall be pumped/bailed out, if any
6.1.2 Before digging begins on site, all excavation accumulates in the trench. Necessary
work should be planned and the method of precautions should be taken to prevent entry
excavation and the type of support work of surface water in trenches.
required decided.
6.1.13 During rains, the soil becomes loose. Take
6.1.3 All excavation work should be supervised. additional precaution against collapse of side
6.1.4 Sites of excavations should be thoroughly wall.
inspected: 6.1.14 In hazardous areas, air should be tested to
i) daily, prior to each shift and after ascertain its quality. No one should be
interruption in work of more than one allowed entry till it is suitable for breathing.
day; 6.1.15 In case of mechanised excavation, precaution
ii) after every blasting operation; shall be taken to not to allow anybody to
iii) after an unexpected fall of ground; come within one meter of extreme reach of
iv) after substantial damage to supports; the mechanical shovel. The mechanised
v) after a heavy rain, frost or snow; excavator shall be operated by a well-trained
vi) when boulder formations are encountered. experienced operator. When not in operation,
6.1.5 Safe angle of repose while excavating the machine shall be kept on firm leveled
trenches exceeding 1.5m depth upto 3.0m ground with mechanical shovel resting on
should be maintained. Based on site ground. Wheel or belt shall be suitably
conditions, provide proper slope, usually jammed to prevent any accidental movement
450,and suitable bench of 0.5m width at of the machine. Suitable precautions as per
every 1.5m depth of excavation in all soils manufacturer guidelines should be taken for
except hard rock or provide proper shoring dozers, graders and other heavy machines.
and strutting to prevent cave-in or slides. 6.1.16 In case of blasting, follow strictly IS:4081-
6.1.6 As far as possible, excavated earth should not 1986 & Indian Explosive Act and rules for
be placed within one meter of the edge of the storage, handling and carrying of explosive

91
materials and execution of blasting xiii) Loose bricks, drainpipes, chimney-pots or
operation. other unsuitable material should not be used
for the construction or support of any part of
6.2 SCAFFOLDING, PLATFORMS &
a scaffold.
LADDERS
xiv) Scaffolds should be inspected and certified:
6.2.1 Metal as material of construction
(a) before being taken into use;
i) A scaffold should be provided and (b) at periodic intervals thereafter as
maintained or other equally safe and suitable prescribed for different types of scaffolds;
provision should be made where work cannot (c) after any alteration, interruption in use,
safely be done on or from the ground or from exposure to weather or seismic conditions
part of a building or other permanent or any other occurrence likely to have
structure. affected their strength or stability.
ii) Scaffolds should be provided with safe xv) Inspection should more particularly ascertain
means of access, such as stairs, ladders or that:
ramps. Ladders should be secured against
(a) the scaffold is of suitable type and
inadvertent movement.
adequate for the job;
iii) Every scaffold should be constructed, erected (b) materials used in its construction are
and maintained so as to prevent collapse or sound and of sufficient strength;
accidental displacement when in use. (c) it is of sound construction and stable;
(d) that the required safeguards are in
iv) Every scaffold and part thereof should be position.
constructed :
xvi) A scaffold should not be erected,
(a) in such a way so as not to cause hazards substantially altered or dismantled except by
for workers during erection and or under the supervision.
dismantling;
(b) in such a way so as guard rails and other xvii) Every scaffold should be maintained in good
protective devices, platforms, ladders, and proper condition, and every part should
stairs or ramps can be easily put together; be kept fixed or secured so that no part can
(c) with sound material and of requisite size be displaced in consequence of normal use.
and strength for the purpose for which it
xviii) If out-rigger scaffolding is to be used, it
is to be used and maintained in a proper
should be specifically designed and inspected
condition.
before putting in use.
v) Boards and planks used for scaffolds should
6.2.2 Lifting appliances on scaffolds
be protected against splitting.
vi) Materials used in the construction of i) When a lifting appliance is to be used on a
scaffolds should be stored under good scaffold:
conditions and apart from any material
(a) the parts of the scaffold should be
unsuitable for scaffolds.
carefully inspected to determine the
vii) Couplers should not cause deformation in additional strengthening and other safety
tubes. Couplers should be made of drop measures required;
forged steel or equivalent material. (b) any movement of the scaffold members
should be prevented;
viii) Tubes should be free from cracks, splits and
(c) if practicable, the uprights should be
excessive corrosion and be straight to the
rigidly connected to a solid part of the
eye, and tube ends cut cleanly square with
building at the place where the lifting
the tube axis.
appliance is erected.
ix) Scaffolds should be designed for their
6.2.3 Prefabricated scaffolds
maximum load as per relevant code.
x) Scaffolds should be adequately braced. i) In the case of prefabricated scaffold systems,
the instructions provided by the
xi) Scaffolds which are not designed to be
manufacturers or suppliers should be strictly
independent should be rigidly connected to
adhered to. Prefabricated scaffolds should
the building at designated vertical and
have adequate arrangements for fixing
horizontal places.
bracing.
xii) A scaffold should never extend above the
ii) Frames of different types should not be inter-
highest anchorage to an extent which might
mingled in a single scaffold.
endanger its stability and strength.
iii) Scaffolding shall be erected on firm and level
ground.
92
iv) All members of metal scaffolding shall be xxii) Dismantling of scaffolds shall be done in a
checked periodically to screen out defective / pre-planned sequential manner.
rusted members. All joints should be
properly lubricated for easy tightening.
6.2.4 Suspended scaffolds/boatwain's chair
v) Entry to scaffolding should be restricted.
vi) Erection, alteration and removal shall be i) In addition to the requirements for scaffolds
done under supervision of experienced in general as regards soundness, stability and
personnel. protection against the risk of falls, suspended
scaffolds should meet the following specific
vii) Use of barrels, boxes, loose bricks etc., for
requirements.
supporting platform shall not be permitted.
(a) platforms should be designed and built
viii) Each supporting member of platform shall be
with dimensions that are compatible with
securely fastened and braced
the stability of the structure as a whole,
ix) Where planks are butt-joined, two parallel especially the length;
putlogs shall be used, not more than 100mm (b) the number or anchorage should be
apart, to give support to each plank. compatible with the dimensions of the
platform;
x) Platform plank shall not project beyond its
(c) the safety of workers should be
end support to a distance exceeding 4 times
safeguarded by an extra rope having a
the thickness of plank, unless it is effectively
point of attachment independent of the
secured to prevent tipping. Cantilever planks
anchorage arrangements of the scaffold;
should be avoided.
(d) the anchorage and other elements of
xi) The platform edges shall be provided with support of the scaffold should be
150mm high toe board to eliminate hazards designed and built in such a way as to
of tools or other objects falling from ensure sufficient strength;
platform. (e) the ropes, winches, pulleys or pulley
blocks should be designed, assembled,
xii) Erect ladders in the “four up-one out
used and maintained according to the
position”
requirements established for lifting gear
xiii) Lash ladder securely with the structure. adapted to the lifting of persons according
to national laws and regulations;
xiv) Using non-slip devices, such as, rubber shoes (f) Before use, the whole structure should be
or pointed steel ferules at the ladder foot, checked by a competent person.
rubber wheels at ladder top, fixing wooden
battens, cleats etc. 6.2.5 Bamboo Scaffolding
xv) When ladder is used for climbing over a
i) In general, it should be avoided as far as
platform, the ladder must be of sufficient
possible. It should not be used in the unit/off-
length, to extend at least one meter above the
site areas and where hot work is to be done.
platform, when erected against the platform
in “four up-one out position.” ii) For construction and maintenance of
residential and office buildings, situated
xvi) Portable ladders shall be used for heights not
outside explosive licensed area, bamboo
more than 4mt. Above 4mt flights, fixed
scaffold, if used, should conform to
ladders shall be provided with at least 600
provisions given in lS-3696 (Part 1)-1987.
mm landings at every 6mt or less.
6.3 STRUCTURAL WORK, LAYING OF
xvii) The width of ladder shall not be less than
REINFORCEMENT & CONCRETING
300mm and rungs shall be spaced not more
than 300mm. 6.3.1 General provisions
xviii) Every platform and means of access shall be
i) The erection or dismantling of buildings,
kept free from obstruction.
structures, civil engineering works,
xix) If grease, mud, gravel, mortar etc., fall on formwork, falsework and shoring should be
platform or scaffolds, these shall be removed carried out by trained workers only under the
immediately to avoid slippage. supervision of a competent person.
xx) Workers shall not be allowed to work on ii) Precautions should be taken to guard against
scaffolds during storms or high wind. After danger to workers arising from any
heavy rain or storms, scaffolds shall be temporary state of weakness or instability of
inspected before reuse. a structure.
xxi) Don't overload the scaffolding. Remove iii) Formwork, falsework and shoring should be
excess material and scrap immediately. so designed, constructed and maintained that

93
it will safely support all loads that may be (b) storage conditions generally ensure
imposed on it. stability and avoid damage having regard
to the method of storage and atmospheric
iv) Formwork should be so designed and erected
conditions;
that working platforms, means of access,
(c) racks are set on firm ground and designed
bracing and means of handling and
so that units cannot move accidentally.
stabilising are easily fixed to the formwork
structure. vi) While they are being stored, transported,
raised or set down, structural steel or
6.3.2. Erection and dismantling of steel and
prefabricated parts should not be subjected to
prefabricated structures
stresses prejudicial to their stability.
i) The safety of workers employed on the vii) Every lifting appliance should:
erection and dismantling of steel and
(a) be suitable for the operations and not be
prefabricated structures should be ensured by
capable of accidental disconnection;
appropriate means, such as provision and use
(b) be approved or tested as per statutory
of:
requirement.
(a) ladders, gangways or fixed platforms;
viii) Lifting hooks should be of the self-closing
(b) platforms, buckets, boatswain's chairs or
type or of a safety type and should have the
other appropriate means suspended from
maximum permissible load marked on them.
lifting appliances;
(c) safety harnesses and lifelines, catch nets ix) Tongs, clamps and other appliances for
or catch platforms; lifting structural steel and prefabricated parts
(d) Power-operated mobile working should:
platforms.
(a) be of such shape and dimensions as to
ii) Steel and prefabricated structures should be ensure a secure grip without damaging
so designed and made that they can be safely the part;
transported and erected. (b) be marked with the maximum
permissible load in the most
iii) In addition to the need for the stability of the
unfavourable lifting conditions.
part when erected, the design should
explicitly take following into account: x) Structural steel or prefabricated parts should
be lifted by methods or appliances that
(a) the conditions and methods of attachment
prevent them from spinning accidentally.
in the operations of transport, storing and
temporary support during erection or xi) When necessary to prevent danger, before
dismantling as applicable; they are raised from the ground, structural
(b) Methods for the provision of safeguards steel or prefabricated parts should be
such as railings and working platforms, provided with safety devices such as railings
and, when necessary, for mounting them and working platforms to prevent falls of
easily on the structural steel or persons.
prefabricated parts.
xii) While structural steel or prefabricated parts
iv) The hooks and other devices built in or are being erected, the workers should be
provided on the structural steel or provided with appliances for guiding them as
prefabricated parts that are required for they are being lifted and set down, so as to
lifting and transporting them should be so avoid crushing of hands and to facilitate the
shaped, dimensioned and positioned as: operations. Use of such appliances should be
ensured.
(a) to withstand with a sufficient margin the
stresses to which they are subjected; xiii) A raised structural steel or prefabricated part
(b) Not to set up stresses in the part that should be so secured and wall units so
could cause failures, or stresses in the propped that their stability cannot be
structure itself not provided for in the imperiled, even by external agencies such as
plans, and be designed to permit easy wind and passing loads before its release
release from the lifting appliance. Lifting from the lifting appliance.
points for floor and staircase units should
xiv) At work places, instruction should be given
be located (recessed if necessary) so that
to the workers on the methods, arrangements
they do not protrude above the surface;
and means required for the storage, transport,
(c) To avoid imbalance or distortion of the
lifting and erection of structural steel or
lifted load.
prefabricated parts, and, before erection
v) Storeplaces should be so constructed that: starts, a meeting of all those responsible
should be held to discuss and confirm the
(a) there is no risk of structural steel or
requirements for safe erection.
prefabricated parts falling or overturning;

94
xv) During transportation within the construction 6.3.3 Reinforcement
area, attachments such as slings and stirrups
mounted on structural steel or prefabricated i) Ensure that workers use Personnel Protective
parts should be securely fastened to the parts. equipment like safety helmet, safety shoes,
gloves etc.
xvi) Structural steel or prefabricated parts should
be so transported that the conditions do not ii) Don't place the hand below the rods for
affect the stability of the parts or the means checking clear distance. Use measuring
of transport result in jolting, vibration or devices.
stresses due to blows, or loads of material or
persons. iii) Don't wear loose clothes while checking the
rods.
xvii) When the method of erection does not permit
the provision of other means of protection iv) Don't stand unnecessarily on cantilever rods.
against fall of persons, the workplaces should v) To carry out welding/cutting of rods, safety
be protected by guardrails, and if appropriate procedures/precautions as mentioned in Item
by toe-boards. No. 6.5 to be followed.
xviii) When adverse weather conditions such as vi) For supplying of rods at heights, proper
snow, ice and wind or reduced visibility staging and/or bundling to be provided.
entail risks of accidents, the work should be
carried on with particular care, or, if vii) Ensure barricading and staging for supplying
necessary, interrupted. and fixing of rods at height.

xix) Structures should not be worked on during viii) For short distance carrying of materials on
violent storms or high winds, or when they shoulders, suitable pads to be provided.
are covered with ice or snow, or are slippery ix) While transporting material by
from other causes. trucks/trailers, the rods shall not protrude in
xx) If necessary, to prevent danger, structural front of or by the sides of driver's cabin. In
steel parts should be equipped with case such protrusion cannot be avoided
attachments for suspended scaffolds, lifelines behind the deck, then it should not extend
or safety harnesses and other means of 1/3rd of deck length or 1.5M which ever is
protection. less and tied with red flags/lights.

xxi) The risks of falling, to which workers 6.3.4 Concreting


moving on high or sloping girders are
exposed, should be limited by all means of i) Ensure stability of shuttering work before
adequate collective protection or, where this allowing concreting.
is impossible, by the use of a safety harness ii) Barricade the concreting area while pouring
that is well secured to a strong support. at height/depths.
xxii) Structural steel parts that are to be erected at iii) Keep vibrator hoses, pumping concrete
a great height should as far as practicable be accessories in healthy conditions and
assembled on the ground. mechanically locked.
xxiii) When structural steel or prefabricated parts iv) Pipelines in concrete pumping system shall
are being erected, a sufficiently extended not be attached to temporary structures such
area underneath the workplace should be as scaffolds and formwork support as the
barricaded or guarded forces and movements may effect their
xxiv) Steel trusses that are being erected should be integrity.
adequately shored, braced or guyed until they v) Check safety cages & guards around moving
are permanently secured in position. motors/parts etc. provided in concreting
xxv) Load-bearing structural member should not mixers.
be dangerously weakened by cutting, holing vi) Use Personal Protective Equipment like
or other means. gloves, safety shoes etc. while dealing with
xxvi) Structural members should not be forced into concrete and wear respirators for dealing
place by the hoisting machine while any with cement.
worker is in such a position that he could be vii) Earthing of electrical mixers, vibrators, etc.
injured by the operation. should be done and verified.
xxvii) Open-web steel joists that are hoisted singly viii) Cleaning of rotating drums of concrete
should be directly placed in position and mixers shall be done from outside. Lockout
secured against dislodgment. devices shall be provided where workers
need to enter.

95
ix) Where concrete mixers are driven by internal ii) Adequate ventilation shall be ensured by
combustion engine, exhaust points shall be opening manholes and fixing a shield or
located away from the worker's workstation forced circulation of air etc, while doing a
so as to eliminate their exposure to job in confined space.
obnoxious fumes.
iii) Ensure that only approved and well-
x) Don't allow unauthorised person to stand maintained apparatus, such as torches,
under the concreting area. manifolds, regulators or pressure reducing
valves, and acetylene generators, be used.
xi) Ensure adequate lighting arrangements for
carrying out concrete work during night. iv) All covers and panels shall be kept in place,
when operating an electric Arc welding
xii) Don't allow the same workers to pour
machine.
concrete round the clock. Insist on shift
pattern. v) The work piece should be connected directly
to Power supply, and not indirectly through
xiii) During pouring, shuttering and its supports
pipelines/structures/ equipments etc.
should be continuously watched for defects.
vi) The welding receptacles shall be rated for 63
6.4 ROAD WORK
A suitable for 415V, 3-Phase system with a
scraping earth. Receptacles shall have
6.4.1 Site shall be barricaded and provided with
necessary mechanical interlocks and earthing
warning signs, including night warning
facilities.
lamps at appropriate locations for traffic
diversion. vii) All cables, including welding and ground
cables, shall be checked for any worn out or
6.4.2 Filled and empty bitumen drums shall be
cracked insulation before starting the job.
stacked separately at designated places.
Ground cable should be separate without any
6.4.3 Mixing aggregate with bitumen shall loose joints.
preferably be done with the help of bitumen Cable coiling shall be maintained at
viii)
batch mixing plant, unless operationally non- minimum level, if not avoidable.
feasible.
ix) An energised electrode shall not be left
6.4.4 Road rollers, Bitumen sprayers, Pavement unattended.
finishers shall be driven by experienced
drivers with valid driving license. x) The power source shall be turned off at the
end of job.
6.4.5 Workers handling hot bitumen sprayers or
spreading bitumen aggregate mix or mixing xi) All gas cylinders shall be properly secured in
bitumen with aggregate, shall be provided upright position.
with PVC hand gloves and rubber shoes with
xii) Acetylene cylinder shall be turned and kept
legging up to knee joints.
in such a way that the valve outlet points
6.4.6 At the end of day's work, surplus hot bitumen away from oxygen cylinder.
in tar boiler shall be properly covered by a
xiii) Acetylene cylinder key for opening valve
metal sheet, to prevent anything falling in it,
shall be kept on valve stem, while cylinder is
6.4.7 If bitumen accidentally falls on ground, it in use, so that the acetylene cylinder could be
shall be immediately covered by sprinkling quickly turned off in case of emergency. Use
sand, to prevent anybody stepping on it. flash back arrestors to prevent back-fire in
Then it shall be removed with the help of acetylene/oxygen cylinder.
spade.
xiv) When not in use, valves of all cylinders shall
6.4.8 For cement concrete roads, besides site be kept closed.
barricading and installation of warning signs
xv) All types of cylinders, whether full or empty,
for traffic diversion, safe practices
shall be stored at cool, dry place under shed.
mentioned in the chapter on "Concreting",
shall also be applicable. xvi) Forced opening of any cylinder valve should
not be attempted.
6.5 CUTTING/WELDING
xvii) Lighted gas torch shall never be left
6.5.1 Common hazards involved in welding/ unattended.
cutting are sparks, molten metal, flying
xviii) Store acetylene and oxygen cylinders
particles, harmful light rays, electric shocks
separately.
etc. Following precautions should be taken: -
xix) Store full and empty cylinders separately.
i) A dry chemical type fire extinguisher shall
be made available in the work area. xx) Avoid cylinders coming into contact with
heat.
96
xxi) Cylinders that are heavy or difficult to carry nearby should also be considered in addition
by hand may be rolled on their bottom edge to inside the vessel.
but never dragged.
vii) Ensure requisite O2 level before entry in the
xxii) If cylinders have to be moved, be sure that confined space and monitor level
the cylinder valves are shut off. periodically or other wise use respiratory
devices.
xxiii) Before changing torches, shut off the gas at
the pressure reducing regulators and not by viii) Check for no Hydrocarbon or toxic
crimping the hose. substances before entry and monitor level
periodically or use requisite Personal
xxiv) Do not use matches to light torches, use a
Protective Equipment.
friction lighter.
ix) Ensure adequate ventilation or use
xxv) Move out any leaking cylinder immediately.
respiratory devices.
xxvi) Use trolleys for oxygen & acetylene cylinder
x) Depending upon need, necessary respirator
and chain them.
system, gas masks and suit shall be worn by
xxvii) Always use Red hose for acetylene and other everyone entering confined space. In case of
fuel gases and Black for oxygen, and ensure sewer, OWS or in the confined area where
that both are in equal length. there is a possibility of toxic or inert gas, gas
masks shall be used by everyone while
xxviii) Ensure that hoses are free from burns, cuts
entering.
and cracks and properly clamped.
xi) Barricade the confined spaces during
xxix) Avoid dragging hoses over sharp edges and hoisting, radiography, blasting, pressure
objects
testing etc.
xxx) Do not wrap hoses around cylinders when in xii) Use 24V flameproof lamp fittings only for
use or stored. illumination.
xxxi) Protect hoses from flying sparks, hot slag,
xiii) Use tools with air motors or electric tools
and other hot objects. with maximum voltage of 24V.
xxxii) Lubricants shall not be used on Ox-fuel gas xiv) House keeping shall be well maintained.
equipment.
xv) Safety helmet, safety shoes and safety belt
xxxiii) During cutting/welding, use proper type
shall be worn by everyone entering the
goggles/face shields.
confined space.
6.6 WORKING IN CONFINED SPACES xvi) Don't wear loose clothing while working in a
confined space.
6.6.1 Following safety practices for working in
confined space like towers, columns, tanks xvii) In case of the vessels which are likely to
and other vessels should be followed in contain pyropheric substances (like Iron
addition to the safety guidelines for specific Sulphide), special care need to be taken
jobs like scaffolding, cutting/welding etc. before opening the vessel. Attempt should be
made to remove the pyropheric substances.
i) Shut down, isolate, depressurise and purge Otherwise, these should be always kept wet
the vessel as per laid down procedures. by suitable means.
ii) Entry inside the vessel and to carry out any xviii) The cutting torches should also be kept
job should be done after issuance of valid outside the vessel immediately after the
permit only in line with the requirement of cutting.
OISD-STD-105. xix) The gas cylinders used for cutting/ welding
iii) Ensure proper and accessible means of exit shall be kept outside.
before entry inside a confined space. xx) All cables, hoses, welding equipment etc.,
iv) The number of persons allowed inside the shall be removed from confined space at end
vessel should be limited to avoid of each work day, even if the work is to be
overcrowding. resumed in the same space the next day.
v) When the work is going on in the confined xxi) To the extent possible sludge shall be cleared
space, there should always be one man and removed from outside before entering.
standby at the nearby manway. xxii) No naked light or flame or hot work such as
vi) Before entering inside the vessels welding, cutting and soldering should be
underground or located at lower elevation, permitted inside a confined space or area
probability of dense vapours accumulating unless it has been made completely free of
the flammable atmosphere, tested and found
97
safe by a competent person. Only non- vii) Additional safety measures like providing
sparking tools and flameproof hand lamps Fall Arrestor type Safety belt, safety net
protected with guard and safety torches should be provided depending upon site
should be used inside such confined space or conditions, job requirements.
area for initial inspection, cleaning or other
viii) Keep working area neat and clean. Remove
work required to be done for making the area
scrap material immediately.
safe.
ix) Don't throw or drop material/equipment from
xxiii) Communication should be always maintained
height.
between the worker and the attendant.
x) Avoid jumping from one member to another.
Use proper passageway.
6.7 PROOF/PRESSURE TESTING
xi) Keep both hands free while climbing. Don't
try to bypass the steps of the ladder.
6.7.1 Review test procedure before allowing
testing with water or air or any other fluid. xii) Try to maintain calm at height. Avoid over
exertion.
6.7.2 Provide relief valves of adequate size while
testing with air or other gases. xiii) Avoid movements on beam.
6.7.3 Ensure compliance of necessary precautions, xiv) Elevated workplaces including roofs should
step wise loading, tightening of fasteners, be provided with safe means of access and
grouting etc. before and during testing. egress such as stairs, ramps or ladders.
6.7.4 Inform all concerned in advance of the 6.8.2 Roof Work
testing.
i) All roof-work operations should be pre-
6.7.5 Keep the vents open before opening any
planned and properly supervised.
valve for filling/draining of liquid used for
hydrotesting. The filling/draining should not ii) Roof work should only be undertaken by
exceed the designed rate for pressure testing. workers who are physically and
psychologically fit and have the necessary
6.7.6 Provide separate gauges of suitable range for
knowledge and experience for such work.
pressurising pump and the equipment to be
tested. iii) Work on roofs shouldn't be carried on in
weather conditions that threaten the safety of
6.7.7 Provide gauges at designated locations for
workers.
monitoring of pressures.
iv) Crawling boards, walkways and roof ladders
6.7.8 Check the calibration of all pressurising
should be securely fastened to a firm
equipment and accessories and maintain
structure.
records.
v) Roofing brackets should fit the slope of the
6.7.9 Take readings at pre-defined intervals.
roof and be securely supported.
6.8 WORKING AT HEIGHTS
vi) Where it is necessary for a person to kneel or
6.8.1 General Provision crouch near the edge of the roof, necessary
precautions should be taken.
i) While working at a height of more than 3
vii) On a large roof where work have to be
meters, ISI approved safety belt shall be
carried out at or near the edge, a simple
used.
barrier consisting of crossed scaffold tubes
ii) While working at a height of more than 3 supporting a tubing guardrail may be
meters, permit should be issued by provided.
competent person before commencement of
viii) All covers for openings in roofs should be of
the job.
substantial construction and be secured in
iii) Worker should be well trained on usage of position.
safety belt including its proper usage at the
ix) Roofs with a pitch of more than 10 should be
time of ascending/descending.
treated as sloping.
iv) All tools should be carried in tool kits to
x) When work is being carried out on sloping
avoid their falling.
roofs, sufficient and suitable crawling boards
v) If the job is on fragile/sloping roof, roof walk or roof ladders should be provided and firmly
ladders shall be used. secured in position.
vi) Provide lifeline wherever required. xi) During extensive work on the roof, strong
barriers or guardrails and toe-boards should

98
be provided to stop a person from falling off a) work on the outside without a safety
the roof. harness attached by a lifeline to a rung,
ring or other secure anchorage;
xii) Where workers are required to work on or
b) put tools between the safety harness and
near roofs or other places covered with
the body or in pockets not intended for
fragile material, through which they are
the purpose;
liable to fall, they should be provided with
c) haul heavy materials or equipment up and
suitable roof ladders or crawling boards
down by hand to or from the workplace
strong enough and when spanning across the
on the chimney;
supports for the roof covering to support
d) fasten pulleys or scaffolding to
those workers.
reinforcing rings without first verifying
xiii) A minimum of two boards should be their stability;
provided so that it is not necessary for a e) work alone;
person to stand on a fragile roof to move a f) climb a chimney that is not provided with
board or a ladder, or for any other reason. securely anchored ladders or rungs;
g) Work on chimneys in use unless the
necessary precautions to avoid danger
6.8.3 Work on tall chimneys from smoke and gases have been taken.
x) Work on independent chimneys should not
i) For the erection and repair of tall chimneys, be carried on in high winds, icy conditions,
scaffolding should be provided. A safety net fog or during electrical storms.
should be maintained at a suitable distance
below the scaffold. 6.9 HANDLING AND LIFTING
EQUIPMENT:
ii) The scaffold floor should always be at least
65 cm below the top of the chimney. 6.9.1 General Provisions
iii) Under the working floor of the scaffolding
Following are the general guidelines to be
the next lower floor should be left in position followed with regard to all types of handling
as a catch platform. and lifting equipment in addition to the
iv) The distance between the inside edge of the guidelines for specific type of equipments
scaffold and the wall of the chimney should dealt later on.
not exceed 20 cm at any point.
i) There should be a well-planned safety
v) Catch platforms should be erected over:
programme to ensure that all the lifting
(a) the entrance to the chimney; appliances and lifting gear are selected,
(b) Passageways and working places where installed, examined, tested, maintained,
workers could be endangered by falling operated and dismantled with a view to
objects. preventing the occurrence of any accident;
vi) For climbing tall chimneys, access should be
ii) All lifting appliances shall be examined by
provided by: competent persons at frequencies as specified
(a) stairs or ladders; in "The Factories act".
(b) a column of iron rungs securely
iii) Check thoroughly quality, size and condition
embedded in the chimney wall; of all lifting tools like chain pulley blocks,
(c) Other appropriate means. slings, U-clamps, D-shackles etc. before
vii) When workers use the outside rungs to climb putting them in use.
the chimney, a securely fastened steel core iv) Safe lifting capacity of all lifting & handling
rope looped at the free end and hanging equipment, tools and shackles should be got
down at least 3 m should be provided at the
verified and certificates obtained from
top to help the workers to climb on to the competent authorities before its use. The safe
chimney. working load shall be marked on them.
viii) While work is being done on independent
v) Check periodically the oil, brakes, gears,
chimneys the area surrounding the chimney horns and tyre pressure of all moving
should be enclosed by fencing at a safe equipments like cranes, forklifts, trailers etc
distance.
as per manufacturer's recommendations.
ix) Workers employed on the construction, vi) Check the weights to be lifted and
alteration, maintenance or repair of tall accordingly decide about the crane capacity,
chimneys should not: boom length and angle of erection.
vii) Allow lifting slings as short as possible and
check packing at the friction points.

99
viii) While lifting/placing of the load, no iii) The guides of hoist platforms should offer
unauthorised person shall remain within the sufficient resistance to bending and, in the
radius of the boom and underneath the load. case of jamming by a safety catch, to
buckling.
ix) While loading, unloading and stacking of
pipes, proper wedges shall be placed to iv) Where necessary to prevent danger, adequate
prevent rolling down of the pipes. covering should be provided above the top of
hoist shafts to prevent material falling down
x) Control longer jobs being lifted up from both
them.
ends.
v) Outdoor hoist towers should be erected on
xi) Only trained operators and riggers should
firm foundations, and securely braced, guyed
carry out the job. While the crane is moving
and anchored.
or lifting the load, the trained rigger should
be there for keeping a vigil against hitting vi) A ladderway should extend from the bottom
any other object. to the top of outdoor hoist towers, if no other
ladderway exists within easy reach.
xii) During high wind conditions and nights,
lifting of heavy equipments should be vii) Hoisting engines should be of ample capacity
avoided. If unavoidable to do erection in to control the heaviest load that they will
night, operator and rigger should be fully have to move.
trained for night signaling. Also proper
viii) Hoists should be provided with devices that
illumination should be there.
stop the hoisting engine as soon as the
xiii) Allow crane to move on hard, firm and platform reaches its highest stopping place.
leveled ground.
ix) Winches should be so constructed that the
xiv) When crane is in idle condition for long brake is applied when the control handle is
periods or unattended, crane boom should not held in the operating position.
either be lowered or locked as per
x) It should not be possible to set in motion
manufacturer's guidelines.
from the platform a hoist, which is not
xv) Hook and load being lifted shall remain in designed for the conveyance of persons.
full visibility of crane operators, while
xi) Winches should not be fitted with pawl and
lifting, to the extent possible.
ratchet gears on which the pawl must be
xvi) Don't allow booms or other parts of crane to disengaged before the platform is lowered.
come within 3 meters reach of overhead
xii) Hoist platforms should be capable of
electrical cables.
supporting the maximum load that they will
xvii) No structural alterations or repairs should be have to carry with a safety factor.
made to any part of a lifting appliance, which
xiii) Hoist platforms should be equipped with
may affect the safety of the appliance
safety gear that will hold the platform with
without the permission and supervision of the
the maximum load if the hoisting rope
competent person.
breaks.
xiv) If workers have to enter the cage or go on the
6.9.2 Hoists platform at landings there should be a
locking arrangement preventing the cage or
i) Hoist shafts should be enclosed with rigid platform from moving while any worker is in
panels or other adequate fencing at: or on it.
(a) ground level on all sides; xv) On sides not used for loading and unloading,
(b) all other levels at all points at which hoist platforms should be provided with toe-
access is provided; boards and enclosures of wire mesh or other
(c) all points at which persons are liable to be suitable material to prevent the fall of parts
struck by any moving part. of loads.
ii) The enclosure of hoist shafts, except at xvi) Where necessary to prevent danger from
approaches should extend where practicable falling objects, hoist platforms should be
at least 2mt above the floor, platform or other provided with adequate covering.
place to which access is provided except
xvii) Counterweights consisting of an assemblage
where a lesser height is sufficient to prevent
of several parts should be made of specially
any person falling down the hoistway and
constructed parts rigidly connected together.
there is no risk of any person coming into
contact with any moving part of the hoist, but xviii) Counterweights should run in guides.
in no case should the enclosure be less than
xix) Platforms should be provided at all landings
1mt in height.
used by workers.
100
xx) Following notices should be posted up iv) Counterweights should be so arranged that
conspicuously and in very legible characters: they do not subject the backstays, sleepers or
pivots to excessive strain.
(a) on all hoists:
v) When derricks are mounted on wheels:
• on the platform: the carrying capacity
a) a rigid member should be used to
in kilograms or other appropriate
standard unit of weight; maintain the correct distance between the
wheels;
• on the hoisting engine: the lifting b) they should be equipped with struts to
capacity in kilograms or other prevent them from dropping if a wheel
appropriate standard unit of weight; breaks or the derrick is derailed.

(b) on hoists authorised or certified for the vi) The length of a derrick jib should not be
conveyance of persons: altered without consulting the manufacturer.
vii) The jib of a scotch derrick crane should not
• on the platform or cage: the maximum be erected within the backstays of the crane.
number of persons to be carried at one
time;
(c) on hoists for goods only: Guy derricks

• on every approach to the hoist and on i) The restraint of the guy ropes should be
the platform: prohibition of use by ensured by fitting stirrups or anchor plates in
persons. concrete foundations.
xxi) Hoists intended for the carriage of persons ii) The mast of guy derricks should be
should be provided with a cage so supported by six top guys spaced
constructed as to prevent any person from approximately equally.
falling out or being trapped between the cage iii) The spread of the guys of a guy derrick crane
and any fixed part of the structure when the from the mast should not be more than 450
cage gate is shut, or from being struck by the from the horizontal.
counterbalance weight or by articles or mate-
rials tailing down the hoistway. iv) Guy ropes of derricks should be equipped
with a stretching screw or turnbuckle or other
xxii) On each side in which access is provided, the device to regulate the tension.
cage should have a gate fitted with devices
which ensure that the gate cannot be opened v) Gudgeon pins, sheave pins and fool bearings
except when the cage is at a landing and that should be lubricated frequently.
the gate must be closed before the cage can
vi) When a derrick is not in use, the boom
move away from the landing.
should be anchored to prevent it from
swinging.
xxiii) Every gate in the enclosure of the hoist shaft 6.9.4 Gin poles
which gives access from a landing place to
the cage should be fitted with devices to i) Gin poles should:
ensure that the gate cannot be opened except
(a) be straight;
when the cage is at that landing place, and
(b) consist of steel or other suitable metal;
that the cage cannot be moved away from
(c) be adequately guyed and anchored;
that landing place until the gate is closed.
(d) be vertical or raked slightly towards the
6.9.3 Derricks load;
(e) be of adequate strength for the loads that
Stiff-leg derricks they will be required to lift/move.
i) Derricks should be erected on a firm base ii) Gin poles should not be spliced and if a gin
capable of taking the combined weight of the pole is composed of different elements, they
crane structure and maximum rated load. should be assembled in conformity with their
intrinsic material strength.
ii) Devices should be used to prevent masts
from lifting out of their seating. iii) Gin poles should be fastened at their feet to
prevent displacement in operation.
iii) Electrically operated derricks should be
effectively earthed from the sole plate or iv) Gin poles, which are moved from place to
framework. place and re-erected, should not be taken into
use again before the pole, lifting ropes, guys,
blocks and other parts have been inspected,

101
and the whole appliance has been tested x) When the tower crane is left unattended,
under load. loads should be removed from the hook, the
hook raised, the power switched off and the
v) When platforms or skips are hoisted by gin
boom brought to the horizontal. For longer
poles, precautions should be taken to prevent
periods or at times when adverse weather
them from spinning and to provide for proper
conditions are expected, out of service
landing.
procedures should be followed. The main jib
6.9.5 Tower cranes should be slewed to the side of the tower
away from the wind, put into free slew and
i) Where tower cranes have cabs at high level, the crane immobilised.
persons, capable and trained to work at
xi) A windspeed measuring device should be
heights, should only be employed as crane
provided at an elevated position on the tower
operators.
crane with the indicator fitted in the drivers'
ii) The characteristics of the various machines cab.
available should be considered against the
xii) Devices should be provided to prevent loads
operating requirements and the surroundings
being moved to a point where the
in which the crane will operate before a par-
corresponding safe working load of the crane
ticular type of crane is selected.
would be exceeded. Name boards or other
iii) Care should be taken in the assessment of items liable to catch the wind should not be
wind loads both during operations and out of mounted on a tower crane other than in
service. Account should also be taken of the accordance with the manufacturers'
effects of high structures on wind forces in instructions.
the vicinity of the crane.
xiii) Tower cranes should not be used for magnet,
iv) The ground on which the tower crane stands or demolition ball service, piling operations
should have the requisite bearing capacity. or other duties, which could impose
Account should be taken of seasonal excessive loading on the crane structure.
variations in ground conditions.
6.9.6 Lifting ropes
v) Bases for tower cranes and tracks for rail-
mounted tower cranes should be firm and i) Only ropes with a known safe working
level. Tower cranes should only operate on capacity should be used as lifting ropes.
gradients within limits specified by the
ii) Lifting ropes should be installed, maintained
manufacturer. Tower cranes should only be
and inspected in accordance with
erected at a safe distance from excavations
manufacturers' instructions.
and ditches.
iii) Repaired steel ropes should not be used on
vi) Tower cranes should be sited where there is
hoists.
clear space available for erection, operation
and dismantling. As far as possible, cranes iv) Where multiple independent ropes are used,
should be sited so that loads do not have to for the purpose of stability, to lift a work
be handled over occupied premises, over platform, each rope should be capable of
public thoroughfares, other construction carrying the load independently.
works and railways or near power cables.
6.10 VEHICLE MOVEMENT
vii) Where two or more tower cranes are sited in
6.10.1 Park vehicles only at designated places.
positions where their jibs could touch any
Don't block roads to create hindrance for
part of the other crane, there should be direct
other vehicles.
means of communication between them and
a distinct warning system operated from the 6.10.2 Don't overload the vehicle.
cab so that one driver may alert the other of
6.10.3 Obey speed limits and traffic rules.
impending danger.
6.10.4 Always expect the unexpected and be a
viii) The manufacturers' instructions on the
defensive driver.
methods and sequence of erection and
dismantling should be followed. The crane 6.10.5 Drive carefully during adverse weather and
should be tested before being taken into use. road conditions.
ix) The climbing operation of climbing tower 6.10.6 Read the road ahead and ride to the left.
cranes should be carried out in accordance
with manufacturers' instructions. The free- 6.10.7 Be extra cautious at nights. Keep wind
standing height of the tower crane should not screens clean and lights in working
extend beyond what is safe and permissible condition.
in the manufacturers' instructions. 6.10.8 All vehicles used for carrying workers and
construction materials must undergo
102
predictive/preventive maintenance and daily All temporary switch boards/ KIOSKS put
checks up at work site should be suitably protected
from rain and the level of same should be
6.10.9 Driver with proper valid driving license shall
high enough to avoid contact with water due
only be allowed to drive the vehicle
to water logging.
6.10.10 Routes shall be leveled, marked and planned
x) Don't work wet on electrical system.
in such a way so as to avoid potential
hazards such as overhead power lines and xi) Don't overload the electrical system.
sloping ground etc.
xii) Use only proper rated HRC fuses.
6.10.11 While reversing the vehicles, help of another
xiii) Industrial type extension boards and Plug
worker should be ensured at all times
sockets are only to be used.
6.10.12 An unattended vehicle should have the
xiv) ELCB for all temporary connections must be
engine switched off
provided. Use insulated 3-pin plug tops.
6.10.13 Wherever possible one-way system shall be
xv) All power supply cables should be laid
followed
properly and neatly so that they don't cause
6.10.14 Barriers/fixed stops should be provided for hindrance to persons working and no
excavation/openings to prevent fall of physical damage also takes place to the
vehicle cables during various construction activities.
6.10.15 Load should be properly secured xvi) All Power cables to be properly terminated
using glands and lugs of proper size and
6.10.16 The body of the tipper lorry should always
adequately crimped.
be lowered before driving the vehicle off.
xvii) Use spark-proof/flame proof type electrical
6.10.17 Signs/signals/caution boards etc. should be
fittings in Fire Hazard zones as per area
provided on routes .
classification under OISD-STD-113.
xviii) Check installations of steel plates/pipes to
6.11 ELECTRICAL protect underground cables at crossings.
6.11.1 General Provisions xix) Don't lay unarmored cable directly on
ground, wall, roof or trees. All temporary
i) Only persons having valid licenses should be cables should be laid at least 750 mm below
allowed to work on electrical facilities. ground and cable markers should be
provided. Proper sleeves should be provided
ii) No person should be allowed to work on live at road crossings. In case temporary cables
circuit. The same, if unavoidable, special are to be laid on wooden poles/steel poles,
care and authorisation need to be taken. the minimum cable heights should be 4.5 M.
iii) Treat all circuits as "LIVE" unless ensured xx) Maintain safe overhead distance of HT
otherwise. cables as per Indian Electricity Rules and
iv) Electrical "Tag Out" procedure "MUST" be relevant acts.
followed for carrying out maintenance jobs. xxi) Don't connect any earthing wire to the
v) Display voltage ratings prominently with pipelines/structures.
"Danger" signs. xxii) Don't make any unsafe temporary
vi) Put caution/notice signs before starting the connections, naked joints/wiring etc.
repair works. xxiii) Ensure that temporary cables are free from
vii) All electrical equipment operating above cuts, damaged insulation, kinks or improper
250V shall have separate and distinct insulated joints.
connections to earth grid. xxiv) Check at periodic intervals that pins of
viii) Proper grounding to be ensured for all switch sockets and joints are not loose.
boards and equipment including Portable xxv) Protect electrical wires/equipments from
ones prior to taking into service. water and naked flames.
ix) Make sure that electrical switch boards, xxvi) Illuminate suitably all the work areas.
portable tools, equipments (like grinding
machine etc.) don't get wet during their xxvii) All switchboards should be of MS structure
usage. If it happens, stop the main supply, only and incoming source should be marked.
make the tools dry and then only use them.
xxviii) Hand lamps should not be of more than 24V
Check proper earthing. rating.

103
xxix) Fire extinguishers (DCP/CO2/Sand buckets) a) the current should be switched off by a
should be kept near temporary switch boards responsible authorised person;
being used for construction purposes. Don't b) precautions should be taken to prevent the
use water for fighting electrical fires. current from being switched on again;
c) the conductors or the equipment should
xxx) Insulating mats shall be provided in the front
be tested to ascertain that they are dead;
and back end of switch boards.
d) the conductors and equipment should be
xxxi) All parts of electrical installations should be earthed and short-circuited;
so constructed, installed and maintained as to e) neighbouring live parts should be
prevent danger of electric shock, fire and adequately protected against accidental
external explosion. contact.
Periodic checking/certification of electrical v) After work has been done on conductors and
safety appliances such as gloves, insulating equipment, the current should only be
mats, hoods etc. to be done/witnessed along switched on again on the orders of a
with maintaining a register at site signed by competent person after the earthing and
competent authority. short-circuiting have been removed and the
workplace reported safe.
xxxii) A notice displaying following, should be
kept exhibited at suitable places: vi) Electricians should be provided with
approved and tested tools, and personal
a) prohibiting unauthorised persons from protective equipment such as rubber gloves,
entering electrical equipment rooms or mats etc.
from handling or interfering with elec-
trical apparatus; vii) All conductors and equipment should be
b) containing directions as to procedures in considered to be live unless there is a proof
case of fire, rescue of persons in contact of the contrary.
with live conductors and the restoration
viii) When work has to be done in dangerous
of persons suffering from electric shock;
proximity to live parts the current should be
c) specifying the person to be notified in
cut off. If for operational reasons this is not
case of electrical accident or dangerous
possible, the live parts should be fenced off
occurrence, and indicating how to com-
or enclosed by qualified staff from the sub-
municate with him.
station concerned.
xxxiii) No other cables/pipes to be laid in trench
used for electrical cables.
xxxiv) Utmost care should be taken while 6.11.3. Testing
excavating Earth from cable trench to avoid
damage or any accident. i) Electrical installations should be inspected
xxxv) Sub-station floor cut-outs meant for switch and tested and the results recorded.
board installations to be covered wherever
ii) Periodic testing of the efficiency of the earth
installation is incomplete.
leakage protective devices should be carried
NOTE: A Residual Current Operated Circuit Breaker out.
(RCCB) or Earth Leakage Circuit Breaker
iii) Particular attention should be paid to the
(ELCB), when installed, protects a human
earthing of apparatus, the continuity of
being to the widest extent. RCCB or ELCB
protective conductors, polarity and insulation
should be provided as per Indian Electricity
resistance, protection against mechanical
Rules.
damage and condition of connections at
6.11.2 Inspection and maintenance points of entry.
6.12 OFFSHORE
i) All electrical equipment should be inspected
before taking into use to ensure suitability for 6.12.1 General
its proposed use.
The isolated nature of offshore installations are
ii) At the beginning of every shift, the person
hazardous. They call for greater need for safety and
using the electrical equipment should make a
survival at offshore. Safety at offshore is safety of
careful external examination of the
installations and safety of personnel. Safety problems
equipment and conductors, especially the
and accidents at offshore have high risks due to
flexible cables.
limited space, helicopter operation, sea transport etc.
iii) Apart from some exceptional cases, work on Following are the general safety guidelines to be
or near live parts of electrical equipment followed in addition to the safety guidelines stipulated
should be forbidden. for specific jobs dealt later on:
iv) Before any work is begun on conductors or
equipment that do not have to remain live:
104
i) Workers should be well trained to do their iii) Suitable sensors for H2S and Methane should
job independently with high degree of self- be function tested time to time and suitable
control and self-discipline. colour code should be given.
ii) On arrival at offshore, everyone should be iv) Working areas of the crane should be
briefed about the safety rules to be followed illuminated during night to avoid accident.
at offshore, evacuation system etc. All
v) Clear space should be available for despatch
personnel should wear overall (dangri),
and receipt of load and, in particular, basket
helmet and shoes for personnel protection.
transfer of passengers. Persons engaged in
iii) In case of emergency, workers should follow loading/unloading of materials should be
instruction of Field Production protected from falling into the sea.
Superintendent (F.P.S.) In certain cases
vi) Signal light should be fitted at the top of the
instructions may be given to abandon the
jib.
offshore installation and evacuate the persons
to safe location. vii) Crane hook should be fitted with safety
latches.
iv) To overcome above problems, offshore
personnel must receive training for using life viii) Experienced person should be engaged in
saving appliances and other personal survival operation of specific equipment like winches,
techniques. cranes etc.
v) Any person working at offshore should have ix) At least three cable turns shall always be
one person as standby for any eventuality. there on the winch drum.
6.12.2 Drilling Rigs x) Adequate communication like walkie talkie,
round robin phone should be available
i) Location of jack up rigs should not be less between the crane operator, supervisor and
than 5 Kms from shipping route. Orientation helper.
of the rig, wind direction etc are required for
xi) Crane operation should be completely
safe landing of helicopter. Information w.r.t.
stopped during helicopter landing/taking off.
sea currents, wind speed, Hi-lo tide etc are
required for mooring of supply vessels. xii) Except for helicopter landing deck, all decks,
platforms, bridges, ladders should have rigid
ii) Sea bed condition at every location should be
and fixed guard rails atleast one meter high
ensured for safety of rig.
and should have one intermediate rail
iii) Radio and other communication facilities midway between the handrail and 100 mm
should be such to maintain contact with base toe board.
all times.
xiii) Wooden ladders shall not be used at offshore.
iv) During toeing of rig, the rig deck should be
xiv) Flow sensor in the flow line should be
clear of load, toeing lines should be in good
ensured for safe working and to avoid blow
condition and tensions in various toeing lines
out.
should be constantly monitored.
xv) Hydrogen sulphuide gas In offshore is of
v) Few steps during toeing are:
great risk and at 10 ppm (0.001%)
a) crane booms should be secured to their concentration in air, a person should not be
vesta, exposed for more than 8 hours, If
b) all hatches and water tight doors should concentration is more, then breathing
be closed, apparatus should be used. Corrosion of
c) number of personnel on board should equipment is also caused by H2S.
be restricted,
xvi) Portable H2S gas detector should be
d) evacuate in case of emergency and
continously used.
operation should be completed
preferably in day light. 6.12.4 Production Platforms
6.12.3 Drilling
i) In case hydrocarbon Is released due to
overpressure, leak, overflow, gas blow etc.,
i) In view of CO2 and H2S gas cut from well,
shut down process to stop flow of
effective ventilation should be provided
hydrocarbon. Prevent ignition of released
where drilling is in progress.
hydrocarbon and in case of fire shut in the
ii) Safety alarm shall be checked in advance in process complex and follow emergency
view of failure of ventilation system. contigency plan.
ii) Sub surface safetv valve (SSSV)) below the
well head should be actuated during

105
uncontrolled well -flow and they should be Flammable liquids and chemicals applied on
regularly checked. platform should be immediately cleaned.
iii) Surface safety valve or SDV should be ii) Paint containers and hydrocarbon samples,
checked for no gas leakage from bleed port / gas cylinders for welding and cutting should
flange etc., in the well head area. It should be stored properly. Cylinders should be
not be in "mechanical override" or bypassed transported in hand-cart.
from panel. iii) Smoking should be restricted and no
iv) High pressure gas lift lines - blowdown smoking area should be identified.
system should be O.K. iv) Special attention should be given to crude oil
v) Auto actuation of SDVs in the inlet of pump seals, diesel and gas engines which are
potential source of ignition in the event of
pressure vessels should be O.K. and in
failure.
"normal position" from shutdown panels. A
record of status of switches normal/bypassed v) Fire and smoke detectors i.e. ultraviolet heat,
in auto-con* panels (PSH, PSL, LSL, ILSL) thermal and smoke detector should be
should be maintained. function tested once in three months.
vi) Fire is controlled in offshore by water
∗ Shut Down Panels spraying, Halon, CO2 flooding, DCP and
vi) Welders rectifier set and electrical sprinkler system.
connections to it should be checked and vii) Foaming agent is applied for controlling fire
approved by electrical-in- charge for proper in liquid hydrocarbon. The system is not
electrical safely. effective in gas fire.
vii) “SCADA" telementry system if available viii) Light weight breathing system should be
should be operational for remote opening and used.
closing of wells at unmanned platforms ix) The fire control plan at offshore should
(through RPMC). reveal control station, fire alarms and fire
viii) Local ESD/FSD (near the work site) should detectors, deluge valves and sprinkler, fire
be provided for jobs of very critical nature, extinguishing appliances, fireman outfit and
so that the persons working can access it ventilation system.
immediately in emergency for safety. Safety x) Fire fighting equipment should be
officer should judge the requirement & maintained in ready to use condition.
inform FPS for the same.
6.12.6 Life Saving Appliances
ix) Railings and Gratings etc. in and around
work area should be O.K. and inspected to i) Life boats with a speed of 6 knots and
avoid slippage of man into sea. carrying capacity upto 50 persons are used in
offshore.
x) Emergency shut down (ESD) system is
initiated when an abnormal condition is ii) No. of life boats on one installation should
detected. ESD should be checked once in six have a capacity to accommodate twice the
months. number of persons onboard installation.
xi) Platform should be manned round the clock. iii) Launching appliances and life boat
equipment should be checked every week.
xii) Welding and cutting work should be
regulated by hot work permit. iv) Boat landing areas should be adequately
illuminated.
xiii) All detectors should be calibrated as per
recommendation of the manufacturer. v) Life raft has no power and they rely on drift.
xiv) No system should be by-passed which affects vi) Life jacket lifts the wearer after entering
the system of platform. water.
xv) In H2S field platforms, due care shall be vii) Life buoys are used to rescue persons if any
taken as per recommendations. person accidentally falls in the sea.
xvi) Follow the instructions of F.P.S. during stay viii) All life saving appliances should be
at platform inspected by the MMD surveyor /sr. officials
once a year.
6.12.5 Fire Prevention And Control
ix) Every life boat shall be inspected once a
i) Provision be made for safe handling and week.
storage of dirty rags, trash, and waste oil.

106
x) Every life boat and life raft should be framing used in framed structures and the
serviced once a year by a competent load-bearing walls;
authority, (d) a method of demolition should be
formulated after the survey and recorded
6.12.7 Safety Precautions during Helicopter
in a method statement having taken all the
Transportation
various considerations into account and
identifying the problems and their
i) Passenger briefing regarding safety rules
solutions;
while travelling in helicopter should be
carried out before boarding the helicopter. iii) All electric, gas, water and steam service
lines should be shut off and, as necessary,
ii) Emergency procedure should be briefed to all
capped or otherwise controlled at or outside
the passenger In case helicopter is to ditch
the construction site before work
into the sea.
commences.
iii) Heli-pad should have a non-skid surface. If it is necessary to maintain any electric
iv)
Nylon rope net should be stretched on the power, water or other services during
deck.
demolition operations, they should be
iv) Proper drainage should be available on adequately protected against damage.
helideck. v) As far as practicable, the danger zone round
v) There should be no obstruction on the the building should be adequately fenced off
helideck itself and within 3 meters of its and sign posted. To protect the public a fence
parameter. Closest super structure above the 2m high should be erected enclosing the
helideck should have red obstruction light. demolition operations and the access gates
should be secured outside working hours.
vi) While landing fire crew of two persons
should be standby adjacent to helideck. vi) The fabric of buildings contaminated with
substances hazardous to health should be
vii) Heli-deck should be properly illuminated for decontaminated. Protective clothing and
night landing. respiratory devices should be provided and
viii) During switching off helicopter, persons worn.
should not be allowed to go out/ towards vii) Where plant has contained flammable
helicopter materials, special precautions should be
taken to avoid fire and explosion.
6.13 DEMOLITION viii) The plant to be demolished should be
isolated from all other plant that may contain
6.13.1. General provisions flammable materials. Any residual
flammable material in the plant should be
i) When the demolition of any building or rendered safe by cleaning, purging or the
structure might present danger to workers or application of an inert atmosphere as
to the public: appropriate.
(a) necessary precautions, methods and ix) Care should be taken not to demolish any
procedures should be adopted, including parts, which would destroy the stability of
those for the disposal of waste or other parts.
residues;
(b) the work should be planned and x) Demolition activities should not be continued
undertaken only under the supervision of under adverse climatic conditions such as
a competent person. high winds, which could cause the collapse
of already weakened structures.
ii) Before demolition operations begin:
xi) To prevent hazards parts of structures should
(a) structural details and builders' drawings be adequately shored, braced or otherwise
should be obtained wherever possible; supported.
(b) details of the previous use should be
obtained to identify any possible xii) Structures should not be left in a condition in
contamination and hazards from which they could be brought down by wind
chemicals, flammables, etc.; pressure or vibration.
(c) an initial survey should be carried out to xiii) Where a deliberate controlled collapse
identify any structural problems and risks technique is to be used, expert engineering
associated with flammable substances and advice should be obtained, and:
substances hazardous to health. The
survey should note the type of ground on (a) it should only be used where the whole
which the structure is erected, the structure is to come down because it
condition of the roof trusses, the type of
107
relies on the removal of key structural 6.14.10 Protection facilities such as manipulator rod,
members to effect a total collapse; remote handling tongs, lead pots, radiation
(b) it should only be used on sites that are hazard placards and means of cordon off
fairly level and where there is enough shall be available at each site.
surrounding space for all operatives and
6.14.11 The radiography source shall never be
equipment to be withdrawn to a safe
touched or handled directly with hands.
distance.
6.14.12 The package containing radiography cameras
xiv) When equipment such as power shovels and
and sources should never be carried by
bulldozers are used for demolition, due
public transport like bus, train etc.
consideration should be given to the nature
of the building or structure, its dimensions, 6.14.13 Radiography sources and cameras, when not
as well as to the power of the equipment in use, should be stored inside a source pit
being used. with lock and key arrangement as approved
by BARC. The storage room should
xv) If a swinging weight is used for demolition, a
preferably be located in an isolated area of
safety zone having a width of at least one-
minimum occupancy and radiation level
and-a-half times the height of the building or
outside the storage room should not exceed
structure should be maintained around the
0.25 mR/hr as per BARC Regulations.
points of impact.
6.14.14 In case of an accident (due to loss or of
6.13.2. Demolition of structural steelwork
damage to radiography source), action
should be taken in line with BARC Safety
i) All precautions should be taken to prevent
Rules/Guidelines.
danger from any sudden twist, spring or
collapse of steelwork, ironwork or reinforced
6.15 SAND/SHOT BLASTING/ SPRAY
concrete when it is cut or released.
PAINTING
ii) Steel construction should be demolished tier
by tier.
6.15.1 Sand blasting should be used only after
iii) Structural steel parts should be lowered and approval from competent person.
not dropped from a height.
6.15.2 Air Compressor used for sand/shot
6.14 RADIOGRAPHY blasting/painting should have guard and
positioned away from the work place.
6.14.1 All radiography jobs shall be carried out as
6.15.3 Exhaust of the prime mover, if IC engine is
per BARC Safety Regulations
used, should be directed away from the work
6.14.2 During field radiography, nearby area around place.
the radiation source should be cordoned off.
6.15.4 In case of motor driven compressor, the body
6.14.3 If the field radiography is to be done at the of the motor as well as the compressor to be
same location repeatedly, it is advisable to properly earthed.
provide either a wire fencing around or a
6.15.5 The hoses used for compressed air should be
temporary brick enclosure.
of proper quality, and health of the same to
6.14.4 Special permission/permit should be taken be ensured through regular check/ test.
for radiography from area-in-charge.
6.15.6 The operator of sand/shot blasting/painting
6.14.5 As far as possible, field radiography should should wear suitable PPE's including mask.
be done only during night time when there is 6.15.7 Adequate measures to be taken to suppress
little or no occupancy there. dust/spray particle.
6.14.6 Radiation warning signals should be pasted 6.15.8 Sand used for sand blasting should be
all along the cordoned off area. suitably covered & protected from to
6.14.7 Entry into the restricted area by unauthorised rain/moisture.
persons should be strictly prohibited during 6.15.9 When these activities are done in confined
exposure. places, adequate measure to be taken for
6.14.8 The radiation level alongwith the cordon proper ventilation.
should be monitored by a suitable and well-
calibrated radiation survey meter. 6.16 WORK ABOVE WATER
6.14.9 All personnel working with radiography 6.16.1 General Provisions
sources should wear appropriate protective i) Where work is done over or in close
equipment and film badges issued by BARC. proximity to water & where possibility of
drowning exists, provision should be made
for:
108
a) Preventing workers from falling into water; i) No job shall be carried out without a valid
b) The rescue of workers in danger of permit. Permit should be in line with OISD-
drowning; STD-105 "Work Permit System".
c) Safe and sufficient transport.
ii) Smoking should be prohibited in all places
containing readily combustible or flammable
ii) Provisions for the safe performance of work materials and "No Smoking" notices be
over or in close proximity to water should prominently displayed.
include, where appropriate, the provision and
use of suitable and adequate: iii) In confined spaces and other places where
flammable gases, vapours or dusts can cause
a) fencing, safety nets and safety harnesses; danger, following measures should be taken:
b) lifebuoys, life jackets and manned boats; (a) only approved type electrical
c) protection against such hazards as installations and equipment, including
reptiles and other animals. portable lamps, should be used;
iii) Gangways, pontoons, bridges, footbridges (b) there should be no naked flames or
and other walkways or work places over source of ignition;
water should: (c) oily rags, waste and clothes or other
a) possess adequate strength and stability; substances liable to spontaneous ignition
b) be sufficiently wide to allow safe movement should be removed without delay to a
of workers; safe place;
c) have level surfaces free from tripping (d) ventilation should be provided.
hazards;
d) be adequately lit when natural light is iv) Regular inspections should be made of places
insufficient; where there are fire risks. These include the
e) where practicable and necessary, to prevent vicinity of heating appliances, electrical
danger, be provided with toe-boards, guard installations and conductors, stores of
rails, hand ropes etc. flammable and combustible materials,
f) be secured to prevent dislodgment by welding and cutting operations.
rising water or high winds; v) Welding, flame cutting and other hot work
g) if necessary, be equipped with ladders which should only be done after issuance of work
should be sound, of sufficient strength and permit in line with the requirement of OISD-
length and be securely lashed to prevent STD-105 after appropriate precautions, as
slipping. required, are taken to reduce the risk of fire.
iv) All deck openings including those for For carrying out other jobs also, OISD-STD-
buckets should be fenced. 105 should be followed strictly.

6.16.2 Rescue & Emergency procedures vi) Fire-extinguishing equipment should be well
maintained and inspected at suitable intervals
by a competent person. Access to fire-
i) Persons who work over water should be extinguishing equipment such as hydrants,
provided with some form of buoyancy aid. portable extinguishers and connections for
Life jackets should provided sufficient hoses should be kept clear at all times.
freedom of movement, have sufficient
buoyancy to bring persons to the surface and vii) All supervisors and a sufficient number of
keep them afloat face upwards, be easily workers should be trained in the use of fire-
secured to the body, be readily visible by extinguishing equipment, so that adequate
way of self luminous paint/strip. trained personnel are readily available during
ii) Nobody should work alone on or above all working periods.
water. viii) Audio means to give warning in case of fire
iii) Each worker should be trained in the should be provided where this is necessary to
procedure to be followed in the event of an prevent danger. Such warning should be
emergency. clearly audible in all parts of the site where
persons are liable to work. There should be
7.0 ADDITIONAL SAFETY PRECA-
an effective evacuation plan so that all
UTION FOR UNITS WITH persons are evacuated speedily without panic
HYDROCARBONS and accounted for and all plant and processes
In addition to general safety precautions as shut down.
outlined above for the activities in Clause ix) Notices should be posted at conspicuous
6.0, following additional safety precautions places indicating:
need to be taken for the sites within the
operating area or nearby, where presence of (a) the nearest fire alarm;
Hydrocarbons cannot be ruled out. (b) the telephone number and address of the
nearest emergency services.

109
x) The work site shall be cleared of all v) First-aid kits and boxes should contain
combustible materials, as Sparks and molten simple and clear instructions to be followed,
metal coming from the welding job can be kept under the charge of a responsible
easily ignite combustible materials near or person qualified to render the first aid and be
below the welding site. If the combustible regularly inspected and stocked.
materials cannot be removed from the area,
vi) Where the work involves risk of drowning,
the same shall be properly shielded.
asphyxiation or electric shock, first-aid
xi) A dry chemical type fire extinguisher shall personnel should be proficient in the use of
be made available in the work area. Also fire resuscitation and other life saving techniques
protection facilities like running hoses etc. as and in rescue procedures.
per permit should be complied with.
vii) Emergency telephone numbers of nearby
xii) Wherever required, welding screens shall be Hospitals, Police, Fire Station and
put up to protect other equipment in Administration should be prominently
adjoining areas against flying sparks. displayed.
Material used should be metal/asbestos/water
curtain. 9.0 DOCUMENTATION

xiii) Welding or cutting of vessels/ equipments The intention of keeping documentation of


used in Hydrocarbon/ hazardous chemicals all types of accident(s) is to prevent
shall be done after proper gas freeing and recurrence of similar accident(s). All
verifying the same with the explosive-meter. accidents should be reported as per OISD
xiv) The confined space/equipment shall be gas Guidelines (OISD-GDN-107) and Factories
freed and cleaned. act, 1948.

xv) Absence of any toxic gas and any flammable All accidents (major, minor or near miss)
gas above explosion limit shall be ensured should be investigated, analysed and
with the help of gas detection instrument and recommendations should be documented
explosive meter respectively. along with implementation status.

xvi) Used and hot electrode stubs shall be All related data should be well-documented
discarded in a metal bucket. and further analysis highlighting the major
cause(s) of accidents be done. This will help
xvii) Use approved and certified flame arrestors in identifying thrust areas and training needs
for vehicles. for prevention of accidents.
xviii) Work permit to be obtained, if construction
work is carried out within existing operating
area. 10.0 SAFETY AWARENESS &
TRAINING
8.0 FIRST AID
Safety awareness to all section of personnel
First aid facilities should be provided in line ranging from site-in-charge to workmen
with various statutory regulations like factory helps not only preventing the risk but also
act etc. However following care should be build up the confidence. Time and
taken: expenditures also get saved as a result.
i) First aid, including the provision of trained Safety awareness basically seeks to
personnel should be ensured at work sites. persuade/inform people on safety besides
Arrangement should be made for ensuring supplementing skill also. Awareness
the medical attention of the injured workers. programme may include followings:
First aid box should be as per the Factory i) Poster: Posters with safety slogan in
rules. humorous, gruesome demonstrating manner
ii) Suitable rescue equipment, like stretchers may be used to discourage bad habits
should be kept readily available at the attributable to accidents by appealing to the
construction site. workers' pride, self-love, affection curiosity
or human aspects. These should be displayed
iii) First-aid kits or boxes, as appropriate and as in prominent location(s).
per statutory requirements, should be
provided at workplaces and be protected
against contamination by dust, moisture etc.
iv) First-aid kit or boxes should not keep
anything besides material for first aid in
emergencies.

110
ii) Safety Sign Boards: Different type of investigation and prevention in the field of
message of cautioning, attention, notice etc. safety and so on, may be distributed to
should be displayed at the appropriate places workers to promote the safety awareness.
for learning/ awareness of the workmen
viii) Safety Drives: From time to time, an
while working at site.
intensive safety drive by organising a safety
iii) Films & Slides: Film(s) narrating the day or a safety week etc. should be launched.
accident including the causes and possible
ix) Training: Training for covering the hazards
remedial ways of preventing the recurrence
for different trade should be imparted.
of a similar accident should be displayed at
Training should also include the specific
regular intervals. Slides consisting main
hazards related to a job in addition to the
points of the film show may also be shown to
general safety training as has been dealt in
workers.
various chapters and should include all
iv) Talks, lectures & conferences: The success workers. Reference may be drawn from
of these events would depend much on OISD-STD-154.
audience’s understandings of the speaker (s).
11.0 REFERRENCES
The speakers are to be knowledgeable and
good presenter. Speakers should know to i) Factory Act, 1948
hold the attention and to influence the
audiences. ii) Indian Electricity Rules

v) Competitions: Organise competition(s) iii) Safety & Health in Construction by ILO


between the different deptts/categories of iv) The Building & Other Construction Workers
workers. The sense of reward/recognition (Regulation, Employment and Conditions of
also will improve safety awareness and result Service) Act 1996
in enhancing safety levels.
vi) Exhibitions: Exhibitions also make the
workers acquainted with hazards and means
of preventive measures.
vii) Safety Publication: Safety publications
including pocket books dealing with ways of

111
ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF


INDIAN STANDARDS

Sr.No Code No. Title


01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam Type
– Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 -Safety Code for Scaffolds and Ladders: Part I – Scaffolds
- Part I
14. IS : 3696 Safety Code for Scaffolds and Ladders: Part II – Ladders.
-Part II
15. IS : 3764 Safety Code for Excavation Work
16. IS : 4014 Code of practice for Steel tubular scaffolding
-Part I & II
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction materials
at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and toe
Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.
29. IS : 7069 Safety Code for Handling and Storage of Building Materials

112
Sr.No Code No. Title
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in construction
of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-made fibre
rope slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 Safety Code for Construction, Operation and Maintenance for River
- Part I Valley Projects.
40. IS :10386 Safety Code for Construction, Operation and Maintenance of River
- Part II Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around building
43. IS : 13416 Recommendations for preventive measures against hazards at working
places

113
INSTRUCTIONS TO TENDERERS

1.0 Indian Oil Corporation Limited, a company registered in India under the Companies Act, 1956,
through its ____________(give the designation of the authority calling for tenders) invites tenders
under sealed covers from bona fide and experienced CONTRACTORS of financial standing and
reputation for the following job(s):
(a) name of work
(b) name of location
(c) unit/region/division etc.,(more specifically described in the Tender Documents, upon the
terms and conditions mentioned in the Tender Documents.)

2.0 The Tender Documents shall consist of the following:


(i) Invitation to Tender
(ii) Instructions to the Tenderers
(iii) General Conditions of Contract
(iv) Special Conditions of Cotract (including Scope of Work and Time Schedule)
(v) Special Instructions to Tenderers
(vi) Specifications
(vii) Plans (Exhibits………. to …………)
(viii) Drawings (Exhibits ………. to ………..)
(ix) Form of Contract
(x) Form of Tender (including formats annexed to the Form of Tender)
(xi) Form of Schedule of Rates
(xii) Addendum/Addenda to Tender Documents.

3.0 Price of Tender Documents

(a) The Price of Rs.________________ (Rupees __________________________) payable


for the Tender Documents is made up as follows:

Prices for use of Tender Document : Rs.__________________

Less paid by OWNER to tenderer by


way of adjustment to keep the Tender
offer open : Rs.__________________

Balance : Rs.__________________

(b) The price of the Tender Document is the net cost/price per set of Tender Document, after
accounting for the consideration paid by the OWNER to the tenderer, for keeping the
tenders valid for the prescribed period, and any extension thereof.

4.0 Tender Instructions

4.1 Tender Documents shall remain the property of the OWNER. Not more than 2 (two) copies of the
Tender Documents will be issued to any one intending tenderer, unless otherwise specified. The
Tender Document issued to one party cannot be transferred to or used by another without the
specific written permission of the tender issuing authority.

4.2 The Tender shall be completely filled in all respects and shall be tendered together with requisite
information and annexures. Any tender incomplete in particulars shall be liable to be rejected.

4.3 If the space in the Tender or any schedule or annexure thereof is insufficient, pages shall be
separately added. These shall be consecutively page-numbered and also shall carry the Tender
Document numbered and shall be signed by the tenderer and entered in the Index for the Tender.

114
4.4(a) The Tender with one or more complete sets of the Tender Documents, as required, shall be
enclosed in a sealed cover superscribed with name of work and tender notice number and
addressed and sent by registered post to the Tender Receiving Authority specified in the Invitation
to Tender, or put in the Tender Box designated for the specific work located at the address
specified in the Invitation to Tender. In case tenders have been called for in two parts separately
viz., the technical and commercial part, and the price part, these two parts shall be put in two
separate sealed covers superscribed “technical commercial part” and “price part” respectively.
Both the sealed covers thereafter shall be then put inside another sealed cover, superscribed with
the name of the work, the tender notice number and date, due date for receipt of tenders, the name
of the Tenderer, etc., and sent either by registered post or dropped in the tender box designated for
the purpose, located at the address specified in the Tender Document.

(b) Where two copies of Tender Documents have been called for, they should be put in two separate
envelopes duly marked as ‘original’ and ‘copy’. Both these sealed envelopes should then be put
together inside another sealed envelope, suitably superscribed.

4.5 The sealed tenders must reach the Tender receiving Authority, at the address specified in the
Invitation to Tender before the time limit specified therein.

4.6 The Tenders shall be opened on the date and at the time specified in the Invitation to Tender or as
soon thereafter as convenient, in the presence of such tenderers as may be present. Tenders not
received in time may not be considered.

4.7 Tenderers shall set their quotations in firm figures and without qualifications or variations or
additions in the terms of Tender Documents. Tenders containing qualifying expressions such as
“subject to minimum acceptance” or “subject to prior sale”, or any other qualifying expression or
incorporating terms and conditions at variance with the terms and conditions incorporated in the
Tender Documents shall be liable to be rejected.

4.8 The tenders, as submitted, shall consist of the following:


(i) Complete set of Tender Documents (including addenda, if any) duly filled in and signed
by the tenderers as prescribed in different clauses of the Tender Documents.
(ii) Schedule of Rates in the Form of Schedule of Rates.
(iii) Earnest money amounting to and in the manners specified in Clause 5 hereof.
(iv) Power of Attorney or other proof of authority, in favour of the person who has signed the
tender (or copy thereof duly attested by a Gazetted Officer), as required by Clause 4.13
hereof.
(v) Income Tax Clearance Certificate (in the case of Indian Bidders)
(vi) Audited Balance Sheets for the last 3 (three) years.
(vii) Form of Tender
(viii) Information regarding tenderers in the form annexed to the Form of Tender
(ix) Information regarding the tenderer’s work of comparable nature in the form annexed to
the Form of Tender
(x) Information regarding construction, organisation and equipment in the form annexed to
the Form of Tender.
(xi) Solvency certificate from a Scheduled bank in India or a reputed foreign Bank acceptable
to the OWNER
(xii) Declaration of Blacklisting in the prescribed format.

4.9(a) The OWNER reserves the right to reject, accept or prefer any tender or to abort the bidding
process without assigning any reason whatsoever.

(b) Although ordinarily the lowest responsive bid amongst the bids submitted by tenderers and
considered by the OWNER as qualified and competent shall be preferred, the OWNER reserves
the right not to accept the lowest bid if in its opinion this would not be in the interest of the work.

(c) If the OWNER in its discretion considers that the interest of the work requires a split, the OWNER
may split the works between two or more tenderers.

115
4.10 The tender shall be irrevocable up to the expiry of 4 (four) months from the date of opening of
tenders. In case of a 2 (two) bid system, the 4 (four) month period shall be reckoned from the date
of opening of the techno-commercial bid.

4.11 Rates to be in Figures and Words :

The tenderer shall quote in English both in figures as well as in words the amount tendered by him
in the Form of Schedule of Rates forming part of the Tender Documents, in such a way that
interpolation is not possible. If the parties do not quote both in figures and works properly and
correctly, their tenders are liable to be rejected. The amount for each item shall be worked out and
entered and requisite totals given of all items. The tendered amount for the work shall be entered
in the tender duly signed by the tenderer.

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

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

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

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

4.12 Corrections and Alterations

Tenderers are required to fill in the Tender Documents with all due care, avoiding
cuttings/corrections/alteration/overwriting etc. in the entries, as far as possible. In case
corrections/alterations become unavoidable or inevitable, the entry to be corrected, altered should
be neatly cancelled or scored through by striking the entry by drawing a line through it and
making the revised/corrected entry as close to the cancelled entry as possible, each such
cancellation and correction/alteration being clearly and unambiguously authenticated by the
Tenderer by his full signatures. Overwriting and/or erasing with or by the application of
correcting/erasing fluid(s) will not be permitted and shall render the Tender for rejection.

4.13 Signing of Tender

(i) The tender shall contain the name, residence and place of business of the person(s) making
the tender and shall be signed by the tenderer with his usual signature. Partnership firms shall
furnish the full names of all partners in the tender, and shall annex a copy of the Partnership
deed to the tender. It shall be signed in the partnership name by the partners or by a duly
authorised representative followed by the name and designation of the person signing.
Tenders by Corporations shall be signed in the name of the Corporation by a person duly
authorised to do so.

(ii) The person signing the tender shall state his capacity and also the source of his ability to bind
the tenderer. The power of attorney or authorisation or other document constituting adequate
proof of the ability of the signatory to bind the tenderer shall be annexed to the tender. The
OWNER may reject outright any tender unsupported by adequate proof of the signatory’s
authority.

(iii) When a tenderer signs a tender in a language other than English, the total amounts tendered
should in addition be written in the same language. The signature should be attested by at
least one witness.

116
4.14 Witness :

Name, occupations and addresses of the Witnesses shall be stated below their signature. Witnesses
shall be persons of status.

4.15 All pages to be initialled :

All signatures in the Tender Documents shall be dated as well. All pages of all sections of Tender
Documents shall be initialled at the lower right hand corner or signed wherever required in the
Tender Documents by the tenderer or by a person holding power of attorney authorising him to
sign on behalf of the tenderer before submission of tender.

4.16 Canvassing

Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the
tenderers who resort to canvassing shall be liable to rejection.

4.17 Past Experience

The tenderer shall enclose documents to show that he has previous experience in having
successfully completed in the recent past works of similar nature together with the name of
OWNER, location of sites and value of contract in the format annexed to the Form of Tender. It
shall be the responsibility of the Tenderers to fill complete, correct and accurate information in
line with the requirements/stipulations of the Tender Document, regarding their past experience
and other information required to facilitate due evaluation/consideration of their tenders. In case
any essential information given by a bidder is found to be incorrect or a misrepresentation, the bid
is likely to be rejected as not responsive, and if the bid has resulted in a contract, the contract is
liable to be terminated pursuant to the provisions of Clause 7.0.1.0 of the General Conditions of
Contract with consequences of termination as provided in Section 7 of the General Conditions of
Contract.

4.18 P.F. Code Number to be furnished

The tenderer(s) shall indicate his/their P.F. Code Number in the Form of Information about Tender
annexed to the Form of Tender. In the absence of the same, the tender shall be liable to be
rejected.

4.19 Form of Earnest Money to be deposited:

A bank Guarantee may be accepted by the OWNER towards Earnest Money Deposit or Initial
Security Deposit or Security Deposit or otherwise, as the case may be, provided the amount of
such Bank Guarantee is not less than Rs.1 (one) lakh. Such Bank Guarantee shall be issued by a
scheduled bank in India acceptable to the OWNER and shall be strictly in the format prescribed by
the OWNER for the specific purpose for which the Bank Guarantee is required to be furnished.

4.20(a) Each tenderer/bidder shall give a declaration in the prescribed format annexed to the Form of
Tender that he/it/they is/are not under any blacklist declared by the OWNER or by any
Department of the State or Central Government or by any other Public Sector Organisation, and
that there is no inquiry in respect of any corrupt or fraudulent practice pending against
him/it/them. In case he/it/they are under any such list, or any inquiry is pending, he/it/they shall in
the declaration give full details thereof. Such declaration in respect of a partnership firm or
association of persons shall cover every partner or member of the association, and in the case of
Company, shall cover every Director and Principal Shareholder of the Company and any Holding
Company and/or subsidiary Company(ies) if any.

(b) If a tenderer is on any such List or if any such inquiry is pending against it/him/them or if the
Bidder makes a false declaration, the OWNER reserves the right to reject the Bid, and if the Bid
has resulted into a contract, the contract is liable to be terminated pursuant to the provisions of
Clause 7.0.1.0 of the General Conditions of Contract.

117
4.21 In case pre-qualification of potential bidders/tenderers had been undertaken earlier and completed
for the work, only bids from pre-qualified bidders will be considered for evaluation and award of
the contract. It shall be incumbent on the tenderer to submit necessary evidence of having been
pre-qualified for the particular job in question or part thereof, by submitting copies of intimation
received from the OWNER/consultant intimating about their being pre qualified.

4.22 In case no pre-qualification of bidder/tenderers had been undertaken by the OWNER/consultant,


the tenderer shall include full details in support of their capacity, capability and financial standing
for taking up and completing the work successfully.

4.23 Each tenderer can submit only one tender bid for one package. The names of specialized sub-
contractor(s) may, however, appear in different offers submitted by different tenderers.

(a) It is clarified that a person shall be deemed to have submitted more than one bid if a person
bids in an individual or proprietorship format and/or in a partnership or association of persons
format and/or in a Company format.
(b) A company shall for this purpose include any artificial person whether constituted under the
laws of Indian or of any other country.
(c) A person shall be deemed to have bid in a partnership format or in association of persons
format if he is a partner of the firm which has submitted the bid or is a member of any
association of persons which has submitted a bid.
(d) A person shall be deemed to have bid in a company format if the person holds more than 10%
(ten percent) of the voting share capital of the company which has submitted a bid, or is a
Director of the Company which has submitted a bid, or holds more than 10% (ten percent) of
voting share capital and/or is a Director of a holding Company which has submitted the bid.

5.0 Earnest Money

1.1 The tenderer shall, as a condition for the consideration of the tender, pay the sum specified in
Invitation to Tender in the manner specified therein. In the case of cash deposit, he shall attach the
official receipt with the tender. The tender is liable to be rejected for failure to deposit money in
the manner aforesaid or for failure to furnish proof of having deposited earnest money alongwith
the tender.

1.2 The Earnest Money of unsuccessful tenderer(s) shall be refunded without interest only after the
award of the work is finalised.

1.3 The Earnest Money deposited by a successful tenderer shall be forfeited if the successful tenderer
fails to deposit or furnish the requisite initial Security Deposit as specified in the General
Conditions of Contract and/or fails to commence work at each job site within 10 (ten) days of
handing over the job or any part thereof to him and/or fails to execute the contract in accordance
with the Form of Contract within 10 (ten) days of receipt of Letter of Acceptance in this behalf
from the OWNER or within such extended period as may be permitted by the OWNER for the
purpose.

5.4(a) A tenderer who has submitted his/it/their bid shall not be permitted to alter/amend or withdraw
his/it/their bid after submission of bid, notwithstanding that the bid(s) has/have not yet been
opened.

(b) A tenderer who purports to alter/modify or withdraw his/its/their bid/offer after submission, within
the period during which he/it/they promised to keep his/its/their bid valid, shall be liable to have
his/its/their tender rejected and his/its/their Earnest Money deposit or Bank Guarantee submitted
by way of earnest money forfeited/encashed.

(c) A bidder who offers unsolicited reduction in the price offer whether before or after the opening
of the price part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s) rejected. Bidders
may, however, at any stage offer a reduction if such reduction is solicited or if the OWNER gives
the Bidder an opportunity to offer such reduction.
118
6.0 Cost of Preparation and Submission of Bids

6.1 The tenderer shall prepare the tender at his/its/their own risk and shall bear all the costs of
preparing and submitting his/its/their tenders, as well as all other costs of tendering for the work
and the OWNER shall take no liability for these costs.

7.0 Addenda

7.1 Addenda to the Tender Documents may be issued prior to the date of opening of the tender (and in
the case of 2 (two) bid system, prior to the date of opening the price part of the bid) to clarify
documents or to reflect modifications in the design or contract terms.

7.1 Such addendum(s) issued shall be distributed in duplicate, to each person or organisation to whom
Tender Documents have been issued. Each recipient will retain one signed copy of such
addendum(s) for submission alongwith his tender and return one signed copy to the authority
inviting tenders as acknowledgment of receipt of the addendum. All such addendum(s) issued
shall form part of Tender Documents.

8.0 Retired Company Directors

8.1 No Director of the OWNER is allowed to tender for a period of 2 (two) years after his retirement
from the employment of the OWNER, without the previous permission of the OWNER. The
Contract if awarded is liable to be cancelled if the tenderer is found at any time to be such a person
and has not obtained the permission of the OWNER before submission of the tender. Any tender
by a person aforesaid shall carry a disclosure thereof on the tender, and shall be accompanied by a
copy of the document by which the requisite consent is given. Such disqualifications shall apply
to every partner of a partnership firm.

8.1 The tenderer is required to state whether he is a relative of any Director of the OWNER, or
whether the tenderer is a firm, whether a Director of the OWNER or relative of such Director is a
partner in the firm, or whether the tenderer is a Company, whether a Director of the OWNER or
relative of such Director is a substantial member holding more than 10% (ten percent) of the paid
up capital in the Company, or a Director of the Company.

9.0 Quotations

9.1 The tenderer shall quote for the jobs on the basis of the items entered in the Form of Schedule of
Rates, and shall quote separately for each and every item(s) entered in the Form of Schedule of
Rates.

9.2 The prices quoted shall be all inclusive as proved for in respect of Schedule of Rates in the
General Conditions of Contract and the OWNER shall not entertain any claim(s) for enhancement
of the price(s) on any account whatsoever.

10.0 Information

10.1 The information given in the Tender Documents and the Plans and Drawings forming part thereof
is merely intended as a general information without undertaking on the part of the OWNER as to
their accuracy and without obligation relative thereto upon the OWNER. The tenderers are
expected to conduct their own surveys and investigations prior to tendering.

10.1 All information disclosed to the tenderers by way of the Tender Documents shall be considered
confidential and shall not be disclosed to any party by the tenderers except as may be necessary
for carrying out the work. Where it is found that any tenderer has violated and has disclosed
sensitive and vital information impugning on the security of the installation/national security,
necessary action, as may be called for, may be taken against the tenderer concerned in addition to
his being liable to be black listed and/or barred from participating in future bids.

119
10.2 The tenderer shall before tendering and shall be deemed before tendering to have undertaken a
thorough study of the proposed work, the job site(s) involved, the site conditions, soil conditions,
the terrain, the climatic conditions, the labour, power, material and equipment availability and
transport and communications facilities, the availability and transport suitability or borrow areas,
the availability of land for right of way and temporary office and accommodations, quarters, and
all other facts and facilities necessary or relevant for the formulation of the tender, supply of
materials and the performance of the work. Without prejudice to the aforegoing, the tenderers may
be allowed access to any information regarding the site of the work, the investigations conducted
relative thereto, such as soil investigation etc. But, these shall be only indicative in nature and the
tenderers are expected to collect their own data for preparation and submission of their tender.
Any claim at a later date based on either incorrectness or inadequacy of the information/data made
available by the OWNER/consultant to a tenderer shall not be entertained. The
OWNER/consultant shall be fully absolved of any and all liabilities in this regard.

10.3 In case the OWNER/consultant decides to have a pre-bid conference to clarify any issues,
necessary intimation with adequate notice will be sent to the intending tenderers. Brief summary
of the queries raised by the attending tenderers and the clarifications given by the
OWNER/consultant respect thereof, as well as any further information which the
OWNER/consultant choose to furnish to the tenderers, in the form of Minutes of the Meeting or
Addendum, which shall form a part of the Tender Documents, unless otherwise specified.

10.4 All communication from the OWNER/consultant to the tenderers shall be sent by speed
post/courier as may be applicable. The tenderers must acknowledge each and every
communication sent by the OWNER/consultant the duplicate copy or the Xerox copy of the said
communication duly signed by the Tenderer(s) in token of receipt. Wherever feasible,
communications may be sent by Fax/E-mail also followed by confirmatory copies by post.

10.5 The OWNER/consultant may, at his discretion, call for technical/commercial clarification or any
other clarifications required, from any Tenderer(s), in respect of his/their tender(s).

10.6 The OWNER reserves the right to consider/evaluate only substantially responsive tenders. A
substantially responsive tender is one, which, in the opinion of the OWNER (which shall be final
and binding on the Tenderer(s)), substantially conforms to all the terms, conditions, specifications
and requirements of the Tender Document without material deviations or reservations in respect
of any of the following:

(a) scope, quality or performance of the work;


(b) OWNER’s rights or the tenderer’s obligations under the contract as per the tender
documentation;
(c) Such deviations the correction of which would affect the competitive position of other
tenderers, who have submitted substantially responsive bids ;
(d) Any tender unaccompanied by the earnest money in a form which is not acceptable as per
the Tender Documents, or falling short of the requirement of the Tender Document, shall
be liable for rejection.

10.7 Bidders are expected to bid strictly on the format and subject to the terms and conditions specified
in the Tender Documents. Any bid containing any deviation which in the sole opinion of the
OWNER is material, or which in the opinion of the ONWER cannot be evaluated so as to place
other bidders at a disadvantage, shall be liable to have his/its/their bid rejected.

10.8 In case any bidder/tenderer considers it inevitable or unavoidable to make certain deviations from
requirements and stipulations of the Tender Document, such bidder/tenderer shall bring out the
same separately and prominently in a separate statement enclosed with the tender (or techno-
commercial part of the tender in case of two part tenders) so as to make it prominently noticeable
by the authority opening the tender. Such a statement should clearly indicate the particular page
number, clause, or section of the Tender Document deviated from, the scope and extent of the
deviations and explanation as to why the said deviation is considered inevitable or unavoidable in
the view of the tenderer.

120
11.0 Collusive or fraudulent tenders

11.1 In case it appears to the OWNER, after examining the tenders received, that any 2 (two) or more
tenders are collusive or otherwise manipulated to the disadvantage of the OWNER and against the
spirit of ethical competition, the OWNER reserves the right to summarily reject such tenders. It
shall not be incumbent on the OWNER to prove any collusion or other malpractice in this regard.

12.0 Signing of the Contract

12.1 The successful tenderers shall be required to execute a formal contract in accordance with the
Form of Contract within 10 (ten) days from the date of receipt of Letter of Acceptance from the
OWNER, or such extended time as may be permitted by the OWNER for the purpose to do so.

For and on behalf of


Indian Oil Corporation Ltd.
(Pipelines Division)

121
PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY
LISTING

In the case of a Proprietary Concern :

I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s. which is submitting the accompanying Bid/Tender nor any
other concern in which I am proprietor nor any partnership firm in which I am involved as a
Managing Partner have been placed on black list or holiday list declared by Indian Oil
Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum &
Natural Gas), except as indicated below :

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

In the case of a Partnership Firm :

We hereby declare that neither we, M/s. , submitting the accompanying


Bid/Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor or managing partner of any firm or concern have or has
been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as
indicated below :

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

In the case of Company :

We hereby declare that we have not been placed on any holiday list or black list declared by
Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of
Petroleum and Natural Gas), except as indicated below :

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

It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Ltd or its Administrative Ministry, shall have the right to reject my/our bid, and if
the bid has resulted in a contract, the contract is liable to be terminated.

Place : Signature of Bidder:

Date : Name of Signatory :

122
EQUIPMENT QUESTIONNAIRE

(To be furnished with the Tender)

The tenderer shall specify in the form given below the list of equipment owned by the tenderer
which shall be used for the work if awarded to the tenderer.

Type Number Make Capacity Location Owner

Signature of Tenderer
Name and Address of
the Tenderer

123
EXPERIENCE QUESTIONNAIRE
(To be furnished with Tenderer)

The Tenderer has completed the following similar Construction Projects in the last five years :

Type Owner Value Year completed

Signature of Tenderer
Name and Address of
the Tenderer

124
FORM OF TENDER
(To be filled up by the Tenderer)

For Price Bid


Serial No. Date:

From

To
Indian Oil Corporation Ltd.
(Refineries/Pipelines Division)

Tender No.

Dear Sirs,

Having examined the Tender Documents consisting of the Short Tender Notice, General
Instructions to Tenderers, General Conditions of Contract, Special Instructions to Tenderers,
Special Conditions of Contract, Specifications, Plans (Exhibits to ),
Drawings (Exhibits to )Time Schedule, Form of Contract, Form of
Tender, Form of Schedule of Rates, and Addendum(a) to the Tender Documents, and having
understood the provisions of the said Tender Documents and having thoroughly studied the
requirements of Indian Oil Corporation Ltd. relative to the work tendered for in connection with
the (Name of the Project) and having conducted a thorough study of
the job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power,
water, material and equipment availability, the transport and communication facilities, the
availability and suitability of borrow areas, the availability of land for right of way and temporary
office accommodation and quarters and all other facilities and things whatsoever necessary for or
relative to the formulation of the tender of the performance of work, I/we hereby submit my/our
tender offer for the performance of proposed work in accordance with the terms and conditions
and within the time mentioned in the Bid Documents at the rate(s) quoted by me/us in the
accompanying Schedule of Rates based on the Form of Schedule(s) of Rates included within the
Tender Documents and arrived at a total contract value of Rs. (Rupees
only) based on an application of the rates tendered in the accompanying Schedule(s) of Rates to
the relative quantities indicated in the Form Schedule(s) of Rates forming part of the Tender
Documents.

If the work or any part thereof is awarded to me/us, I/ We undertake to perform the work in
accordance with the Contract Documents as defined in the Form of Contract forming part of the
Tender Documents and accept the terms and conditions of Contract as laid down therein and
undertake within 10 (ten) days of receipt of acceptance of Tender to pay to and/or deposit with
the Accounts Officer, (Name of the Refinery/Pipelines/Project) Indian Oil Corporation
Ltd. (Refineries/Pipelines Division) a sum which together with the amount of earnest money
deposited by me/us in terms hereof, shall make 2 ½% (two and one-half percent) of total contract
value as specified in the Acceptance of Tender for the purpose of security deposit, by any one or

125
more of the modes of payments specified in this behalf in the General Conditions of Contract, and
to commence work at each job site(s) involved within 10 (ten) days of handing over the job site or
any part thereof to me/us, and to sign the formal Contract in the terms of the form of contract
forming part of Tender Documents, within 10 (ten) days of receipt of Letter of Acceptance from
and on behalf of Indian Oil Corporation Ltd., in this behalf failing which Indian Oil Corporation
Ltd., shall be at liberty, without reference to me/us and without prejudice to any of its rights or
remedies, to terminate the Contract and/or to forfeit the earnest money deposited in terms hereof.

In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil
Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to
keep my/our this tender offer open for a period of not less than 4 (four) months from the
scheduled date of opening of Tenders as specified in the General Instructions to Tenderer forming
part of the Tender Documents.

I/We have annexed to this Bid the following documents:

(i) Schedule of Rates in the prescribed Form.

(ii) Original Power of Attorney or other proof of authority of the person who has signed
the Tender OR copy of Power of Attorney or other authority duly certified by a
Gazetted Officer or a Notary Public in proof of authority of the person who has
signed the Tender.

I/We hereby undertake that the statements made herein/information given in the Annexures
referred to above are true in all respects and that in the event of any such statement or information
being found to be incorrect in any particular, the same may be construed to be a misrepresentation
entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.

(Signature(s) of the Tenderer(s))

Name & Designation of


authorised person
signing the Tender on behalf of
the Tenderer (s)
Full Name and address of the Bidder(s)
Witness :
Signature :
Name :
Occupation :

126
FORM OF TENDER
(To be filled up by the Tenderer)

For Commercial Bid


Serial No. Date:

From

To
Indian Oil Corporation Ltd.
(Refineries/Pipelines Division)
_ Refinery/Project

Tender No.

Dear Sirs,

Having examined the Tender Documents consisting of the Tender Notice, General Instructions to
Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of
Contract, Specifications, Plans (Exhibits to ), Drawings (Exhibits
to )Time Schedule, Form of Contract, Form of Schedule of Rates, and Addendum(a) to the
Tender Documents, and having understood the provisions of the said Tender Documents and having
thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in
connection with the (Name of the Refinery/Project) and having conducted
a thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions,
labour, power, water, material and equipment availability, the transport and communication facilities, the
availability and suitability of borrow areas, the availability of land for right of way and temporary office
accommodation and quarters and all other facilities and things whatsoever necessary for or relative to the
formulation of the tender or the performance of work, I/we hereby submit my/our tender offer for the
performance of proposed work in accordance with the terms and conditions and within the time mentioned
in the Tender Documents.

In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil Corporation Ltd., by
adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer open
for a period of not less than 4 (four) months from the scheduled date of opening of Tenders as specified in
the General Instructions to Tenderers forming part of the Tender Documents.

I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our Directors
(in the case of a Company) was/were employed as Directors of Indian Oil Corporation Ltd., during the
period of 2 (two) years immediately preceding the date hereof OR I/We hereby declare that I/Shri
one of our partners (in the case of partnership firm/Directors in the case of a Company)
was employed as a Director in Indian Oil Corporation Ltd., during the period of 2 (two) years immediately
preceding the date hereof and that I/Shri have/has obtained previous
permission of Indian Oil Corporation Ltd. to make this tender.
I/We have annexed to this Bid the following documents:

(i) Schedule of Rates in the prescribed form.

(ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender
OR copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in proof of the
authority of the person who has signed the Tender.

127
(iii) Original Income-tax Clearance Certificate OR copy of Income-Tax Clearance Certificate duly
attested by a Gazetted Officer/Notary Public.

(iv) Information regarding tenderer in the form annexed to the Form of Tender.

(v) Information regarding experience of the tenderer in the performance of work of a comparable
nature in the form annexed to the Form of Tender.

(vi) Information regarding construction organisation and equipment in the form annexed to the Form
of Tender.

(vii) Solvency Certificate from a Nationalised/Scheduled Bank.

(viii) Set of Tender Documents, as issued duly signed.

(ix) Additional Documents as listed below.

I/We hereby undertake that the statements made herein/information given in the Annexures referred to
above are true in all respects and that in the event of any such statement or information being found to be
incorrect in any particular, the same may be construed to be a misrepresentation entitling Indian Oil
Corporation Ltd. to avoid any resultant contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.

I/We confirm having deposited Earnest Money of Rs. (Rupees ) as detailed


hereunder (Strike off whichever is not aplicable)

(Signature(s) of the Tenderer(s))

Name & Designation of


authorised person
signing the Tender on behalf of
the Tenderer (s)
Full Name and address of the Bidder(s)
Witness :
Signature :
Name :
Occupation :

128
INFORMATION ABOUT TENDERER
(To be furnished with Tender)

1. In case of Individual

1.1 Name of Business :


1.2 Whether his business is registered :
1.3 Date of Commencement of business :
1.4 Whether he pays Income Tax over Rs.10,000/- per year :
1.5 Whether he is a Director or is related to any Director of IOC present or
retired within the past 2 years :
1.6 Permanent Account Number :
1.7 What are his profits/losses for the past 3 (three) years with a copy of
Balance Sheet and Profit & Loss Account for the past 3 (three) years with
a copy of the audited balance sheets and Profit & Loss account for the
past 3 (three) years:
1.8 What are his concurrent job commitments :
1.9 How does he propose to finance the work if awarded to him :

2. In case of Partnership

2.1 Name of Partners :


2.2 Whether the partnership is registered :
2.3 Date of establishment of firm :
2.4 If each of the partner of the firm pays Income tax over Rs.10,000/- a year
and if not, which of them pays the same :
2.5 Whether any partner of the firm is a Director or is related to any Director
of IOC, present or retired within the past 2 years.
2.6 Permanent Account Number :
2.7 What are the firm’s profits/losses for the past 3 (three) years with a copy
of Balance Sheet and Profit & Loss Account for the past 3 (three) years :
2.8 What are the firm’s concurrent job commitments :
2.9 How does the firm propose to finance the work if awarded to him :

3. In case of Limited Company or Company Limited by Guarantees :

3.1 Amount of paid up capital :


3.2 Name of Directors :
3.3 Date of Registration of Company :
3.4 Copies of the Balance Sheet of the company of the last two years:
3.5 Whether any of the Directors of the Company is a Director or is related to
any Director of IOC, present or within the past 2 years;
3.6 Permanent Account Number
3.7 What are the Company’s profits/losses for the past 3 (three) years with a
copy of the audited Balance Sheet for the past 3 (three) years:
3.8 What are the company’s concurrent job commitments:
3.9 How does the Company propose to finance the work if awarded to it:

FOOT NOTE: Reference is also invited to Clause 9.0 of General Instructions to the
Tenderers forming part of GCC.

Signature of Tenderer
Name & Address of the Tenderer
129
FORM OF CONTRACT

THIS CONTRACT made at this ________ day of __________ 200___ BETWEEN INDIAN
OIL CORPORATION LTD; a Government of Indian Undertaking registered in India under the
Indian Companies Act 1956, having its registered office at G-9 , Ali Yavar Jung Marg, Bandra
(East), Mumbai – 400 051 and the Headquarters of its Refineries and Pipelines Division of
Indian Oil corporation Ltd. Scope Complex, Core- 2, 4th Floor, 7 Institutional Area, Lodhi
Road, New Delhi- 110 003 (hereinafter referred to as the “OWNER” which expression shall
include its successors and assigns) of the One Part; AND _________ *carrying on business in
sole proprietorship/ *carrying on business in partnership under the name and style of
_________ a Company registered in India under the Indian Companies Act*, 1913/ 1956
having its registered office at ___________(hereinafter referred to / as collectively referred to as
the “CONTRACTOR” which expression shall include *his/ *their/ *its executors,
administrators, representatives and permitted assigns/ *successors and permitted assign) of the
other part:

WHEREAS
The OWNER desires to have executed the work of _______________more specifically
mentioned and described in the contract documents (hereinafter called the ‘work’ which
expression shall include all amendments therein and / or modifications thereof) and has
accepted the tender of the CONTRACTOR for the said work.

130
NOW, THEREFORE THIS CONTRACT WITNESSTH as follows:

ARTICLE – 1
CONTRACT DOCUMENTS
1.1 The following documents shall constitute the Contract Documents, namely:
(a) This Contract
(b) Tender Documents as defined in the General Instructions to Tenderers;
(c) Letter of Acceptance of Tender along with Fax/ Telegram of Intent.

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have been
collectively marked Annexure “A” while a copy of the Letter of Acceptance of Tender
alongwith annexures thereto and a copy of Fax/ Telegram of Intent dated ________are
annexed hereto and said copies have been collectively marked as Annexure- ‘B’.

ARTICLE – 2
WORK TO BE PERFORMED

2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within
the item specified in the Contract documents.

ARTICLE – 3
COMPENSATION

3.1 Subject to and upon the terms and conditions contained in the Contract Documents, the
OWNER shall pay CONTRACTOR compensation as specified in the Contract documents
upon the satisfactory completion of the work and/ or otherwise as may be specified in the
Contract documents.
ARTICLE – 4
JURISDICTION

4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of a
suit, any and all actions and proceedings arising out of or relative to the contract
(including any arbitration in terms thereof) shall lie only in the court of competent civil
jurisdiction in this behalf at ___________ (where this Contract has been signed on behalf
of the OWNER and only the said court(s) shall have jurisdiction to entertain and try any
such action(s) and/ or proceedings (s) to the exclusion of all other Courts.

ARTICLE – 5
ENTIRE CONTRACT

5.1 The Contact Documents mentioned in Article – 1 hereof embody the entire Contract
between the parties hereto, and the parties declare that in entering into this Contract they
do not rely upon any previous representation, whether express or implied and whether
written or oral, or any inducement, understanding or agreements of any kind not included
within the Contract documents and all prior negotiations, representations, Contracts and/
or agreements and understandings relative to the work are hereby cancelled.

ARTICLE –6
NOTICES

6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with
reference to the Contract shall be deemed to have been sufficiently served upon the
OWNER (notwithstanding any enabling provisions under any law to the contrary) only if
131
delivered by hand or by Registered Acknowledgment Due Post to the Engineer – in-
Charge as defined in the General Conditions of Contract.

6.2 Without prejudice to any other mode of service provided for in the Contract Documents
or otherwise available to the OWNER, any notice, order or other communication sought
to be served by the OWNER on the CONTRACTOR with reference to the Contract, shall
be deemed to have been sufficiently served if delivered by hand or through Registered
Post Acknowledgement Due to the principal office of the CONTRACTOR at _________
or to the CONTRACTOR’s representatives as referred to in the General Conditions of
Contract forming part of the Contract Documents.

ARTICLE –7
WAIVER

7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in
terms of the Contract or any obligation or liability of the CONTRACTOR in terms
thereof shall be deemed to be a waiver of such right, remedy, obligation or liability, as the
case may be, by the OWNER and notwithstanding such failure or delay, the OWNER
shall be entitled at any time to enforce such right, remedy, obligation or liability, as the
case may be.
ARTICLE –8

NON-ASSIGNABILITY

The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by the
CONTRACTOR.

*IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the
place, day and year first above written.

SIGNED AND DELIVERED


For and on behalf of
INDIAN OIL CORPORATION LTD.

by _______________

In the presence of ____________

1.

2.

SIGNED AND DELIVERED


For and on behalf of ___________ (CONTRACTOR)

by ________________
(This day of ____________________200__)

In the presence of

1.

2.
Note: * (Strike off whichever is not applicable)

132
BANK GUARANTEE IN LIEU OF
EARNEST MONEY DEPOSIT

BG NO:
DATED :
VALID UPTO:

To,
Indian Oil Corporation Limited
(Refineries/Pipelines Division)

Dear Sirs,

In consideration of Indian Oil Corporation Limited (Refineries/Pipelines Division) (hereinafter called “the
Corporation” which expression shall include its successors and assigns), having agreed interalia to consider the
tender of (Name of the Tenderer) having its Head
Office/Registered Office at (Address of the Tenderer) (hereinafter called the
“Tenderer” which expression shall include its successors and assigns), for the work of
(Name of the Project/Work) at to be awarded under Tender No.
upon the Tenderer furnishing an undertaking from the Bank as hereinafter appearing in lieu of cash deposit of
the Earnest Money.

We (Name of the Bank) , a Bank constituted/Registered under the Act, having


our Head Office/Registered Office at (hereinafter
called the “Bank” which expression shall include its successors and assigns), at the request of the Tenderer and
with the intent to bind the Bank and its successors and assigns do hereby unconditionally and irrevocably
undertake to pay the Corporation at New Delhi forthwith on first demand without protest or demur or proof or
satisfaction or condition and without reference to the Tenderer, all sums payable by the Tenderer as and by
way of Earnest Money to the Corporation, upto an aggregate limit of (Amount in figures and words).

AND THE BANK DOTH HEREBY FURTHER AGREES AS FOLLOWS:


1. This Guarantee/Undertaking shall be a continuing guarantee and shall remain in full force and effect for
all claims or demands made by the Corporation on the Bank until the Corporation discharges this
Guarantee/Undertaking subject, however, that the Corporation shall have no claims under this
Guarantee/Undertaking after the midnight of 200 or any written extension(s) thereof.

PROVIDED that if the aforesaid work tendered for or any part thereof shall be awarded to the Tenderer on
or before the said date, whether on the basis of accompanying tender or any other basis, then the validity
of this guarantee/undertaking shall stand automatically extended for all claims and demands made by the
Corporation for further three months.

2. The Corporation shall have the fullest liberty without reference to the Bank and without affecting in any
way the liability of the Bank under this Guarantee/Undertaking at any time and/or from time to time any
wise to postpone and/or vary any of the powers, rights, and obligations exercisable by the Corporation
against the Tenderer and either to enforce or to forbear from enforcing all or any of the terms and
conditions of or governing the said Tender and/or any contract consequent upon any award of work or the
said Earnest Money Deposit or the securities available to the Corporation or any of them and the Bank
shall not be released from its liability under these Presents and the liability of the Bank hereunder shall
remain in full force and effect notwithstanding any exercise by the Corporation of the liberty with
reference to any or all the matters aforesaid or by reason of any other act, matter or thing whatsoever
which under law relating to the sureties or otherwise which could, but for this provision have the effect of
releasing the Bank from all or any of its obligations hereunder or any part thereof, and the Bank
specifically waives any and all contrary rights whatsoever.

133
3. It shall not be necessary for the Corporation to proceed against the Tenderer before proceeding against the
Bank and the Guarantee/Undertaking herein contained shall be enforceable against the Bank as principal
debtor notwithstanding the existence of any other undertaking or security for any indebtedness of the
Tenderer to the Corporation and notwithstanding that any such security shall at the time when claim is
made against the Bank or proceedings taken against the Bank hereunder, be outstanding or unrealised.

4. The amount stated by the Corporation in any demand, claim or notice made with reference to this
guarantee shall as between the Bank and the Corporation for the purpose of these Presents be conclusive
of the amount payable by the Bank to the Corporation hereunder.

5. The liability of the Bank to the Corporation under this Guarantee/Undertaking shall remain in full force
and effect notwithstanding the existence of any difference or dispute between the Tenderer and the
Corporation, the Tenderer and the Bank and/or the Bank and the Corporation or otherwise howsoever
touching these Presents or the liability of the Tenderer to the Corporation, and notwithstanding the
existence of any instructions or purported instructions by the Tenderer or any other person to the Bank not
to pay or for any cause withhold or defer payment to the Corporation under these Presents, with the intent
that notwithstanding the existing of such difference, dispute or instructions, the Bank shall be and remain
liable to make payment to the Corporation in terms thereof.

6. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up or


dissolution or change of constitution or insolvency of the Tenderer or any change in the legal constitution
of the Bank or the Corporation.

7. Without prejudice to any other mode of service, a demand or claim or other communication may be
transmitted by the Corporation to the Bank either by post or by fax. If transmitted by fax, the transmission
shall be complete as soon as acknowledged by bank.

8. Notwithstanding anything contained herein:

(i) The Bank’s liability under this guarantee/undertaking shall not exceed (Amount in figures & words);
(ii) This guarantee/undertaking shall remain in force upto and any extension(s) thereof;
and
(iii) The Bank shall be released and discharged from all liability under this guarantee/undertaking unless a
written claim or demand is issued to the Bank on or before or the date of expiry of any
extension(s) thereof if this guarantee/undertaking has been extended.

The Bank doth hereby declare that Shri who is authorised to sign this
Guarantee/Undertaking on behalf of the Bank and to bind the Bank thereby.

This day of 20 .

Yours faithfully

Signature :

Name & Designation:

Name of the Branch:

134
FORM OF BANK GUARANTEE
IN LIEU OF SECURITY DEPOSIT/INITIAL SECURITY DEPOSIT

BG NO:
DATED:
VALID UPTO:

To,
INDIAN OIL CORPORATION LIMITED
(Refineries/Pipelines Division)

Dear Sirs,

In consideration of Indian Oil Corporation Limited (Refineries/Pipelines Division) (hereinafter called “the
Corporation” which expression shall include its successors and assigns), having awarded certain work for and
relative to (Name of the Project/Work) to
(Name and address of the Contractor) (hereinafter called “the Contractor” which expression
shall include its successors and assigns), upon certain terms and conditions inter-alia mentioned in the
Corporation’s Letter of Acceptance No. dated read
with the relative Tender Documents (hereinafter collectively called “the Contract”, which expression shall
include any formal contract entered into between the Corporation and the Contractor in supersession of the
said Letter of Acceptance and all amendments and/or modifications in the contract) inclusive of the condition
that the Corporation may accept a Bank Guarantee/Undertaking of a Scheduled Bank in India in lieu of Cash
Deposit of the Initial Security Deposit as provided for in General Conditions of Contract forming part of the
said Tender Documents:

We (Name of the Bank), a body registered/constituted under


the Act, having our Registered Office/Head Office at
(hereinafter called “the Bank” which expression shall include its successors and assigns), at the request of the
Contractor and with the intent to bind the Bank and its successors and assigns, do hereby unconditionally and
irrevocably undertake to pay to the Corporation at New Delhi forthwith on first demand without protest or
demur or proof or satisfaction and without reference to this guarantee upto an aggregate limit of Rs.
(Rupees only).

AND the Bank doth hereby further agrees as follows: -

i) This Guarantee/Undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all
claims of the Corporation upon the Bank made up to the midnight of provided that
the Bank shall upon the written request of the Corporation made upon the Bank at any time within 6 (six)
months from the said date extend the validity of the Bank Guarantee by a further 6 (six) months so as to
enable claims to be made under this Guarantee by a further 6 (six) months from the said date with the
intent that the validity of this Guarantee shall automatically stand extended by a further 6 (six) months
upon such request by the Corporation.

ii) The Corporation shall have the fullest liberty without reference to the Bank and without affecting in any
way the liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to
amend or vary the Contract and/or any of the terms and conditions thereof or relative to the said Initial
Security Deposit or to extend time for performance of the said Contract in whole or part or to postpone for
any time and/or from time to time any of the obligations of the Contractor and/or the powers or remedies
exercisable by the Corporation against the Contractor and either to enforce or forbear from enforcing any
of the terms and conditions of or governing the said Contract or the said Initial Security Deposit or the
securities available to the Corporation or any of them and the Bank shall not be released from its liability
under these presents and the liability of the Bank hereunder shall remain in full force and effect
notwithstanding any exercise by the Corporation of the liberty with reference to any or all the matters
aforesaid or by reason of time being given to the Contractor or any other forbearance, act or omission on
the part of the Contractor or of any indulgence by the Corporation to the Contractors or of any other act,

135
matter or thing whatsoever which under the law relating to sureties or otherwise which could but for the
provision have the effect of releasing the Bank from its liability hereunder or any part thereof and the
Bank hereby specifically waives any and all contrary rights whatsoever.

iii) The obligations of the Bank to the Corporation hereunder shall be as principal to principal and shall be
wholly independent of the contract and it shall not be necessary for the Corporation to proceed against the
Contractor before proceeding against the Bank and the Guarantee/Undertaking herein contained shall be
enforceable against the Bank notwithstanding the existence of any other Guarantee/undertaking or security
for any indebtedness of the Contractor to the Corporation (including relative to the said Security Deposit)
and notwithstanding that any such undertaking or security shall at the time when claim is made against the
Bank or proceedings taken against the Bank hereunder, be outstanding or unrealised.

iv) The amount stated by the Corporation in any demand, claim or notice made with reference to this
guarantee shall as between the Bank and the Corporation for the purpose of these presents be conclusive
of the amount payable by the Bank to the Corporation hereunder.

v) The liability of the Bank to the Corporation under this Guarantee/undertaking shall remain in full force
and effect notwithstanding the existence of any difference or dispute between the Contractor and the
Corporation, the Contractor and the Bank and/or the Bank and the Corporation or otherwise howsoever
touching or affecting these presents for the liability of the Contractor to the Corporation, and
notwithstanding the existence of any instructions or purported instructions by the Contractor or any other
person to the Bank not to pay or for any cause withhold or defer payment to the Corporation under these
presents, with the intent that notwithstanding the existence of such difference, dispute or instruction, the
Bank shall be and remain liable to make payment to the Corporation in terms hereof.

vi) The Bank shall not revoke this undertaking during its currency except with the previous consent of the
Corporation in writing and also agrees that any change in the constitution of the Contractor or the Bank or
the Corporation shall not discharge the Bank’s liability hereunder.

vii) Without prejudice to any other mode of service, a demand or claim or other communication may be
transmitted by fax. If transmitted by fax, the transmission shall be complete as soon as acknowledged by
bank.

viii) Notwithstanding anything contained herein:

(a) The Bank’s liability under this guarantee/undertaking shall not exceed (Amount in figures & words) ;

(b) This guarantee/undertaking shall remain in force upto and any extension(s) thereof;
and

(c) The Bank shall be released and discharged from all liability under this guarantee/undertaking unless a
written claim or demand is issued to the Bank on or before or the date of expiry of any
extension(s) thereof if this guarantee/undertaking has been extended.

(ix) The Bank doth hereby declare that Shri (Name of the person signing on behalf of
the Bank) who is (his designation), is authorised to sign this undertaking on behalf of
the Bank and to bind the Bank hereby.

Dated this day of 200 .

Yours faithfully,

Signature :
Name & Designation:
Name of the Branch:
Dated :

136
FORM OF BANK GUARANTEE
TO COVER LUMPSUM ADVANCE (MOBILISATION)

BG NO:___________
DATED:___________
VALID UPTO_______
To,

INDIAN OIL CORPORATION LIMITED


(Refineries/ Pipelines Division)
______________________

Dear Sirs,

WHEREAS Indian Oil Corporation Limited (hereinafter called “the Corporation” which expression shall
include its successor and assigns) has awarded to___________________(Name & Address of the Contractor)
hereinafter called “the Contractor” which expression shall include its successors and assigns) the work
of______(Name of the Project/Work) under and in terms of a Contract as evidenced by a Letter
of Acceptance No.____________________________ dated__________ issued by the Corporation to the
Contractor read with the relevant Tender Documents (hereinafter collectively called “the Contract” which
expression shall include any formal contract entered into between the Corporation and the Contractor in
supersession of the said Letter of Acceptance and all amendments and/or modifications therein or in the terms
of the said advance as herein stipulated) :

AND WHEREAS the Corporation has agreed to advance the Contractor, inter-alia, a sum of Rs.____________
(Rupees___________________________________ only) (hereinafter called “the said Advance”), upon the
condition, inter-alia, that the said Advance together with interest thereon at the rate of % ( percent) per
annum on the amount of the said Advance for the time being outstanding shall without prejudice to any other
mode of recovery available to the Corporation be recoverable by the Corporation by deduction from the gross
accepted amount of any Running Account Bills and the Final Bill of the Contractor commencing from the first
Running Account Bill of the Contractor, and meanwhile, the said Advance shall be secured by an undertaking
from a Bank as hereinafter appearing.

We (Name of the Bank) , a body registered/constituted under the Act,


having Registered Office/Head Office at __________________________________________ (hereinafter
called the “Bank” which expression shall include its successors and assigns), at the request of the Contractor
and with the intent to bind the Bank and its successors and assigns, do hereby unconditionally and irrevocably
undertake to pay the Corporation at New Delhi forthwith on first demand without protest or demur or proof or
satisfaction and without reference to the Contractor, any and all amounts demanded from us by the
Corporation with reference to this Undertaking upto an aggregate limit of Rs. ______________
(Rupees__________________________________________ only) and interest thereon at the rate hereinabove
provided.

AND the Bank doth hereby further agrees as follows : -

i) This Guarantee/Undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all
claims of the Corporation upon the Bank made up to the midnight of provided that
the Bank shall upon the written request of the Corporation made upon the Bank at any time within 6 (six)
months from the said date extend the validity of the Bank Guarantee by a further 6 (six) months so as to
enable claims to be made under this Guarantee by a further 6 (six) months from the said date with the
intent that the validity of this Guarantee shall automatically stand extended by a further 6 (six) months
upon such request by the Corporation.

137
ii) The Corporation shall have the fullest liberty without reference to the Bank and without affecting in any
way the liability of the Bank under this guarantee/undertaking, at any time and/or from time to time to
amend or vary the contract and/or any of the terms and conditions thereof or relative to the said Advance
and/or to extend time for performance of the said contract in whole or part and/or payment of the said
Advance in whole or part or to postpone for any time and/or from time to time any of the said obligations
of the Contractor and or the rights, remedies or powers exercisable by the Corporation against the
Contractor and either to enforce or forbear from enforcing any of the terms and conditions of or governing
the said Contract and/or the said Advance, or the securities, available to the Corporation and the Bank
shall not be released from its liability under these Presents and the liability of the Bank shall remain in
full force and effect notwithstanding any exercise by the Corporation of the liberty with reference to any
or all the matters aforesaid or by reason of time being given to the Contractor or any other forbearance, act
or omission on the part of the Corporation or any indulgence by the Corporation to the Contractor or of
any other act, matter or thing whatsoever which under any law could (but for this provision) have the
effect of releasing the Bank from its liability hereunder or any part thereof and the Bank hereby
specifically waives any and all contrary rights whatsoever.

iii) The obligations of the Bank to the Corporation hereunder shall be as principal to principal and shall be
wholly independent of the Contract and it shall not be necessary for the Corporation to proceed against the
Contractor before proceeding against the Bank and the guarantee/undertaking herein contained shall be
enforceable against the Bank as Principal debtor notwithstanding the existence of any undertaking or
security for any indebtedness of the Contractor to the Corporation (including relative to the said Advance)
and notwithstanding that any such undertaking or security shall at the time when claim is made against the
bank or proceedings taken against the Bank hereunder, be outstanding or unrealised.

iv) As between the Bank and the Corporation for the purpose of this undertaking, the amount stated in any
claim, demand or notice made by the Corporation on the Bank with reference to this undertaking shall be
final and binding upon the Bank as to be the amount payable by the Bank to the Corporation hereunder.

v) The liability of the Bank to the Corporation under this undertaking shall remain in full force and effect
notwithstanding the existence of any difference or dispute between the Contractor and the Corporation,
the Contractor and/or the Bank and/or the Bank and the Corporation or otherwise howsoever touching or
affecting these presents or the liability of the Contractor to the Corporation, and notwithstanding the
existence of any instructions or purported instructions by the Contractor or any other person to the Bank
not to pay or for any cause withhold or defer payment to the Corporation under these presents, with the
intent that notwithstanding the existence of such difference, dispute or instruction, the Bank shall be and
remain liable to make payment to the Corporation in terms hereof.

vi) This undertaking shall not be determined or affected by any change in the constitution of the Bank or that
of the Contractor or the Corporation or any irregularity in the exercise of borrowing powers by or on
behalf of the Contractor.

vii) Without prejudice to any other mode of service, a demand or claim or other communication may be
transmitted by the Corporation to the Bank either by post or by fax. If transmitted by fax, the transmission
shall be complete as soon as acknowledged by bank.

viii) Notwithstanding anything contained herein:

(i) The Bank’s liability under this guarantee/undertaking shall not exceed (Amount in figures & words) ;

(ii) This guarantee/undertaking shall remain in force upto and any extension(s) thereof; and

(iii) The Bank shall be released and discharged from all liability under this guarantee/undertaking unless a
written claim or demand is issued to the Bank on or before or the date of expiry of any
extension(s) thereof if this guarantee/undertaking has been extended.

138
ix) The Bank doth hereby declare that Shri ___________________ who is the ______________ (designation)
of the Bank is authorised to sign this undertaking on behalf of the Bank and to bind the Bank thereby.

Yours faithfully,

Signature:

Name:

Designation & Name of the Branch:____________________________

Dated : ______________________

139
1
2
3
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

LIST OF ANNEXURES

INDEX

Annexure. No DESCRIPTION
COMMERCIAL ANNEXURES
MASTER CHECKLIST FOR COMMERCIAL PART
ANNEXURE-I
TENDER FORWARDING LETTER
ANNEXURE-II
EXCEPTIONS AND DEVIATIONS
ANNEXURE-III
UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR
ANNEXURE-IV
DECLARATION BY THE TENDERER(S)
ANNEXURE-V
FORMAT FOR GIVING CONSENT AND BANK DETAILS ON LETTERHEAD
ANNEXURE-VI
DECLARATION OF RELATIONSHIP WITH DIRECTORS OF IOCL
ANNEXURE-VII

ANNEXURE-VIII CONFIDENTIALITY DECLARATION BY THE TENDERER(S)

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING


ANNEXURE-IX
FORM OF TENDER (FOR COMMERCIAL BID)
ANNEXURE-X
FORM OF TENDER (FOR PRICE BID)
ANNEXURE-XI
GST REGISTRATION DETAILS
ANNEXURE-XII
ANNEXURE – XIII Tax Quotation/ Declaration
TECHNICAL ANNEXURES
PROFORMA FOR FURNISHING DETAILS OF PRESENT COMMITMENTS OF THE
ANNEXURE-XIV
TENDERER
ANNEXURE-XV EXCEPTIONS AND DEVIATIONS-TECHNICAL PART
ANNEXURE-XVI PROFORMA FOR FURNISHING DETAILS OF WORK EXECUTED DURING THE LAST
FIVE YEARS
ANNEXURE-XVII INFORMATION ABOUT TENDERER
ANNEXURE-XVIII INTEGRITY PACT DOCUMENTS
ANNEXURE - XIX GROUP PREFERENCE

TENDER NO. PNP17130


Annexures 1|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
TENDER NO. PNP17…

Annexure-I
MASTER CHECKLIST FOR COMMERCIAL PART

S DETAILS REQUIRED RESPONSE OF THE TENDERER


No.
1. Name of the Tenderer M/s

2. SAP VENDOR CODE (if already allotted by IOCL)


3. Address of the Party

4. Tender Forwarding Letter Number / date


5. Name, Designation of Key Contact person (for all
tender related correspondence / queries/
communications) for this tender
6. Contract Phone
details of Key Fax
contact person Mobile
e-mail
7. Details of EMD
DD/BC/SWIFT details
8. BG CONFIRMATION STATUS N.A.
9. Validity of offer Yes
(Minimum 04 months from date of opening)
10. Whether attested copy of power of Attorney/ letter
of authorization in favour of the person signing the
contract submitted as per tender requirement
11. Whether Form of tender duly signed & submitted
For commercial Bid (page 127-128 of GCC) Annex XI
For Price bid (page 125-126 of GCC) Annex XII
12. Whether info. about tenderer furnished (as specified
in page 129 of GCC )
13. Exceptions / Deviations, if any submitted in
prescribed format (Annexure - XIV)
14. Bank account number and acceptance of e-payment
by IOCL as per Annexure VI
15. Declaration by Tenderer –commercial (Annex V)
16. Confidentiality undertaking as per Annexure VIII

TENDER NO. PNP17130


Annexures 2|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
S DETAILS REQUIRED RESPONSE OF THE TENDERER
No.
17. Declaration about Blacklisting submitted (page 122
of GCC)?
18. Whether copies of Balance Sheet (last 3 years)
submitted
19. Whether the party has submitted the declaration by
the tenderer (about IOCL directors) as per Annex VII
20. Copy of tender duly signed and submitted?
21. Blank SOR duly signed and submitted?
22. PF Code No. with copy of allotment letter
23. PAN Number
24. Details of Single Work Order and Completion
Certificate of value during the any last 5 financial
years meeting NIT criteria

25. Whether Accepts Completion time?


26. Submission of Amendment / corrigendum letter if
any issued before due date/extended due date of
opening of unpriced part of tender
27. List of directors of Company submitted?
28. GST Registration Number
29. Declaration about holiday listing Annex X
30. SOR filled as per BoQ only without any
change/modification/new condition
31. Other Points

(SIGNATURE & SEAL OF THE BIDDER)

TENDER NO. PNP17130


Annexures 3|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-II

Tender Forwarding Letter

(To be filled in by the tendering party in official letter head)

M/s Indian Oil Corporation Ltd.


Northern Region Pipelines,
Post office: Panipat Refinery, District: Panipat
Panipat-132140, Haryana

Name of Work:

Tender No:

Dear Sir,

We have gone through the complete tender document s including addendum(s)/corrigendum(s) issued and we
are hereby submitting our TECHNO Commercial offer for “_______________________
____________________________________________________________________________________” of M/S
IOCL. We have pleasure in making our Techno-commercial proposal in accordance with your bid requirements
(except deviqation as per Anmnexure-III) for your consideration.

As per Criteria for evaluation –commercial & Technical we are qualified to participate in the tender.

(Seal and Signature)

TENDER NO. PNP17130


Annexures 4|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure - III

EXCEPTIONS AND DEVIATIONS


Commercial Part

Bidder may stipulate here exceptions and deviations to Bidding Document, if considered unavoidable, separately
for technical and commercial clauses.

Bid Volume No., Chapter


Deviation proposed by
S. No. No., Page No. Clause No. Description of Clause
Bidder
of Bid Document

Note:-
1) Bidder to note that, any deviation to the tender may render the offer liable for rejection
2) Bidder to fill the above format with either “NO DEVIATION” or with clause wise deviation.
3) In case the above format is not filled, it will be presumed that there is no deviation (Either technical or
commercial). Deviation mentioned anywhere else will not be taken into cognizance

Name of bidder: _________________________________________

Signature of bidder with stamp:_________________________________________

TENDER NO. PNP17130


Annexures 5|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-IV

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

(To be submitted on Tenderer’s official letter head)

I/We hereby declare that:


a) We are committed to elimination of child labour in all its forms.

b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour in any of our
work(s) in terms of the provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and
other applicable laws.

c) We as well as our nominated sub-contractor(s) undertake to fully comply with provisions of The
Child Labour (Prohibition and Regulation) Act, 1986 and other applicable labour laws, in case the
work is awarded to us.

d) It is understood that if I/We, either before award or during execution of Contract, commit a
transgression through a violation of Article b/c above or in any other form, such as to put my/our
reliability or credibility in question, the Owner is entitled to disqualify us from the Tender process or
terminate the Contract, if already executed or exclude me/us from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Owner. Such exclusion may be for a period of 1 year to 3 years as per the
procedure prescribed in the guidelines for holiday listing of the Owner.

e) I/We accept and undertake to respect and uphold the Owner’s absolute right to resort to and
impose such exclusion.

Place: Signature of Bidder:

Date: Name of Signatory:

***************************************

TENDER NO. PNP17130


Annexures 6|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

ANNEXURE-V

DECLARATION BY THE TENDERER(S)

(To be submitted on Tenderer’s official letter head)

We _______________________ (Name of the Tenderer) hereby represent that we have fully read and
understood the tender requirements and accept all the terms and conditions of the tender ____________,
including the GCC (General Conditions of Contract) , SCC (Special Conditions of Contract), Scope of Work,
Schedule of rates (SOR) except for the ones mentioned in the Exceptions and Deviations statement as per
Annexure-III & IX. Our offer is in confirmation to all the terms and conditions of the tender. In the event of
award of contract to us, the complete tender document shall be considered for constitution of Contract
Agreement.

SIGNED FOR AND ON BEHALF OF TENDERER(S)


Name of Tenderer(s)
Seal & Signature of Tenderer :
Date : _________
PLACE:

NOTE: This declaration should be signed by the Tenderer's authorized representative who is signing the Bid.

TENDER NO. PNP17130


Annexures 7|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-VI

FORMAT FOR GIVING CONSENT AND BANK DETAILS ON LETTERHEAD

Date:
To
M/s Indian Oil Corporation Ltd.,
NRPL Panipat

Dear Sir,

We hereby agree to accept henceforth all the payment of our bills through direct credit to our below mentioned
Bank account through Internet banking.

1 Beneficiary’s Name
2 Bank Name
3 Branch Name
4 Address of the Branch
5 STD code & phone No. of Branch
6 Branch Code
7 9 Digit MICR code of Branch as
appearing on the cheque (copy of
cancelled cheque may be enclosed)*
8 Bank Account No
9 Account Type (SB/CA/CC)
10 Branch IFSC code
11 E mail Address of the Vendor
12 Mobile Telephone No. of Vendor

* Please attach a blank cancelled cheque or photocopy of a cheque issued by your bank relating to your
above account for verifying the accuracy of the 9 digit MICR code.

I/We, hereby declare that the particulars given above are correct and complete.

(Signature of authorized person with seal)

Encl: As above.

TENDER NO. PNP17130


Annexures 8|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

ANNEXURE-VII

DECLARATION OF RELATIONSHIP WITH DIRECTORS OF IOCL

The Tenderer shall declare the following information in exhaustive details:-

S No. Description Remarks


1. Whether proprietor is a Director or is related to any
Director of IOC present or retired within the past 2
years.
2. Whether any partner or member of the firm is a
Director or is related to any Director of IOC present
or retired within the last two years.
3. Whether any of the Directors of the Company is a
Director or is related to any Director of IOC present
or retired within past two years.

LIST OF DIRECTORS

The list of board of directors is available in our website at http://www.iocl.com/AboutUs/Profile.aspx

TENDER NO. PNP17130


Annexures 9|Page
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

ANNEXURE-VIII

CONFIDENTIALITY DECLARATION BY THE TENDERER(S)

(To be submitted on Tenderer’s official letter head)

Dear Sir,

We hereby acknowledge receipt/downloading of a complete set of “Bid Documents” for the Tender no.
………………………………………………... We have noted the closing date of online submission of bid as ……………hours
on …………….(date) for the bid under reference.

We guarantee that the contents of the above bid document shall be kept confidential at all times within our
organization and further that the drawings, specifications and text of said bid documents shall not be
transferred and that the said documents are to be used only for the purpose of the bid, and if for any reason we
do not submit a bid, or if our bid is not accepted, we undertake to forthwith return the bid documents and its
annexures to IOCL without retaining any copy.

We intend to bid for the subject work and furnish the following details in respect of our quoting office for all
correspondence related to this tender:

i) Complete Postal Address:


ii) Telephone Nos.:
iii) Telefax Nos.:
iv) Email ids:
v) Contact person (Name, designation):
vi) Mobile Phone No.:

Yours faithfully,

Signature of Tenderer(s)
Company’s Name:
Name:
Designation:
Date :

TENDER NO. PNP17130


Annexures 10 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-IX

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of a Proprietary Concern :


I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s.
which is submitting the accompanying Bid/Tender nor any other concern in which I am proprietor nor any
partnership firm in which I am involved as a Managing Partner have been placed on black list or holiday list
declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum &
Natural Gas), except as indicated below:
(Here give particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)

In the case of a Partnership Firm :

We hereby declare that neither we, M/s. , submitting the accompanying Bid/Tender nor any partner involved in
the management of the said firm either in his individual capacity or as proprietor or managing partner of any
firm or concern have or has been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated below :
(Here give particulars of blacklisting or holiday listing and in the absence thereof state “NIL”)

In the case of Company :

We hereby declare that we have not been placed on any holiday list or black list declared by Indian Oil
Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum and Natural Gas), except as
indicated below :
(Here give particulars of black listing or holiday listing and in the absence thereof state “NIL”)
It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd or its
Administrative Ministry, shall have the right to reject my/our bid, and if the bid has resulted in a contract, the
contract is liable to be terminated.

Place : Signature of Bidder: ________

Date :

Name of Signatory : ________________

TENDER NO. PNP17130


Annexures 11 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
Annexure-X
FORM OF TENDER
(To be filled up by the Tenderer)

For Commercial Bid


Serial No. Date:

From

To
Indian Oil Corporation Ltd.
(Pipelines Division)
Northern Region Pipelines
P.O Panipat Refinery, Baholi, Panipat

Tender No.

Dear Sirs,

Having examined the Tender Documents consisting of the Tender Notice, General Instructions to Tenderers, General
Conditions of Contract, Special Instructions to Tenderers, Special Conditions of Contract, Specifications, Plans (Exhibits
to ), Drawings (Exhibits to )Time Schedule, Form of Contract, Form of
Schedule of Rates, and Addendum(a) to the Tender Documents, and having understood the provisions of the said Tender
Documents and having thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for
in connection with the (Name of the Refinery/Project) and having conducted a thorough
study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water, material
and equipment availability, the transport and communication facilities, the availability and suitability of borrow areas, the
availability of land for right of way and temporary office accommodation and quarters and all other facilities and things
whatsoever necessary for or relative to the formulation of the tender or the performance of work, I/we hereby submit
my/our tender offer for the performance of proposed work in accordance with the terms and conditions and within the
time mentioned in the Tender Documents.

In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil Corporation Ltd., by adjustment in
the price of Tender Documents, I/We further undertake to keep my/our this tender offer open for a period of not less than
4 (four) months from the scheduled date of opening of Tenders as specified in the General Instructions to Tenderers
forming part of the Tender Documents.

I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our Directors (in the case of a
Company) was/were employed as Directors of Indian Oil Corporation Ltd., during the period of 2 (two) years immediately
preceding the date hereof OR I/We hereby declare that I/Mr. one of our partners (in the
case of partnership firm/Directors in the case of a Company) was employed as a Director in Indian Oil Corporation Ltd.,
during the period of 2 (two) years immediately preceding the date hereof and that I/Shri
have/has obtained previous permission of Indian Oil Corporation Ltd. to make this tender.
I/We have annexed to this Bid the following documents:
(i) Schedule of Rates in the prescribed form.
(ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR copy of Power
of Attorney attested by a Gazetted Officer or a Notary Public in proof of the authority of the person who has
signed the Tender.
(iii) Original Income-tax Clearance Certificate OR copy of Income-Tax Clearance Certificate duly attested by a Gazetted
Officer/Notary Public.
(iv) Information regarding tenderer in the form annexed to the Form of Tender.

TENDER NO. PNP17130


Annexures 12 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
(v) Information regarding experience of the tenderer in the performance of work of a comparable nature in the form
annexed to the Form of Tender.
(vi) Information regarding construction organization and equipment in the form annexed to the Form of Tender.
(vii) Solvency Certificate from a Nationalized/Scheduled Bank.
(viii) Set of Tender Documents, as issued duly signed.
(ix) Additional Documents as listed below.

I/We hereby undertake that the statements made herein/information given in the Annexures referred to above are true in
all respects and that in the event of any such statement or information being found to be incorrect in any particular, the
same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its inspection, original(s) of
the document(s) of which copies have been annexed hereto.

I/We confirm having deposited Earnest Money of Rs. (Rupees ) as detailed hereunder (Strike off
whichever is not applicable)

(Signature(s) of the Tenderer(s))

Name & Designation of


authorized person
signing the Tender on behalf of
the Tenderer (s)

Full Name and address of the Bidder(s)


Witness :
Signature :
Name :
Occupation :

Name & Designation of authorized


person signing the Tender on
behalf of the Tenderer (s)

Full Name and address of the Bidder(s)


Witness :
Signature :
Name :
Occupation :

TENDER NO. PNP17130


Annexures 13 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
Annexure-XI

FORM OF TENDER
(To be filled up by the Tenderer)

For Price Bid


Serial No. Date:

From

To
Indian Oil Corporation Ltd.
(Pipelines Division)
Northern Region Pipelines
P.O Panipat Refinery, Baholi, Panipat

Tender No.
Dear Sirs,

Having examined the Tender Documents consisting of the Short Tender Notice, General Instructions to Tenderers, General
Conditions of Contract, Special Instructions to Tenderers, Special Conditions of Contract, Specifications, Plans (Exhibits
to ), Drawings (Exhibits to )Time Schedule, Form of Contract, Form of
Tender, Form of Schedule of Rates, and Addendum(a) to the Tender Documents, and having understood the provisions of
the said Tender Documents and having thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the
work tendered for in connection with the (Name of the Project) and having conducted a
thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water,
material and equipment availability, the transport and communication facilities, the availability and suitability of borrow
areas, the availability of land for right of way and temporary office accommodation and quarters and all other facilities and
things whatsoever necessary for or relative to the formulation of the tender of the performance of work, I/we hereby
submit my/our tender offer for the performance of proposed work in accordance with the terms and conditions and within
the time mentioned in the Bid Documents at the rate(s) quoted by me/us in the accompanying Schedule of Rates based on
the Form of Schedule(s) of Rates included within the Tender Documents and arrived at a total contract value of USD/INR
<quoted in price bid> based on an application of the rates tendered in the accompanying Schedule(s) of Rates to the
relative quantities indicated in the Form Schedule(s) of Rates forming part of the Tender Documents.

If the work or any part thereof is awarded to me/us, I/ We undertake to perform the work in accordance with the Contract
Documents as defined in the Form of Contract forming part of the Tender Documents and accept the terms and conditions
of Contract as laid down therein and undertake within 10 (ten) days of receipt of acceptance of Tender to pay to and/or
deposit with the Accounts Officer, (Name of the Project) Indian Oil Corporation Ltd. (Pipelines Division) a sum
which together with the amount of earnest money deposited by me/us in terms hereof, shall make 2 ½% (two and one-half
percent) of total contract value as specified in the Acceptance of Tender for the purpose of security deposit, by any one or
more of the modes of payments specified in this behalf in the General Conditions of Contract, and to commence work at
each job site(s) involved within 10 (ten) days of handing over the job site or any part thereof to me/us, and to sign the
formal Contract in the terms of the form of contract forming part of Tender Documents, within 10 (ten) days of receipt of
Letter of Acceptance from and on behalf of Indian Oil Corporation Ltd., in this behalf failing which Indian Oil Corporation
Ltd., shall be at liberty, without reference to me/us and without prejudice to any of its rights or remedies, to terminate the
Contract and/or to forfeit the earnest money deposited in terms hereof.

In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil Corporation Ltd., by adjustment in
the price of Tender Documents, I/We further undertake to keep my/our this tender offer open for a period of not less than
4 (four) months from the scheduled date of opening of Tenders as specified in the General Instructions to Tenderer forming
part of the Tender Documents.

TENDER NO. PNP17130


Annexures 14 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

I/We have annexed to this Bid the following documents:

(i) Schedule of Rates in the prescribed Form.

(ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR copy of
Power of Attorney or other authority duly certified by a Gazetted Officer or a Notary Public in proof of
authority of the person who has signed the Tender.

I/We hereby undertake that the statements made herein/information given in the Annexures referred to above are true in
all respects and that in the event of any such statement or information being found to be incorrect in any particular, the
same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its inspection, original(s) of
the document(s) of which copies have been annexed hereto.

(Signature(s) of the Tenderer(s))

Name & Designation of


authorized person
signing the Tender on behalf of
the Tenderer (s)

Full Name and address of the Bidder(s)


Witness :
Signature :
Name :
Occupation :

TENDER NO. PNP17130


Annexures 15 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-XII

GST REGISTRATION DETAILS

Please provide GST details in below mentioned table

Vendor_Code Vendor_Name e-mail_ID Mobile_No. GST_Registration_No(State


Wise)
1.
2.
3.

TENDER NO. PNP17130


Annexures 16 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-XIII

Tax Quotation/ Declaration

Name of Work:
Tender No.:
E- Tender Id:
Place of Service:
Name of Bidder:
 Bidders is requested to quote as below:
GSTIN registration number

Particulars As per IOCL As per Bidder


Applicable % of GST 18%

 Kindly confirm the following: Yes or No

Whether Service Covered under Reverse Charge?[ At present


Services of GTA, Legal and Sponsorship , among others, are
covered under GST Laws]

Whether the bidder is exempted from registration under GST


(Turnover of less than Rs 20 Lacs/ 10 Lacs in case of special
category States)

Whether Bidder is under Composition Scheme as defined under


section 10 of CGST Act, 2017? [[Please note that
Composition Scheme is available only for Restaurant and
Outdoor Catering Services]

Note: In case the bidder seeks any deviation w.r.t. category of service, Service Accounting Code (SAC) and
GST rate as pre-determined by IOCL, Bidder should provide the details with proper justification
separately in their company letter head.

TENDER NO. PNP17130


Annexures 17 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-XIV

PROFORMA FOR FURNISHING DETAILS OF


PRESENT COMMITMENTS OF THE TENDERER
(to be duly certified by charted accountant with his stamp and signature)

TENDERER TO FURNISH INFORMATION STRICTLY AS PER THIS PROFORMA

Client’s Name &


Total % age
Address Name of Type of Scheduled Expected
Name of value of Date of Completi
Officer-in-Charge Work being Completion in Date of
the Project Project LOA on as on
with Tel. No. Fax performed Months Completion
(Rs.) Date
No. & E-mail
1 2 3 4 5 6 7 8

Documentary Proof of the above information is enclosed

(SEAL & SIGNATURE OF THE TENDERER)

TENDER NO. PNP17130


Annexures 18 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
Annexure - XV

EXCEPTIONS AND DEVIATIONS –Technical Part

Bidder may stipulate here exceptions and deviations to Bidding Document, if considered unavoidable, separately
for technical and commercial clauses.

Bid Volume No., Chapter


Deviation proposed by
S. No. No., Page No. Clause No. Description of Clause
Bidder
of Bid Document

Note:-
1) Bidder to note that, any deviation to the tender may render the offer liable for rejection
2) Bidder to fill the above format with either “NO DEVIATION” or with clause wise deviation.
3) In case the above format is not filled, it will be presumed that there is no deviation (Either technical or
commercial). Deviation mentioned anywhere else will not be taken into cognizance

Name of bidder: _________________________________________

Signature of bidder with stamp:_________________________________________

TENDER NO. PNP17130


Annexures 19 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
Annexure-XVI

PROFORMA FOR FURNISHING DETAILS OF WORK EXECUTED DURING THE LAST FIVE YEARS

TENDERER TO FURNISH INFORMATION STRICTLY AS PER THIS PROFORMA

Client’s Name & Total Duration of Contract


Name Address Name of Type of value of in Months Project Project
Date
of the Officer-in-Charge Work being Project Schedule Actual Start Completion
of
Project with Tel. No. Fax performed LOA Date Date
No. & E-mail (Rs.)
1 2 3 4 5 6 7 8 9

Documentary Proof of the above information is enclosed

TENDER NO. PNP17130


Annexures 20 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

ANNEXURE - XVII
INFORMATION ABOUT TENDERER
(To be furnished with Tender)
1. In case of Individual
1.1 Name of Business :
1.2 Whether his business is registered :
1.3 Date of Commencement of business :
1.4 Whether he pays Income Tax over `10,000/- per year :
1.5 Whether he is a Director or is related to any Director of IOC present or retired within the past 2 years :
1.6 Permanent Account Number :
1.7 What are his profits/losses for the past 3 (three) years with a copy of Balance Sheet and Profit & Loss Account for the
past 3 (three) years with a copy of the audited balance sheets and Profit & Loss account for the past 3 (three) years:
1.8 What are his concurrent job commitments :
1.9 How does he propose to finance the work if awarded to him :
2. In case of Partnership
2.1 Name of Partners :
2.2 Whether the partnership is registered :
2.3 Date of establishment of firm :
2.4 If each of the partner of the firm pays Income tax over `10,000/- a year and if not, which of them pays the same :
2.5 Whether any partner of the firm is a Director or is related to any Director of IOC, present or retired within the past 2
years.
2.6 Permanent Account Number :
2.7 What are the firm’s profits/losses for the past 3 (three) years with a copy of Balance Sheet and Profit & Loss Account
for the past 3 (three) years :
2.8 What are the firm’s concurrent job commitments :
2.9 How does the firm propose to finance the work if awarded to him:
3. In case of Limited Company or Company Limited by Guarantees :
3.1 Amount of paid up capital :
3.2 Name of Directors :
3.3 Date of Registration of Company :
3.4 Copies of the Balance Sheet of the company of the last two years:
3.5 Whether any of the Directors of the Company is a Director or is related to any Director of IOC, present or within the
past 2 years;
3.6 Permanent Account Number
3.7 What are the Company’s profits/losses for the past 3 (three) years with a copy of the audited Balance Sheet for the
past 3 (three) years :
3.8 What are the company’s concurrent job commitments:
3.9 How does the Company propose to finance the work if awarded to it:

Signature of Tenderer
Name & Address of the Tenderer

TENDER NO. PNP17130


Annexures 21 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
Annexure - XVIII

INTEGRITY PACT DOCUMENTS


Covering Letter with each tender on IOCL Letter Head

Ref : Dated:

To,

Sub: Tender no. PNP17130 for Maintenance Inspection and Up-Keeping of cross-country pipeline – Pipeline Right of Way,
SV Stations and Cathodic Protection system of NRPL (Groups A, B, C and D)

Dear Sir

Declaration by Indian Oil Corporation Limited


th
IndianOil Corporation Limited (IOCL) hereby declares that IOCL has signed an MOU dated 18 January 2008 with
Transparency International India for the adoption of the Integrity Pact Program and stands committed to following the
principles of transparency, equity and competitiveness in public procurement. The said MOU can be accessed at the IOCL
website i.e.
http://www.iocl.com/Aboutus/DraftMOU.pdf

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the Integrity
Agreement, which is an integral part of tender documents, failing which the tenderer / bidder will stand disqualified from
the tendering process and the bid of the bidder would be summarily rejected.

Yours Sincerely,

For and on behalf of IndianOil Corporation Limited

(Authorized Signatory)

TENDER NO. PNP17130


Annexures 22 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat
Annexure – XVIII A

COVERING LETTER REQUIRED TO BE SIGNED AND SUBMITTED BY THE TENDERER

(On Bidder’s Letter head)

Ref : Dated:

To

IndianOil Corporation Limited

-------------------------------------------------

Sub: Submission of Offer for Tender no. PNP17130 for Maintenance Inspection and Up-Keeping of cross-country
pipeline – Pipeline Right of Way, SV Stations and Cathodic Protection system of NRPL (Groups A, B, C and D)

Dear Sir

The Bidder acknowledges that Indian Oil Corporation Limited (IOCL) has signed the MOU with Transparency
International India for the adoption of the Integrity Pact Program and stands committed to following the principles
thereof as enumerated in the Integrity Agreement enclosed with the tender document.

The Bidder agrees that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder
will sign the enclosed Integrity Agreement, which is an integral part of tender documents, failing which the tenderer
will stand disqualified from the tendering process. The Bidder acknowledges that the Bid would be kept open in its
original form without variation or modification for a period of ________ days (state the number of days from the last
date for the receipt of tenders stated in the NIT) AND THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

Bidder confirms acceptance and compliance with the Integrity Agreement in letter and spirit and further agrees that
execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into
existence when bid is finally accepted by IOCL. The Bidder acknowledges and accepts the duration of the Integrity
Agreement, which shall be in line with Article 8 of the enclosed Integrity Agreement.

Bidder acknowledges that in the event of Bidder’s failure to sign and accept the Integrity Agreement, while
submitting the Bid, IOCL shall have unqualified, absolute and unfettered right to disqualify the tenderer and reject
the Bid in accordance with the terms and conditions of the tender.

Yours Sincerely,

(Duly authorized Signatory of the Bidder)

(Note - One copy of this letter along with the Integrity Agreement duly signed must be returned along with offer).

TENDER NO. PNP17130


Annexures 23 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure-XVIII B

To be executed by the tenderer on plain paper and submitted along with Technical Bid /Tender
documents.
To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf of
IOCL.

(IOCL Pipelines Division)

Tender no. :

INTEGRITY AGREEMENT
This Integrity Agreement is made at __________ on this ______ day of ______ 20__

BETWEEN

Indian Oil Corporation Limited, a company duly incorporated and validly existing under the provisions of Companies
Act, 1956 and having its registered office at Indian Oil Bhavan, 9, Ali Yavar Jung Marg, Bandra (East), Mumbai 400051
(hereinafter referred as the ‘Principal/Owner’, which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)

And

___________________________ (name and address of the Individual/firm/Company/consortium members through


_____(mention details of duly authorized signatory) hereinafter referred to as the “Bidder/Contractor” and which
expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns.
Preamble

WHEREAS the Principal/Owner has floated a tender (Tender No.: ) (hereinafter referred to as “Tender”) and intends to
award, under laid down organizational procedures, contract/s purchase order/work order for …………..(name of
contract/order) or items covered under the tender hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed Independent External Monitors
(IEM), to monitor the Tender process and the execution of the Contract for compliance with the principles as laid down
in this Agreement.

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement
(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral
part and parcel of the Tender documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and
this Pact witnesseth as under:

Article 1: Commitment of the Principal/Owner

1. The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the
following principles:

TENDER NO. PNP17130


Annexures 24 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

a) No employee of the Principal/ Owner, personally or through any of his/her family members, will, in connection with
the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.
b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner
will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential I additional information through which the Bidder(s) could obtain an advantage
in relation to the Tender process or the Contract execution.

c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose conduct in the past has
been of biased nature.

d) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under
the Indian Penal Code (IPC) /Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein
mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance
Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2-Commitments of the Bidder(s)/Contractor(s)

1. The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the Tender process and during the Contract
execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the
Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any
kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding,
whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding
process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contractor(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to
others, any information or document provided by the Principal/Owner as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder(S)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in
India, if any. Similarly Bidder(S)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign
agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal
directly could bid in a tender but not both. Further, in cases where an agent participates in a tender on behalf of one
manufacturer, he would not be allowed to quote on behalf of another manufacturer along with the first
manufacturer in a subsequent/ parallel tender for the same item. Copy of CVC guidelines dated 21/4/2004 is
annexed hereto as Annexure A.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma enclosed) any
and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the Contract.

2. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to

TENDER NO. PNP17130


Annexures 25 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

such offences.

Article 3: Disqualification from Tender Process and exclusion from future contracts

1. If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression
through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question,
the Principal/Owner is entitled to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate the
Contract, if already executed or exclude the Bidder/ Contractor from future contract award processes. The
imposition and duration of the exclusion will be determined by the severity of transgression and determined by
the Principal/Owner. Such exclusion may be for a period of 1 year to 3 years as per the procedure prescribed in the
guidelines for holiday listing of the Principal/Owner.
2. The Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right to
resort to and impose such exclusion.
3. Apart from the above, the Principal/Owner may take action for banning of business dealings/holiday listing of the
Bidder/Contractor as deemed fit by the Principal/Owner.

Article 4-Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established
policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity
Pact by the Bidder(/Contractor(s):

1) Forfeiture of EMD/Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from the Tender process
prior to the award of the Contract or terminated the Contract or has accrued the right to terminate the Contract
according to Article 3, the Principal/Owner apart from exercising any legal rights that may have accrued to the
Principal/Owner, may in its considered opinion forfeit the Earnest Money Deposit/ Bid-Security amount of the
Bidder/Contractor.
2) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee
or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of PC
Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to
the Chief Vigilance Officer.

Article 5- Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company in any
country confirming to the anti-corruption approach or with any other Public Sector Enterprise in India that could
justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can
be taken for banning of business dealings/ holiday listing of the Bidder/ Contractor as deemed fit by the Principal/
Owner.
3) If the Bidder/Contractor can prove that he has resorted \recouped the damage caused by him and has installed a
suitable corruption prevention system, the Principal/Owner may, at its own discretion as per laid down
organizational procedures, revoke the exclusion prematurely.

Article 6- Equal Treatment of all Bidders/Contractors/Subcontractors:

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this
Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this
agreement/Pact by any of its Sub-contractors,/ sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the Principal/Owner
and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender

TENDER NO. PNP17130


Annexures 26 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

process.

Article 7-Independent External Monitor (IEM) :

1) The Principal/Owner has appointed competent and credible Independent External Monitor(s) (IEM) for this Pact. The
task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with
the obligations under this Pact.
2) The IEM is not subject to instructions by the representatives of the parties and performs his functions neutrally and
independently. He reports to the Chairman, Indian Oil Corporation Limited.
3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access, without restriction, to all Project
documentation of the Principal/Owner including that provided by the Contractor. The Contractor will also grant the
IEM, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his or any of
his Sub-Contractor’s project documentation. . The IEM is under contractual obligation to treat the information and
documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
4) In case of tenders having estimated value of Rs 150 Crores or more, the Principal/Owner will provide to the IEM
sufficient information about all the meetings among the parties related to the Project and shall keep the IEM
apprised of all the developments in the Tender Process.
5) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will so inform the Management of the
Principal/Owner and request the Management to discontinue or take corrective action, or to take other relevant
action. The IEM can in this regard submit non-binding recommendations. Beyond this, the IEM has no right to
demand from the parties that they act in a specific manner, refrain from action or tolerate action.
6) The IEM will submit a written report to the Chairman, Indian Oil Corporation Limited within 6 to 8 weeks from the
date of reference or intimation to him by the Principal/Owner and, should the occasion arise, submit proposals for
correcting problematic situations.
7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a substantiated suspicion of an offence under the
relevant IPC/PC Act, and the Chairman, IOCL has not, within reasonable time take visible action to proceed against such
offence or reported it to the Chief Vigilance Officer, the IEM may also transmit the information directly to the Central
Vigilance Commissioner.

8) The word “IEM” would include both singular and plural.

Article 8- Duration of the Pact:

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the
completion of work under the Contract or till the continuation of defect liability period, whichever is more and for all
other Bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of
this Pact as specified above, unless it is discharged/determined by the Chairman, IOCL.

Article 9-Other Provisions:

1) This Pact is subject to Indian law, place of performance and jurisdiction is the Head Office/Headquarters of the
Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners and consortium
members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this
case, the parties will strive to come to an agreement to their original intentions.
5) Any dispute or difference arising between the parties with regard to the terms of this Agreement/Pact, any action
taken by the Owner/Principal in accordance with this Agreement/ Pact or interpretation thereof shall not be subject
to arbitration.

TENDER NO. PNP17130


Annexures 27 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Article 10- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging
to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to
such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Pact will have
precedence over the Tender/Contract documents with regard any of the provisions covered under this Pact.

IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date first above mentioned in
the presence of following witnesses:

______________________________
(For and on behalf of Principal/Owner)

_______________________________
(For and on behalf of Bidder/Contractor)

WITNESSES:
1.

(Signature, name and address)

2.
(Signature, name and address)

TENDER NO. PNP17130


Annexures 28 | P a g e
Indian Oil Corporation Limited,
(Pipelines Division)
Northern Region Pipelines, Panipat

Annexure XIX

YOUR PREFERENCE OF GROUPS IN WHICH YOUR OFFER NEEDS TO BE EVALUATED

Preference for Group Group


1st Preference
2nd Preference

3rd Preference

4th Preference

TENDER NO. PNP17130


Annexures 29 | P a g e
Validate Print Help Percentage BoQ
E )
Tender Inviting Authority: Chief Technical services Manager, IndianOil Corporation Limited, Northern Region Pipeline, P.O. Panipat Refinery Baholi, Panipat 132140

E R
Name of Work: Maintenance, Inspection and Up-keeping of cross-country pipeline - Pipeline Right of Way, SV Stations and Cathodic Protection system of NRPL
Group A : Panipat (Stations : Panipat, Ambala, Roorkee, Najibabad)

E H
Contract No: PNP17130A
PREAMBLE OF SCHEDULE OF RATES
I C
PR
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.

Schedule of Rates.
T E
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

3. The description given under the items of work in the Schedule of Rates shall be deemed to include, wherever applicable, mobilization, labour, equipment, materials, carriage,

full and entire execution and completion of the relative works in all respects according to the contract.
U O
cartage, hoisting, setting, fitting and fixing in position of all materials and equipment, and all other labours and operations necessary whether specifically stated/implied or not, for the

documents for the execution of the works in accordance therewith and the instructions of the Engineer-in-Charge.
5. The rates quoted shall be inclusive of all taxes and duties excluding GST.
T Q
4. The description given under the items of work in the Schedule of Rates shall be deemed to include the relative provisions in the Specifications, Drawings and other contract

6. No overwriting/ cutting/ use of white fluid are allowed in the SOR.

N O
7. 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 work appearing in the Schedule of
Rates.
UNITS - As defined

D O
Bidder
Name : S E
NUMBER #
E A PRICE SCHEDULE
TEXT # TEXT # NUMBER

L
Sl.
No. (P Item Description Units Estimated Rate

O R
S
E D
I C
1
P R 2 5 6
10

UN Maint., Insp. & Up-Keeping - Panipat 0.0000


10.001 Part-I Repair, Maintenance, supervision, monitoring of Pipelines/ROW It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
MON

E )
276446.3600

maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0
(Scope of Works) of Special Conditions of Contract (SCC)
R
HE
10.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete EA 1171.0900
in mix 1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos.
10mm dia. main bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of
E
size 2" X 2", on top face writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia.
C
hard murrum/ soft rock and embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X
RI
dowel bars. "Transporting precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including

P
400mm, supplying & inserting 2 (Two)Nos. dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer
and two coats of synthetic enamel paint of approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated

E
earth after refilling, etc. all complete in every respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

10.003
O T
Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification, 0.0000

U
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes

Q
supply cost of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are

10.004 Warning Sign Board


T
required for complete work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>

O EA 7143.5400

10.005 Direction Marker/Turning Point Marker N EA 6664.7100

10.006 Kilometer Marker


D O EA 7631.1700

10.007 Danger marker


S E EA 6436.7900

10.008 OFC Marker

E A EA 6700.8600

10.009 Crossing marker


L EA 6674.2100

(P
O R
S
E D
I C
P R
UN
10.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm
top/side/rear/front & 5 mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal
EA

E )
25700.4600

plate, brass terminal bolts, neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-
99900-404-603-00 : STD-483). The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS
hard pipe for cable entry through foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside
ER
TLP box, jointing the cables to pipe (using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.),
back filling the trenches, cleaning the site, applying epoxy paint / powder coating etc. The work also includes supply, installation, laying &
termination of all XLPE, Cu cables of required length (as per site conditions) and size, lugs etc. The work includes supply and fixing of a non- E H
I C
corrosive name plate containing the details like KM location, identification, TLP No., direction of flow, connection scheme, type etc., on the side of

PR
the TLP box, etc. The name plate shall also include the details of corrosion coupon wherever installed, all as per the direction and specification
detailed in the document complete with tools, tackles & other necessary requirement. The work complete in all respects including all materials,
tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site Engineer/Engineer-In-Charge.

Measurment)
T E
TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter & pushbutton for PSP

10.011
U O
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the
newvandal Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and
EA 6631.7700

10.012 Q
supply of proper size of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.

T
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as
perdirection. The oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of
0.0000

N O
25x25x5mm on all four sides. The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat
of synthetic enamel paint over a coat primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of
IOCmonogram etc., complete. Each board's upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block

D O
ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4 stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block,
painting,lettering, tools & tackles etc., complete as per direction of SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

10.013 Sign Board of size 3 Feet x 2 Feet


S E EA 6920.7100

10.014 Sign Board of size 4 Feet x 3 Feet

E A EA 9859.2100

10.015
L
Painting of sign boards of all sizes "Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000

(P
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-
Charge. </>

OR
10.016 Warning Sign Boards EA 619.5800

10.017 Boundary Pillars


S EA 114.2100

ED
10.018 Kilometer Posts EA 619.5800

10.019

I C
Turning Points/ Crossing Markers/ Direct EA 619.5800

10.02

P R
Vent & Drain Pipes EA 481.9500

10.021

UN
Danger Markers EA 551.5400
10.022 Test Lead Points (TLPs) including cleani EA

E )
619.5800

10.023 "Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth
all complete as per directions of Site Engineer/Engineer-in-Charge. "
CUM
R 333.3100

HE
10.024 "Repair & Painting two coats of any shade on steel surfaces, TR unitboxes, Energy Meter Boxes, Junction boxes etc. with synthetic enamelpaint SQM 400.9100
of approved make and brand including smoothening and surfacepreparation by sand paper etc., complete inclusive of material, labour,tools &

CE
tackles as directed by Site Engineer/ Engineer-in-Charge "
10.025 "Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI SQM 689.5800

complete as directed by Site Engineer/Engineer-in-Charge. "


RI
wire (8 SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc

10.026
asdirected by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc." P
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores SQM 133.6400

TE
10.027 "Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at CUM 6213.7200
otherplaces as per specification or as directed by Site Engineer/Engineer-in-Charge "
10.028

U O
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy
primer andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP
SQM 433.8300

T Q
stationsalong ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying
timementioned by manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to
siteand any other work required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

10.029 MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)


N O 0.0000

10.03

D O
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber
Sealingand nails etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with
SQM 1137.5900

10.031
thescope of the Contractor "
S E
goodquality glass putty, nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in

Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water SQM 76.4000

E A
proofing pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith
minimum two or more coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying

L
the paint to the surface and watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated

10.032 ROW WASHOUT RESTORATION WORKS (For items below)


(P
transportation required for completing the jobs inall respects.
0.0000

10.033
O R
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 CUM 423.4100

S
cms in depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at
washout sites along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced

10.034
from "

E D
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled EA 94.9600

I C
with ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-
In-Charge at washout sites along the pipeline "
10.035

P R
The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled
cement bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline
EA 27.4300

10.036

UN
"Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM 2767.7100
10.037 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L CUM
ROWas per requirement as per instructions of EIC
E )
3459.3800

10.038 "Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage
thickness including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and
pointing complete as per instruction of Site Engineer/Engineer-in-Charge."
SQM

E R 968.4500

10.039

10.04
"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)

The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil.
E H
CUM
0.0000

337.3100

I C
PR
10.041 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6900

10.042 "The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone CUM 7767.4500

supply ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "
T E
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation,

10.043
U O
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering
and huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of
CUM 8095.4600

10.044
work and directions of EIC "

T Q
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing
inposition and binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
KG 93.9700

10.045
N O
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in
propershape and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the
SQM 297.1900

10.046
dumpingground within meter lead"

D O
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.3500

10.047
S E
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour
,disposal of rubbish etc. (Minimum capacity of Pump 3 HP). "
H 222.1800

10.048
A
"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)

E
0.0000

10.049
L
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper EA 270.2700

(P
drum shifted to site and back to owners premises.
10.05 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H 1352.3500

O R
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up
to the satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "

10.051
S
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range of in all respcet as per diurection of Site engineer EA 0.0000

10.052 0-50 KM
E D CUM 555.9500

C
RI
10.053 50-100 KM CUM 1111.9000

10.054

10.055
N P
100-150KM

"Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. "
CUM

CUM
1667.8500

471.4100

U
E)
10.056 "REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)" 0.0000

10.057 Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. CUM 298.7700
The job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.

E R
10.058 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra
quantityof aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job
includessupply of all labour, equipments etc.
E
CUM
H 2591.0400

10.059
I C
"Supply and spreading approved II class brick of 311 thickness in cabletranch for cable protection including all labour andmaterial complete as per SQM 936.4500

10.06
110 mm x 80 mm. "
Providing sand by forming bed P R
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x

CUM 1256.7200

10.061
T E
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools M 2304.5300

10.062
etc as per direction of EIC/ site engineer "
O
"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas
directed where necessary and curing with water excluding cost ofcentering and shuttering.
U
0.0000

10.063

10.064
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size)

1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size) T Q CUM

CUM
6074.6900

6755.0000

10.065 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size)


N O CUM 6894.2700

10.066 1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)

D O CUM 7230.0400

10.067

S E
"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in
all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"
0.0000

10.068 1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size

E A CUM 8095.4500

10.069
L
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

10.07
(P
Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000

(For items below)


O R
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing)

10.071
S
1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

ED
10.072 "1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM 8669.7400

10.073

I C
Demolishing concrete structure and disposal of material within 50 metreslead. CUM 2705.2100

10.074

10.075 P R
Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)

Foundations, Footings, Bases for columns SQM


0.0000

608.0800

UN
10.076 Suspended floors, roofs, landings, balconies and access platform SQM

E )
513.6200

10.077 Lintels, beams, plinth beams, girders and cantilevers SQM


R 608.0800

HE
10.078 Columns, Pillars, Piers, Abutments, Posts and Struts SQM 608.0800

10.079 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"

C E CUM 2028.5300

10.08
Job includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
RI
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. M 743.2200

10.081

E P
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.
SQM 293.6200

10.082
O T
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:6 (I Cement: 6 Coarse Sand) CUM 6326.0800

QU
10.083 "Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in M 270.2700
conduits, n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc.

T
as required other than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer
including cost of ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left
O
over cable drum to ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the

N
cable inside the TLP oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials,
etc. (Cable sizes up to 35 sq. mm single core PVC armoured aluminium/ copperconductor cables) . "

10.084
D O
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm M 377.5600

S E
from the ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on
top of that with second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of
owner supplied ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating

E A
the respective length of anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside
the pipe provided for boxes) on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "

L
10.085
(P
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade
PVCinsulated steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing
0.0000

O R
kits of reputed make M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable
compound etc. Job complete in all respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials,

10.086 S
labour, equipment, services etc. for items below:</>
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA 1604.1300

10.087
E D
"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial EA 3341.8800

I C
anode head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of
site engineer/ EIC. (Unit ""EA"" shall mean ""Per Joint""). "
10.088
R
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make

P
0.0000

10.089

UN
Copper Cable size 1cx50 sq. mm Armoured M 169.2500
10.09 Copper Cable size 1cx35 sq. mm Armoured M

E )234.8500

10.091 Copper Cable size 1cx25 sq.mm Armoured M


R 313.1300

HE
10.092 Copper Cable size 2cx6 sq.mm Armoured M 443.7600

10.093 Copper Cable size 2cx25 sq.mm Armoured

C E M 496.1200

10.094 Copper Cable size 2cx70 sq.mm Armoured

RI M 587.5800

10.095
transportation to site, labour etc P
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials, CUM 1027.8100

TE
10.096 Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site 0.0000
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"
10.097

10.098
Coke Breeze (4-10mm size)

Bentonite Powder
U O KG

KG
83.0500

12.6900

10.099 Salt
T Q KG 12.6900

10.1

10.101
Charcoal

Gypsum N O KG

KG
51.8600

12.6900

10.102
D O
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles EA 3265.8800

10.103
etc. Rate is on basis of per Bed"

S E
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm
MS thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B
EA 35185.2000

E A
class) of 2 mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries
with a base plate welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe,

L
complete in every respect as per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the

(P
respective length of anode cable on Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB)
enrouting the cable through inside of theAJB box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials

10.104 R
etc with the foundation as (for items below)"

O
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm EA 5225.4200

10.105
nominalsize) "
S
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

10.106
E D
"Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor EA 6531.7700

I C
7/16 uage PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass
nuts/bolts, washer lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate,

P R
copper/brass nut bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if
required the uprooting of TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the

UN
cost of 16sqmm multi strand or 7/16gauage PVC insulated flexible copper cable "
E)
10.107 Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams 0.0000
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron
DFT including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the
cost of all materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and
directions of Engineer-in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)
E R
10.108 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts
E TO H 117571.8500

10.109 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items
I C TO 117571.8500

10.11 Members fabricated from square, round of all size tubular sections.
P R TO 124103.6200

TE
10.111 "Welding, erection, fabrication of IOC supplied steel structure. " TO 42240.6200

10.112

U O
"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring
,extending the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof
flooring after the job , checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials
EA 958.1800

10.113
Q
and tools etc. (Cost of 10 sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

T
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if EA 958.1800

N O
required at different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter
restoration of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only
O
excavation & backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

D
S E
E A
L
(P
O R
S
E D
I C
P R
UN
10.114 "Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode EA
to be constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and
E )
16504.8900

commissioning of earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of
50mm nominal diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as
per the provided drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes
ER
drilling holes for providing perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI
pipe at distance of 1.2m, 1.8m ,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled
up with well mixedalternating layers of charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this E H
I C
item is inclusive of excavation, disposal of excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and

PR
associated items to site, labour etc. as per theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode
Connector GI plate) as per IS: 3043standard and drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm
and shall be welded to the GI pipeof 50mm internal diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized

T E
Coating Thickness of 100 microns.Provision of 04 nos (two on each half) holes shall be made on theconnector GI plate so as to receive receive
50 mm long 13 mm bolt, nutand double G.I. washer screwing system. Please note that this item isinclusive of excavation, disposal of excavated

U O
soil, backfilling ,associated earthwork complete with transportation of all materials andassociated items to site, labour etc. as per the instructions
of siteengineer/ EIC. Providing earthing inspection chamber with PCC of mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand:
4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx 650mm, wall thickness of 125mm and height of 600mm (Out of

T Q
which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel, while the remaining 500mm of PCC portion of Inspection
Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover of dimension 750mm x 750mm x 4mm thick. The
C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with 01 coat of Red Oxide Primer and 02 Coats
ofEnamel Paint (Black) on both the top "

N O
10.115

D O
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the
existinganode bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper
EA 4224.0700

10.116
the instruction of site engineer/ EIC.

S E
"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales
,dust, mud etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand
EA 3265.8800

10.117
A
paper,brushes, cloths, labour, tools etc. as per the instructions of the siteengineer/ EIC. "

E
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at EA 4877.2400

L
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
10.118
(P
Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"
0.0000

OR
10.119 "(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site EA 6140.4200
Engineer/ Engineer-in-Charge. "
10.12
S
"(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire
through proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination.
EA 6488.6000

E D
Excluding the cost of 6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site
Engineer/ Engineer-in-Charge "
10.121

I C
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper
Cad elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline.
EA 4834.0700

P R
The job is also inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be
carried out to the complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
10.122

UN
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of
xcavation/ auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour
etc. "
EA 4224.0700
10.123 "Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA

E )
7360.4200

10.124 "Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA
R 2264.5300

HE
10.125 "Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double 0.0000
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium

E
lugs, rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to
the quipment terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost
C
of all lugs. Cost of Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"

RI
10.126 2 Core Cable (Up to and including 25 sq.mm)
P EA 1306.3600

TE
10.127 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

10.128

10.129
Double compression heavy duty flame proof brass cable gland

U O
Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable
EA 1567.6300

0.0000

T Q
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings,
pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in
brackets including lower and upper size limits inrespective categories. (For items below)"
10.13

10.131
"1 Core Cable (up to and including 70 sq.mm) "

2 Core Cable (up to and sq. mm) N O EA

EA
1659.1300

2051.0300

10.132 3/ 3.5/ 4 Core Cable (up to and including 16 mm2)


D O EA 1301.7600

10.133 3/ 3.5/ 4 Core Cable (25-50 sq.mm)


S E EA 1497.9900

10.134

E A
Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing
0.0000

L
trench/RCC or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also

(P
includesfixing of saddles, aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening
,dressing of cable and returning the empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings,

10.135 Up to 10 Sq.mm R
specifications and directions of the Engineer-in-charge. (For items below)

O EA 177.2500

10.136 16-35 Sq.mm S EA 273.2700

10.137
E D
"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/ 0.0000

I C
types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled
up cable drums to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to

P R
stores/another site, etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as
perdirections of the Engineer-in- Charge (For items below)
10.138

UN
Up to 10 Sq.mm EA 74.5500
10.139 16-35 Sq.mm EA

E )
101.9700

10.14 "Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site
Engineer. "
EA

E R 477.9400

10.141 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. EA
10 nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through
cables including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of E H 16408.2500

I C
backfill aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by

PR
theContractor (Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5)
Aftercompletion of this job, energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost&
expenses. (6) All petty items required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the

T E
Contractor. (7) The Owner supplied materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is
complete, the Owner supplied material shall be returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour

per the direction of Engineer-in-Charge/ SiteEngineer. (Unit ""EA"" shall mean ""Per Anode"") "
U O
cost, transportation of materials, cosumables etc.shall be included in the rates & shall be borne by the Contractor. Thejob shall be completed as

10.142

T Q
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft
from the earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the
excavated Anodes back to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as
EA 6836.7700

10.143
per theinstructions of Site Engineer/ EIC.disconnecting the Anodesfrom their "

N O
"COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 14"to 30") with owner supplied coating material including tools
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
SQM 1640.6300

10.144 OPERATION OF MOSRU/ DG SET (For items below) :

D O 0.0000

10.145

10.146
S E
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H

"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll KM
793.3000

27.8600

10.147
tax & octoroi and goverment charges. "

E A
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900

L
10.148
(P
DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below) 0.0000

OR
10.149 SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at SQM 14.4600
intended site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m

10.15
S
and lift upto 1.5 m - All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :- CUM 581.9800

E D
Earth Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm
on plan) by mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard

I C
practice, disposal and storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per
site requirement. This job shall also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for

P R
protection of Gas Pipeline & OFC cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil
Labour for manual excavation after certain depth, 3) Site Supervisor- 1 No

UN
10.151 "EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for CUM
all type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by
E )
681.0600

mechanical means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal
and storing of excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement.
This job shall also include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation
E R
work for protection of Gas Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location :
1) JCB-MODEL 4DX-1 no in continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain
depth, 3) Site Supervisor - 1no" E H
10.152
I
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic /
C CUM 1061.4400

PR
Pneumatic Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per
instruction of EIC and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom
surface of the pipe. Site supervision & resource to be eployed as per direction of EIC

TE
10.153 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) CUM 198.1900
removed during excavation of trench (stored within 50 m radius of the excavated trench).
10.154

10.155
Other associated Earth Work related activities

U O
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete CUM
0.0000

331.2900

10.156
manpower, tools whatsoever required for the job.
T Q
including loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries,

Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated CUM 452.8800

10.157
N O
trench) by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means,
manpower whatsoever required."
CUM 466.3800

10.158

D O
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower,
whatsoever for making Road Diversion as per job requirement and as per IOCL's requirement."
CUM 168.9000

10.159

S E
"Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed
by Engineer-in-charge"
EA 41.8400

10.16
A
PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):

E
0.0000

10.161
L
Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, SQM 58.8000

(P
propping etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around
inner side of excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre

O R
to centre, horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should
be connected with nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by

S
MS binding wire. The scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the
workmen etc., complete as per directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the

E D
requirement of the same. This shall also include, transportation, material handling equipment, manpower, tools whatsoever requied for the job
and duration of installed structure in the trenach, shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area

C
of the scaffolding shall be measured for payment purpose.

I
10.162

P R
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as
per job requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench.
SQM 109.6000

UN
Measurement of this SOR, shall be as per surface Ground area covered at actual by erectred shed"
10.163 PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC CUM
1:2:4 (1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire
E )
6213.7200

10.164
charges, supply of all materials, shuttering etc as per requirement.
Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM
E R 452.4900

10.165

10.166
<H>Coating Job: refurbishment of old coating (for items below)</>

Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface SQM
E H 0.0000

290.6000
is to be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with
I C
PR
portable power grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of
the pipe surface.
10.167 Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / SQM 10034.4100

T E
RAYCHEM equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer
specification. This shall be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after

10.168
acceptance in holiday test. Also Match stick wherever is required for minor difects
O
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement &
U
at IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the
0.0000

T Q
first Eight hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of
deployment and availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will
be inclusive of Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for

N O
intended operational at site); Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond
Eight (8) hours, shall be paid extra as additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for
deployment of any sort of following services for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

10.169
D O
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump H 3435.8000

10.17
S E
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation
charges, Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site
H 2433.8800

10.171
E A
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including H 4864.7100

L
mobilisation and demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
10.172
(P
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area H 486.4800

OR
10.173 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 H 2587.9200
Rigger with Technician Tool boxes for size upto 32 mm
10.174
S
Repair of shorted casing (For items below) 0.0000

10.175

E D
Excavation & backfilling. CUM 758.8900

10.176

I C
Padding with soft soil CUM 1189.6500

10.177

P R
Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope
of work for detail
IN 218.5600

10.178

UN
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail H 1147.4400
E)
10.179 Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM 24.4300

10.18

10.181
Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail

Supply & installation of casing end seal as per technical specification (For items below
EA

E R 4569.3800

0.0000

10.182 End seal for carrier pipe having size 18" & casing having size 24".
E EA H 37881.6500

10.183 End seal for carrier pipe having size 16" & casing having size 22"
I C EA 36990.3100

10.184 End seal for carrier pipe having size 14" & casing having size 20"
P R EA 39689.0700

10.185 End seal for carrier pipe having size 12" & casing having size 18"
T E EA 34019.2100

10.186 End seal for carrier pipe having size 10" & casing having size 16"
U O EA 28349.3300

10.187

10.188
equivalent to 24 hrs. Please refer scope of work for detail
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail T Q
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be H

H
17046.7400

9218.9600

10.189
N O
Earth work in excavation in all kinds of soil except hard rock requiring blasting for foundation trenches, upto any depth including trimming of sides EA
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
0.0000

D O
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

10.19 a) Depth upto 1.5 m (measured from original ground level)


E
respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer.

S CUM 223.6600

10.191 b) Depth between 1.5 m to 5 m


E A CUM 289.3800

L
10.192 Burst Site
(P EA 0.0000

OR
10.193 Mobilization & De-mobilization EA 203000.0000

10.194 Providing JCB EA 0.0000


S
10.195

10.196
Night Hours

Day hours
E D STD

STD
1624.0000

1276.0000

C
10.197

10.198
P RI
Providing 02 Nos of compressor

Operation of compressor
H

STD
3480.0000

1160.0000

10.199
UN
Deployment of Labour EA 0.0000
10.2

10.201
Day hours

Night Hours
EA

EA E )754.0000

986.0000
R
HE
10.202 Supply of PVC sheet for oil earth LS 25520.0000

10.203 Supply of water tankers EA 1740.0000

C E
10.204

10.205
Supply of Black RiverSoil mud plugging

Providing Sand Blasting set up


RI EA

H
2900.0000

8120.0000
P
TE
10.206 Providing Pic up at site H 6960.0000

10.207 Providing supervisors H 2088.0000

10.208 Providing welder, cutter, grinder team


U O H 3480.0000

10.209 Blaster and Insulator

T Q H 5800.0000

10.21

10.211
Providing welding m/c & cutting m/c

Providng hydra at two instance


N O H

EA
5800.0000

5220.0000

10.212 Providing truck shifting material to sen

D O LS 9280.0000

10.213

10.214
Supply hardware & misc items

Pilferage Site
S E LS

SU
62872.0000

0.0000

10.215 MOBILISATION &DEMOBILISATION


E A EA 24756.4900

L
Mobilization to work pilferage site(From Mathura to mainline sites within UP, Rajasthan & Haryana) with all manpower, materials and equipments

(P
for rehabilitation of pilferage site including transportation and hiring charges of equipments like Welding Machine, Grinding Machine, DG Set, Jeep
and other equipments with all consumables, fuels, lubricants etc. to pilferage site including hiring of additional vehicle (if required) complete in all

10.216 R
respect as per direction of EIC/ Site Engineer/ Site Representative.

O
Providing labor for primary manual excavation, removal of fittings and other assistance services as and when required by Maintenance Team. EA 448.0000

10.217
S
REMOVAL OF PILFERER'S WELDING ARRANGEMENT EA 8663.2900

E D
When pipe, flange and valve assembly found welded over mainline pipe with or without patch welding:
Removal of welded valve and pipe assembly with Grinding/ Cutting Machine. Generator including Fuel for the cutting purpose will be provided by

C
contractor including charges of the cutter/ grinder complete in all respect as per direction of EIC/ Site Engineer/ Site Representative.

I
P R
UN
E)
10.218 WELDING AND FITTING OF LEAK CLAMP SU 0.0000
When pipeline has been drilled:
Fitting and Welding of leak clamp over mainline pipe of with the help of welding machine and qualified welder under the direction and supervision
of site engineer. Welding charges include fuel charges for the DG Machine, charges of the welder and helpers, cost of welding rods etc. complete
in all respect. Welding of leak clamp includes welding circumferentially and longitudinally including welding of fasteners (nuts & bolts), Testing of
E R
welding with Dye Penetration Test complete in all respect as per direction of EIC/ Site Engineer/ Site Representative. -

E H
10.219 8"
I C EA 11355.5400

10.22 10"
P R EA 11725.4800

TE
10.221 12" EA 13906.9600

10.222

10.223
14"

16"
U O EA

EA
16992.8800

22784.6400

10.224 22"
T Q EA 25496.0900

10.225

10.226
24"

SLEEVE WELDING N O EA

SU
29898.1500

0.0000
When pipeline has been damaged by grinding/ cutting/Excavation

D O
Fitting and Welding of owner supplied sleeve (approximate length of sleeve shall be 600 mm) over mainline pipe of with the help of welding

S E
machine and qualified welder under the direction and supervision of site engineer. Welding charges include fuel charges for the DG Machine,
charges of the welder and helpers, cost of welding rods etc. complete in all respect. Welding of sleeve includes welding circumferentially and
longitudinally. Testing of welding with Dye Penetration Test complete in all respect as per direction of EIC/ Site Engineer/ Site Representative.

E A
10.227 8"
L EA 10237.0700

10.228 10" (P EA 7300.9000

10.229 12"
O R EA 8716.0800

10.23 14" S EA 25711.5600

10.231 16"
E D EA 27039.7200

C
RI
10.232 22" EA 14696.4400

10.233

N P
24" EA 19776.0900

U
10.234 COAT AND WRAP WORK
Coat and Wrap work of welded leak clamp including cleaning of leak clamp and adjacent pipe section, application of primer, application of outer
M

E )
1651.8200

and inner layer of cold applied tapes. Coating Material willl be provided by IOCL .
R
HE
10.235 Excavation, making repair pit & backfilling CUM 234.7800
Excavation in all types of soil including hard murrum & rock for exposing existing pipeline normally burried at 2.0 M depth (The depth may vary

E
near road,rail,river,nala,cart track crossing) including keeping top layer of soil separately followed by backfilling of the trench after repair of
pilferage site. The contractor shall properly provide compaction of the backfilled earth & restore the worksite to original condition & restoration of
C
10.236
the ROW to the satisfaction of the owner as per the direction of EIC/site engineer.
Providing backhoe machine
RI STD 1038.7000
Hiring of JCB Machine for machinated excavation after primary manual excavation for preparing trench to assist Maintenance Team in
rehabilitation of pilferage site.

E P
10.237
DG set is also required during overnight rehabilitation of pilferage site.
O T
Providing tent house with table & chair arrangement for sitting arrangement of officials & contract personnel. Lighting arrangement with the help of STD 200.4700

10.238

10.239
underground water seeping in the created trench for smooth operation of rehabilitation process for one day
0-50 KM
Q U
Providing sewage tank at pilferage site in order to collect spilled oil in agricultural land / trenches etc. These tanks will also be used to collect SU

EA
0.0000

6402.4000

10.24 50-100 KM
O T EA 12804.8000

10.241 100-150 KM
N EA 19207.2000

10.242 CP Maintenance

D O SU 0.0000

10.243

S E
Repair of the existing Test Lead Points in our Right-of-Way including supplying of all the required materials and making good the defects so as to EA
complete the TLPs in working condition in accordance with the drawing no. MJPL/ML/ELEC/1065/C for the following missing items/faults and as
per the instructions of the Site Engineer /Engineer-in-Charge.(a)Providing & welding missing TLP Covers with locking arrangements and allen
1895.9200

10.244
keys.

E A
Repair of the existing Test Lead Points in our Right-of-Way including supplying of all the required materials and making good the defects so as to EA 2647.4500

L
complete the TLPs in working condition in accordance with the drawing no. MJPL/ML/ELEC/1065/C for the following missing items/faults and as

(P
per the instructions of the Site Engineer /Engineer-in-Charge.(b)Providing & welding missing TLP Box with Covers having locking arrangements
with allen keys,5mm thick bakelite sheets,10mm dia. brass bolts,Excavating the TLP upto the bottom of outlet of 2.5Sqmm PVC insulated

O R
cables,removal of the faulty cables,Providing & jointing new cables,connecting to the 5mm thichk bakelite sheet and commissioning the TLPs in
working condition omplete as per the instructions of the Site Engineer/Engineer-in-Charge.

10.245 S
Supply and pouring of water around anodes/scrap rails in anode bed, sacrificial anodes and earthing as directed by site engineer KL 90.1600

10.246
E D
Preparation of surface by removing dust, grease, rust, scales etc. & priming with one coat of red oxide primer & painting the surface with 2 coats SU 0.0000

I C
of aluminium/smoke grey ( as applicable ) paint as per specifications including cost of all materials, paints, primer, complete in all respects as per
instruction of site engineer.
10.247

P R
In respect of CP fencing, structures, doors, lifting arrangement, energy meter box etc. with alluminium paint. Rate for "PER CP" EA 1722.3100

10.248

UN
In respect of cp unit painting with smoke gray paint. Rate for "PER CP" EA 679.8600
E)
10.249 Painting lines,dashes,arrows,letters etc. on roads,field and like up to 10 cm in width in two coats with road marking paint,brushing including SQM 97.7800
cleaning the surface of all dirt,dust and other foreign matter.
10.25 Services related to revenue work of RoW
Proper upkeeping of all land records, providing assistance services in reply RTIs related to land and compensation matters, providing assistance
services in measurement of land, damaged crop area, locating the area on khasra map and in field and identifying rightful owner of the land,
EA

E R 25280.0000

obtaining rate and yeild of crops as and when required, preparing panchnamas, distribution of compensation amount in the form of cheques and

E
maintaining a record of such distribution, issuing notices for coat and wrap work, IPS defect verification and repair and pilferage rehabilitation as
and when envisaged, marking RoW as and when required using khasra map, entry of RoW details in revenue records, procurement of land as
H
and when required
I C
10.251
The job involves one skilled revnue personnel with knowhow of all land related matters.

P R
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material,
laying of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification
EA 5890.6200

10.252
and directions of Site Engineer/ Engineer-in-Charge uder following stations

T E
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9800

30
30.001
specification in accordance with dwg no. 9200-99900-404-611-00
Maint.Insp. & Up-Keeping-AMBALA
U O
<H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/ MON
0.0000
276446.3600

T Q
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0

30.002
(Scope of Works) of Special Conditions of Contract (SCC)

N O
Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete
in mix 1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos.
EA 1171.0900

O
10mm dia. main bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of
size 2" X 2", on top face writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia.

D
dowel bars. "Transporting precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including

S E
hard murrum/ soft rock and embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X
400mm, supplying & inserting 2 (Two)Nos. dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer
and two coats of synthetic enamel paint of approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated
A
earth after refilling, etc. all complete in every respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

E
30.003
L
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing 0.0000

(P
&specification, applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation,
concreting as per drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The

O R
item includes supply cost of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools
which are required for complete work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>

30.004 Warning Sign Board S EA 7143.5400

30.005
E D
Direction Marker/Turning Point Marker EA 6664.7100

C
RI
30.006 Kilometer Marker EA 7631.1700

30.007

N P
Danger marker EA 6436.7900

30.008
UOFC Marker EA 6700.8600
30.009 Crossing marker EA

E )
6674.2100

30.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm
top/side/rear/front & 5 mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal
plate, brass terminal bolts, neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-
EA

ER 25700.4600

99900-404-603-00 : STD-483). The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS
hard pipe for cable entry through foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside
TLP box, jointing the cables to pipe (using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), E H
I C
back filling the trenches, cleaning the site, applying epoxy paint / powder coating etc. The work also includes supply, installation, laying &

PR
termination of all XLPE, Cu cables of required length (as per site conditions) and size, lugs etc. The work includes 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. The name plate shall also include the details of corrosion coupon wherever installed, all as per the direction and specification

T E
detailed in the document complete with tools, tackles & other necessary requirement. The work complete in all respects including all materials,
tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof
& weather proof as per specifications and drawing (With inbuilt provision of Voltmeter & pushbutton for PSP Measurment)
O
QU
30.011 "Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the EA 6631.7700
newvandal Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and

OT
supply of proper size of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
30.012 <H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as 0.0000
perdirection. The oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of

N
25x25x5mm on all four sides. The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat
of synthetic enamel paint over a coat primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of

D O
IOCmonogram etc., complete. Each board's upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block
ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4 stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block,

30.013 Sign Board of size 3 Feet x 2 Feet


E
painting,lettering, tools & tackles etc., complete as per direction of SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

S EA 6920.7100

30.014 Sign Board of size 4 Feet x 3 Feet


E A EA 9859.2100

L
30.015
(P
Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and
re-Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-
0.0000

30.016
in-Charge. </>
Warning Sign Boards
O R EA 619.5800

30.017 BOUNDARY pILLAR S EA 114.2100

30.018 Kilometer Posts


E D EA 619.5800

C
RI
30.019 Turning Points/ Crossing Markers/ Direct EA 619.5800

30.02

30.021 N P
Vent & Drain Pipes

Danger Markers
EA

EA
481.9500

551.5400
U
30.022 Test Lead Points (TLPs) including cleani EA

E )
619.5800

30.023 "Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth CUM
all complete as per directions of Site Engineer/Engineer-in-Charge. "
R 333.3100

HE
30.024 "Repair & Painting two coats of any sha SQM 400.9100

30.025
E
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI
wire (8 SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc
C
SQM 689.5800

30.026
complete as directed by Site Engineer/Engineer-in-Charge. "

RI
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores SQM 133.6400

30.027
asdirected by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."

otherplaces as per specification or as directed by Site Engineer/Engineer-in-Charge "


E P
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at CUM 6213.7200

30.028

O T
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy
SQM 433.8300

U
primer andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP
stationsalong ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying

Q
timementioned by manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to

30.029 <H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</>


T
siteand any other work required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

O 0.0000

30.03 N
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber SQM 1137.5900

D O
Sealingand nails etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with
goodquality glass putty, nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in

30.031
thescope of the Contractor "

S E
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water
proofing pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith
SQM 76.4000

E A
minimum two or more coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying
the paint to the surface and watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated

L
transportation required for completing the jobs inall respects.
30.032
(P
<H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000

OR
30.033 "The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 CUM 423.4100
cms in depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at

S
washout sites along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced
from "
30.034

E D
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled
with ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-
EA 94.9700

C
In-Charge at washout sites along the pipeline "

RI
30.035 The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled EA 27.4300
cement bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline

30.036
N P
"Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM 2767.7100

U
30.037 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L CUM
ROWas per requirement as per instructions of EIC
E )
3459.3800

30.038 "Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage
thickness including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and
pointing complete as per instruction of Site Engineer/Engineer-in-Charge."
SQM

E R 968.4500

30.039

30.04
<H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</>

The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil.
E H
CUM
0.0000

337.3100

I C
PR
30.041 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6900

30.042 "The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone CUM 7767.4500

supply ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "
T E
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation,

30.043
U O
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering
and huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of
CUM 8095.4600

30.044
work and directions of EIC "

T Q
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing
inposition and binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
KG 93.9700

30.045
N O
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in
propershape and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the
SQM 297.2000

30.046
dumpingground within meter lead"

D O
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.3600

30.047
S E
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour
,disposal of rubbish etc. (Minimum capacity of Pump 3 HP). "
H 222.1800

30.048
A
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</>

E
0.0000

30.049
L
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper EA 270.2700

(P
drum shifted to site and back to owners premises.
30.05 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H 1352.3600

O R
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up
to the satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "

30.051
S
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA 0.0000

30.052 0-50 KM
E D CUM 555.9500

C
RI
30.053 50-100 KM CUM 1111.9000

30.054

30.055
N P
100-150 KM

"Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. "
CUM

CUM
1667.8500

471.4100

U
E)
30.056 <H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</> 0.0000

30.057 Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. CUM 298.7700
The job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.

E R
30.058 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra
quantityof aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job
includessupply of all labour, equipments etc.
E
CUM
H 2591.0400

30.059
I C
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per SQM 936.4500

30.06
110 mm x 80 mm. "
Providing sand by forming bed P R
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x

CUM 1256.7200

30.061
T E
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools M 2304.5300

30.062
etc as per direction of EIC/ site engineer "
O
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone
U
aggregatesas directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
0.0000

30.063

30.064
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size)

1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size) T Q CUM

CUM
6074.6900

6755.0000

30.065 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size)


N O CUM 6894.2700

30.066 1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)

D O CUM 7230.0400

30.067

S E
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete
in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>
0.0000

30.068 1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size

E A CUM 8095.4500

30.069
L
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

30.07
(P
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000

(For items below)"</>


O R
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing)

30.071
S
1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

ED
30.072 "1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM 8669.7400

30.073

I C
Demolishing concrete structure and disposal of material within 50 metreslead. CUM 2705.2050

30.074

30.075 P R
<H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</>

Foundations, Footings, Bases for columns SQM


0.0000

608.0800

UN
30.076 Suspended floors, roofs, landings, balconies and access platform SQM

E )
513.6200

30.077 Lintels, beams, plinth beams, girders and cantilevers SQM


R 608.0800

HE
30.078 Columns, Pillars, Piers, Abutments, Posts and Struts SQM 608.0800

30.079 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"

C E CUM 2028.5300

30.08
Job includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
RI
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. M 743.2200

30.081 15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
DIRECTIONS OF EIC/SITE ENGINEER
E P SQM 293.6200

30.082

30.083 O T
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand)

"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in M
CUM 6326.0800

270.2700

Q U
conduits, n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc.
as required other than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer

T
including cost of ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left
over cable drum to ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the

O
cable inside the TLP oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials,

N
etc. (Cable sizes up to 35 sq. mm single core PVC armoured aluminium/ copperconductor cables) . "

30.084

D O
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm
from the ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on
M 377.5600

S E
top of that with second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of
owner supplied ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating
the respective length of anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside

A
the pipe provided for boxes) on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "

E
30.085
L
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade 0.0000

(P
PVCinsulated steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing
kits of reputed make M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable

O R
compound etc. Job complete in all respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials,
labour, equipment, services etc. for items below:</>
30.086
S
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA 1604.1300

ED
30.087 "Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial EA 3341.8800
anode head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of

30.088 C
site engineer/ EIC. (Unit ""EA"" shall mean ""Per Joint""). "

I
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make 0.0000

30.089
P R
Copper Cable size 1cx50 sq. mm Armoured M 169.2500

30.09

UN
Copper Cable size 1cx35 sq. mm Armoured M 234.8500
30.091 Copper Cable size 1cx25 sq.mm Armoured M

E )313.1300

30.092 Copper Cable size 2cx6 sq.mm Armoured M


R 443.7600

HE
30.093 Copper Cable size 2cx25 sq.mm Armoured M 496.1200

30.094 Copper Cable size 2cx70 sq.mm Armoured

C E M 587.5800

30.095
transportation to site, labour etc
RI
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials, CUM 1027.8100

30.096
P
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof
Site Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
0.0000

TE
30.097 Coke Breeze (4-10mm size) KG 83.0500

30.098

30.099
Bentonite Powder

Salt
U O KG

KG
12.6900

12.6850

30.1 Charcoal
T Q KG 51.8600

30.101

30.102
Gypsum

N O
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles
KG

EA
12.6800

3265.8800

30.103
etc. Rate is on basis of per Bed"

D O
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm
MS thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B
EA 35185.2000

S E
class) of 2 mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries
with a base plate welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe,

E A
complete in every respect as per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the
respective length of anode cable on Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB)

L
enrouting the cable through inside of theAJB box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials

(P
etc with the foundation as (for items below)"
30.104 "Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm EA 5225.4200

OR
nominalsize) "
30.105 Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

30.106
S
"Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor EA 6531.7700

E D
7/16 uage PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass
nuts/bolts, washer lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate,
copper/brass nut bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if

I C
required the uprooting of TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the

R
cost of 16sqmm multi strand or 7/16gauage PVC insulated flexible copper cable "

P
UN
E)
30.107 <H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels 0.0000
,beams and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof
25micron DFT including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO
,including the cost of all materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as
perspecifications and directions of Engineer-in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>
E R
30.108 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts
E TO H 117571.8500

30.109 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items
I C TO 117571.8500

30.11 Members fabricated from square, round of all size tubular sections.
P R TO 124103.6200

TE
30.111 "Welding, erection, fabrication of IOC supplied steel structure. " TO 42240.6200

30.112

U O
"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring
,extending the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof
flooring after the job , checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials
EA 958.1800

30.113
Q
and tools etc. (Cost of 10 sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

T
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if EA 958.1800

N O
required at different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter
restoration of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only
O
excavation & backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

D
S E
E A
L
(P
O R
S
E D
I C
P R
UN
30.114 "Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode EA
to be constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and
E )
16504.8900

commissioning of earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of
50mm nominal diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as
per the provided drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes
ER
drilling holes for providing perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI
pipe at distance of 1.2m, 1.8m ,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled
up with well mixedalternating layers of charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this E H
I C
item is inclusive of excavation, disposal of excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and

PR
associated items to site, labour etc. as per theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode
Connector GI plate) as per IS: 3043standard and drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm
and shall be welded to the GI pipeof 50mm internal diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized

T E
Coating Thickness of 100 microns.Provision of 04 nos (two on each half) holes shall be made on theconnector GI plate so as to receive receive
50 mm long 13 mm bolt, nutand double G.I. washer screwing system. Please note that this item isinclusive of excavation, disposal of excavated

U O
soil, backfilling ,associated earthwork complete with transportation of all materials andassociated items to site, labour etc. as per the instructions
of siteengineer/ EIC. Providing earthing inspection chamber with PCC of mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand:
4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx 650mm, wall thickness of 125mm and height of 600mm (Out of

T Q
which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel, while the remaining 500mm of PCC portion of Inspection
Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover of dimension 750mm x 750mm x 4mm thick. The
C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with 01 coat of Red Oxide Primer and 02 Coats
ofEnamel Paint (Black) on both the top "

N O
30.115

D O
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the
existinganode bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper
EA 4224.0700

30.116
the instruction of site engineer/ EIC.

S E
"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales
,dust, mud etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand
EA 3265.8800

30.117
A
paper,brushes, cloths, labour, tools etc. as per the instructions of the siteengineer/ EIC. "

E
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at EA 4877.2400

L
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
30.118
(P
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
0.0000

OR
30.119 "(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site EA 6140.4200
Engineer/ Engineer-in-Charge. "
30.12
S
"(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire
through proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination.
EA 6488.6000

E D
Excluding the cost of 6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site
Engineer/ Engineer-in-Charge "
30.121

I C
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper
Cad elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline.
EA 4834.0700

P R
The job is also inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be
carried out to the complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
30.122

UN
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of
xcavation/ auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour
etc. "
EA 4224.0700
30.123 "Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA

E )
7360.4200

30.124 "Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA
R 2264.5300

HE
30.125 <H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding 0.0000
double compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing
aluminium lugs, rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour,
connection to the quipment terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate
C E
I
inclusive of cost of all lugs. Cost of Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

R
30.126 2 Core Cable (Up to and including 25 sq.mm)
P EA 1306.3600

TE
30.127 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

30.128

30.129
Double compression heavy duty flame proof brass cable gland

U O
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping
EA 1567.6300

0.0000

T Q
ofcable insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as
perdrawings, pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm
asindicated in brackets including lower and upper size limits inrespective categories. (For items below)"</>
30.13

30.131
"1 Core Cable (up to and including 70 sq.mm) "

2 Core Cable (up to and sq. mm) N O EA

EA
1659.1300

2051.0300

30.132 3/ 3.5/ 4 Core Cable (up to and including 16 mm2)


D O EA 1301.7600

30.133 3/ 3.5/ 4 Core Cable (25-50 sq.mm)


S E EA 1497.9900

30.134

E A
<H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT
power ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or
0.0000

L
existing trench/RCC or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also

(P
includesfixing of saddles, aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening
,dressing of cable and returning the empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings,

R
specifications and directions of the Engineer-in-charge. (For items below)</>

O
30.135 Up to 10 Sq.mm
S EA 177.2500

ED
30.136 16-35 Sq.mm EA 273.2700

30.137

I C
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various
voltagegrades/ types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable
0.0000

P R
drums,returning the filled up cable drums to the store/another site includingtransportation of empty cable drums from stores to site and filled
upcable drums from site to stores/another site, etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith

30.138

UN
labour and materials as perdirections of the Engineer-in- Charge (For items below)"</>
Up to 10 Sq.mm EA 74.5500
30.139 16-35 Sq.mm EA

E )
101.9600

30.14 "Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site
Engineer. "
EA

E R 477.9400

30.141 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. EA
10 nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through
cables including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of E H 16408.2500

I C
backfill aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by

PR
theContractor (Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5)
Aftercompletion of this job, energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost&
expenses. (6) All petty items required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the

T E
Contractor. (7) The Owner supplied materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is
complete, the Owner supplied material shall be returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour

per the direction of Engineer-in-Charge/ SiteEngineer. (Unit ""EA"" shall mean ""Per Anode"") "
U O
cost, transportation of materials, cosumables etc.shall be included in the rates & shall be borne by the Contractor. Thejob shall be completed as

30.142

T Q
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft
from the earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the
excavated Anodes back to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as
EA 6836.7700

30.143
per theinstructions of Site Engineer/ EIC.disconnecting the Anodesfrom their "

N O
"COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools SQM
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
1640.6300

30.144 <H>OPERATION OF MOSRU/ DG SET (For items below) :</>

D O 0.0000

30.145

30.146
S E
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H

"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll KM
793.3000

27.8600

30.147
tax & octoroi and goverment charges. "

E A
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900

L
30.148
(P
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</> 0.0000

OR
30.149 SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at SQM 14.4600
intended site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m

30.15
S
and lift upto 1.5 m - All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :- CUM 581.9800

E D
Earth Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm
on plan) by mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard

I C
practice, disposal and storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per
site requirement. This job shall also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for

P R
protection of Gas Pipeline & OFC cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil
Labour for manual excavation after certain depth, 3) Site Supervisor- 1 No

UN
30.151 "EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for CUM
all type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by
E )
681.0600

mechanical means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal
and storing of excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement.
This job shall also include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation
E R
work for protection of Gas Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location :
1) JCB-MODEL 4DX-1 no in continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain
depth, 3) Site Supervisor - 1no" E H
30.152
I
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic /
C CUM 1061.4400

PR
Pneumatic Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per
instruction of EIC and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom
surface of the pipe. Site supervision & resource to be eployed as per direction of EIC

TE
30.153 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) CUM 198.1900
removed during excavation of trench (stored within 50 m radius of the excavated trench).
30.154

30.155
<H>Other associated Earth Work related activities</>

U O
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete CUM
0.0000

331.2900

30.156
manpower, tools whatsoever required for the job.
T Q
including loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries,

Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated CUM 452.8800

30.157
N O
trench) by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means,
manpower whatsoever required."
CUM 466.3800

30.158

D O
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower,
whatsoever for making Road Diversion as per job requirement and as per IOCL's requirement."
CUM 168.9000

30.159

S E
"Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed
by Engineer-in-charge"
EA 41.8400

30.16
A
<H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</>

E
0.0000

30.161
L
Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, SQM 58.8000

(P
propping etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around
inner side of excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre

O R
to centre, horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should
be connected with nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by

S
MS binding wire. The scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the
workmen etc., complete as per directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the

E D
requirement of the same. This shall also include, transportation, material handling equipment, manpower, tools whatsoever requied for the job
and duration of installed structure in the trenach, shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area

C
of the scaffolding shall be measured for payment purpose.

I
30.162

P R
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as
per job requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench.
SQM 109.6000

UN
Measurement of this SOR, shall be as per surface Ground area covered at actual by erectred shed"
30.163 PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC CUM
1:2:4 (1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire
E )
6213.7200

30.164
charges, supply of all materials, shuttering etc as per requirement.
Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM
E R 452.4900

30.165

30.166
<H>Coating Job: refurbishment of old coating (for items below)</>

Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface SQM
E H 0.0000

290.6000
is to be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with
I C
PR
portable power grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of
the pipe surface.
30.167 Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / SQM 10034.4100

T E
RAYCHEM equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer
specification. This shall be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after

30.168
acceptance in holiday test. Also Match stick wherever is required for minor difects
O
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement &
U
at IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the
0.0000

T Q
first Eight hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of
deployment and availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will
be inclusive of Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for

N O
intended operational at site); Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond
Eight (8) hours, shall be paid extra as additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for
deployment of any sort of following services for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

30.169
D O
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump H 3435.8000

30.17
S E
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation
charges, Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site
H 2433.8800

30.171
E A
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including H 4864.7100

L
mobilisation and demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
30.172
(P
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area H 486.4800

OR
30.173 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 H 2587.9200
Rigger with Technician Tool boxes for size upto 32 mm
30.174
S
<H>Repair of shorted casing (For items below)</> 0.0000

30.175

E D
Excavation & backfilling. CUM 758.8900

30.176

I C
Padding with soft soil CUM 1189.6500

30.177

P R
Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope
of work for detail
IN 218.5600

30.178

UN
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail H 1147.4400
E)
30.179 Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM 24.4300

30.18

30.181
Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail

<H>Supply & installation of casing end seal as per technical specification (For items below)</>
EA

E R 4569.3800

0.0000

30.182 End seal for carrier pipe having size 18" & casing having size 24".
E EA H 37881.6500

30.183 End seal for carrier pipe having size 16" & casing having size 22"
I C EA 36990.3100

30.184 End seal for carrier pipe having size 14" & casing having size 20"
P R EA 39689.0700

TE
30.185 End seal for carrier pipe having size 12" & casing having size 18" EA 34019.2100

30.186

30.187
End seal for carrier pipe having size 10" & casing having size 16"

U O
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be
EA

H
28349.3300

17046.7400

30.188
equivalent to 24 hrs. Please refer scope of work for detail
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail
T Q H 9218.9600

30.189

N O
Earth work in excavation in all kinds of soil except hard rock requiring blasting for foundation trenches, upto any depth including trimming of sides EA
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
0.0000

D O
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.

30.19 a) Depth upto 1.5 m (measured from orig


S E CUM 223.6600

30.191 b) Depth between 1.5 m to 5 m

E A CUM 289.3800

30.192 BURST SITE


L EA 0.0000

30.193 Mobilization & De-mobilization


(P EA 203000.0000

OR
30.194 Providing JCB EA 0.0000

30.195 Night Hours


S STD 1624.0000

30.196 Day hours

C ED STD 1276.0000

30.197

R I
Providing 02 Nos of compressor H 3480.0000

30.198

30.199
N P
Operation of compressor

Deployment of Labour
STD

EA
1160.0000

0.0000

U
30.2

30.201
Day hours

Night Hours
EA

EA E )754.0000

986.0000
R
HE
30.202 Supply of PVC sheet for oil earth LS 25520.0000

30.203 Supply of water tankers EA

C E 1740.0000

30.204 Supply of Black RiverSoil mud plugging

RI EA 2900.0000

30.205 Providing Sand Blasting set up


P H 8120.0000

TE
30.206 Providing Pic up at site H 6960.0000

30.207

30.208
Providing supervisors

Providing welder, cutter, grinder team


U O H

H
2088.0000

3480.0000

30.209 Blaster and Insulator


T Q H 5800.0000

30.21

30.211
Providing welding m/c & cutting m/c

Providng hydra at two instance N O H

EA
5800.0000

5220.0000

30.212 Providing truck shifting material to sen


D O LS 9280.0000

SE
30.213 Pilferage Site SU 0.0000

30.214

30.215
Mobilization & Demobilization

Labors
E A EA

EA
24756.4900

448.0000

PL
30.216 Removal of pilferers arrangement
( EA 8663.2900

OR
30.217 Welding of fitted leak clamp SU 0.0000

30.218 10"
S EA 11725.4800

ED
30.219 12" EA 13906.9600

30.22 14"

I C EA 16992.8800

30.221

P R
Sleeve Welding SU 0.0000

30.222

UN
10" EA 7300.9000
30.223 12" EA

E )
8716.0800

30.224 14" EA
R 25711.5600

HE
30.225 Coat and Wrap Work M 1651.8200

30.226 Excavation, making repair pit & backfill

C E CUM 234.7800

30.227 Providing backhole machine

RI STD 1038.7000

30.228 Tent arrangement


P STD 200.4700

TE
30.229 Gully Sucker/Sewage Tank FROM SITE TO SU 0.0000

30.23

30.231
0-50 KM

50-100 KM
U O EA

EA
6402.4000

12804.8000

30.232 100-150 KM
T Q EA 19207.2000

30.233

30.234
CP Maintenance

Repair of the existing Test Lead Points N O SU

EA
0.0000

1895.9182

30.235 Repair of the existing Test Lead Points


D O EA 2647.4533

30.236 Supply and pouring of water around anode


S E KL 90.1600

30.237 Preparation of surface by removing dust,


E A SU

L
(P
30.238 In respect of CP fencing, structures, do EA 1722.3100

30.239

30.24
O R
In respect of cp unit painting with smok

Painting lines,dashes,arrows,letters etc


EA

SQM
679.8600

97.7800

S
30.241

E D
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, EA
laying of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification
and directions of Site Engineer/ Engineer-in-Charge uder following stations
5890.6184

C
RI
30.242 Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9793
specification in accordance with dwg no. 9200-99900-404-611-00
40
P
Maint.Insp. & Up-Keeping-NAJIBABAD

N
U
40.001 <H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
MON

E )
276446.3600

maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0
(Scope of Works) of Special Conditions of Contract (SCC)
R
HE
40.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete EA 1171.0900
in mix 1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos.
10mm dia. main bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of
E
size 2" X 2", on top face writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia.
C
hard murrum/ soft rock and embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X
RI
dowel bars. "Transporting precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including

P
400mm, supplying & inserting 2 (Two)Nos. dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer
and two coats of synthetic enamel paint of approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated

E
earth after refilling, etc. all complete in every respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

40.003
O T
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing

U
&specification, applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation,
concreting as per drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The

Q
item includes supply cost of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools

40.004 Warning Sign Board


T
which are required for complete work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>

O EA 7143.5400

40.005 Direction Marker/Turning Point Marker N EA 6664.7100

40.006 Kilometer Marker


D O EA 7631.1700

40.007 Danger marker


S E EA 6436.7900

40.008 OFC Marker

E A EA 6700.8600

40.009 Crossing marker


L EA 6674.2100

40.01 (P
Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm EA 25700.4600

O R
top/side/rear/front & 5 mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal
plate, brass terminal bolts, neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-

S
99900-404-603-00 : STD-483). The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS
hard pipe for cable entry through foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside

E D
TLP box, jointing the cables to pipe (using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.),
back filling the trenches, cleaning the site, applying epoxy paint / powder coating etc. The work also includes supply, installation, laying &

I C
termination of all XLPE, Cu cables of required length (as per site conditions) and size, lugs etc. The work includes 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

P R
the TLP box, etc. The name plate shall also include the details of corrosion coupon wherever installed, all as per the direction and specification
detailed in the document complete with tools, tackles & other necessary requirement. The work complete in all respects including all materials,

UN
tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof
& weather proof as per specifications and drawing (With inbuilt provision of Voltmeter & pushbutton for PSP Measurment)
40.011 "Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the
newvandal Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and
EA

E )
6631.7700

40.012
supply of proper size of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as
perdirection. The oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of
E R
25x25x5mm on all four sides. The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat
of synthetic enamel paint over a coat primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of
IOCmonogram etc., complete. Each board's upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block E H
ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4 stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block,
I C
PR
painting,lettering, tools & tackles etc., complete as per direction of SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

40.013 Sign Board of size 3 Feet x 2 Feet EA 6920.7100

40.014 Sign Board of size 4 Feet x 3 Feet


T E EA 9859.2100

40.015
U O
Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and
re-Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-
0.0000

40.016
in-Charge. </>
Warning Sign Boards
T Q EA 619.5800

40.017

40.018
BOUNDARY PILLAR

Kilometer Posts N O EA

EA
114.2100

619.5800

40.019 Turning Points/ Crossing Markers/ Direct


D O EA 619.5800

40.02 Vent & Drain Pipes


S E EA 481.9500

40.021 Danger Markers

E A EA 551.5400

40.022 Test Lead Points (TLPs) including cleani


L EA 619.5800

40.023 (P
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth CUM 333.3100

40.024 R
all complete as per directions of Site Engineer/Engineer-in-Charge. "

O
"Repair & Painting two coats of any sha SQM 400.9100

40.025 S
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI SQM 689.5800

E D
wire (8 SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc
complete as directed by Site Engineer/Engineer-in-Charge. "
40.026

I C
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores
asdirected by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
SQM 133.6400

40.027

P R
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at
otherplaces as per specification or as directed by Site Engineer/Engineer-in-Charge "
CUM 6213.7200

UN
40.028 "PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy
SQM

E )
433.8300

primer andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP
stationsalong ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying
timementioned by manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to
E R
40.029
siteand any other work required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

<H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</> E H 0.0000

I C
PR
40.03 "Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber SQM 1137.5900
Sealingand nails etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with
goodquality glass putty, nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in

40.031
thescope of the Contractor "

T E
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water SQM 76.4000

O
proofing pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith
minimum two or more coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying
U
the paint to the surface and watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated

40.032
transportation required for completing the jobs inall respects.
<H>ROW WASHOUT RESTORATION WORKS (For items below)</>
T Q 0.0000

40.033

N O
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 CUM
cms in depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at
washout sites along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced
423.4100

40.034
from "

D O
"Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM 2767.7100

SE
40.035 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L CUM 3459.3800
ROWas per requirement as per instructions of EIC

EA
40.036 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</> 0.0000

40.037

PL
The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

40.038
(
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing KG 93.9700

40.039
R
inposition and binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "

O
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in SQM 297.2000
S
propershape and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the

40.04 D
dumpingground within meter lead"

E
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.3600

C
RI
40.041 "The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour H 222.1800
,disposal of rubbish etc. (Minimum capacity of Pump 3 HP). "
40.042

40.043
N P
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</>

Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper EA
0.0000

270.2700

Udrum shifted to site and back to owners premises.


40.044 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up
E )
1352.3600

to the satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "
R
HE
40.045 Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA 0.0000

40.046 0-50 KM

C E CUM 555.9500

40.047 50-100 KM

RI CUM 1111.9000

40.048 100-150 KM
P CUM 1667.8500

TE
40.049 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

40.05

40.051
<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>

U O
Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra CUM
0.0000

2591.0400

40.052
includessupply of all labour, equipments etc.
T Q
quantityof aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job

"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per SQM 936.4500

40.053
110 mm x 80 mm. "
Providing sand by forming bed N O
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x

CUM 1256.7200

40.054
D O
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools M 2304.5300

40.055
etc as per direction of EIC/ site engineer "

S E
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone
aggregatesas directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
0.0000

40.056 1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size)

E A CUM 6074.6900

40.057
L
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size) CUM 6755.0000

40.058
(P
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size) CUM 6894.2700

40.059
O R
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 7230.0400

40.06 S
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete 0.0000

D
in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>

E
40.061

I C
1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size CUM 8095.4500

40.062

P R
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

40.063

UN
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing)
(For items below)"</>
0.0000
40.064 1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM

E )
9585.5800

40.065 "1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM
R 8669.7400

HE
40.066 Demolishing concrete structure and disposal of material within 50 metreslead. CUM 2705.2050

40.067 <H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</>

C E 0.0000

40.068 Foundations, Footings, Bases for columns

RI SQM 608.0800

40.069 Suspended floors, roofs, landings, balconies and access platform


P SQM 513.6200

TE
40.07 Lintels, beams, plinth beams, girders and cantilevers SQM 608.0800

40.071

40.072
Columns, Pillars, Piers, Abutments, Posts and Struts

U O
"Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
SQM

CUM
608.0800

2028.5300

40.073

T Q
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. M
Job includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
743.2200

40.074
N O
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
DIRECTIONS OF EIC/SITE ENGINEER
SQM 293.6200

40.075

40.076 D O
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand)

"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in
CUM

M
6326.0800

270.2700

S E
conduits, n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc.
as required other than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer

E A
including cost of ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left
over cable drum to ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the

L
cable inside the TLP oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials,

(P
etc. (Cable sizes up to 35 sq. mm single core PVC armoured aluminium/ copperconductor cables) . "

40.077
R
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade
PVCinsulated steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing

O
kits of reputed make M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable
0.0000

S
compound etc. Job complete in all respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials,

ED
labour, equipment, services etc. for items below:</>
40.078 Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA 1604.1300

40.079
I C
"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial EA 3341.8800

40.08
R
anode head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of

P
site engineer/ EIC. (Unit ""EA"" shall mean ""Per Joint""). "
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make 0.0000

UN
40.081 Copper Cable size 1cx50 sq. mm Armoured M

E )169.2500

40.082 Copper Cable size 1cx35 sq. mm Armoured M


R 234.8500

HE
40.083 Copper Cable size 1cx25 sq.mm Armoured M 313.1300

40.084 Copper Cable size 2cx6 sq.mm Armoured

C E M 443.7600

40.085 Copper Cable size 2cx25 sq.mm Armoured

RI M 496.1200

40.086 Copper Cable size 2cx70 sq.mm Armoured


P M 587.5800

TE
40.087 Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials, CUM 1027.8100
transportation to site, labour etc
40.088

40.089
Site Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
Coke Breeze (4-10mm size)
O
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof

U KG
0.0000

83.0500

40.09 Bentonite Powder


T Q KG 12.6900

40.091

40.092
Salt

Charcoal N O KG

KG
12.6850

51.8600

40.093 Gypsum
D O KG 12.6800

40.094
S E
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm EA
MS thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B
35185.2000

E A
class) of 2 mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries
with a base plate welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe,

L
complete in every respect as per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the

(P
respective length of anode cable on Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB)
enrouting the cable through inside of theAJB box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials

40.095 R
etc with the foundation as (for items below)"

O
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm EA 5225.4200

40.096
nominalsize) "
S
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

40.097
E D
"Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor EA 6531.7700

I C
7/16 uage PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass
nuts/bolts, washer lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate,

P R
copper/brass nut bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if
required the uprooting of TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the

UN
cost of 16sqmm multi strand or 7/16gauage PVC insulated flexible copper cable "
E)
40.098 <H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels 0.0000
,beams and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof
25micron DFT including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO
,including the cost of all materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as
perspecifications and directions of Engineer-in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>
E R
40.099 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts
E TO H 117571.8500

40.1 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items
I C TO 117571.8500

40.101 Members fabricated from square, round of all size tubular sections.
P R TO 124103.6200

TE
40.102 "Welding, erection, fabrication of IOC supplied steel structure. " TO 42240.6200

40.103

U O
"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring
,extending the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof
flooring after the job , checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials
EA 958.1800

40.104
Q
and tools etc. (Cost of 10 sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

T
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if EA 958.1800

N O
required at different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter
restoration of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only
O
excavation & backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

D
S E
E A
L
(P
O R
S
E D
I C
P R
UN
40.105 "Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode EA
to be constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and
E )
16504.8900

commissioning of earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of
50mm nominal diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as
per the provided drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes
ER
drilling holes for providing perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI
pipe at distance of 1.2m, 1.8m ,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled
up with well mixedalternating layers of charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this E H
I C
item is inclusive of excavation, disposal of excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and

PR
associated items to site, labour etc. as per theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode
Connector GI plate) as per IS: 3043standard and drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm
and shall be welded to the GI pipeof 50mm internal diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized

T E
Coating Thickness of 100 microns.Provision of 04 nos (two on each half) holes shall be made on theconnector GI plate so as to receive receive
50 mm long 13 mm bolt, nutand double G.I. washer screwing system. Please note that this item isinclusive of excavation, disposal of excavated

U O
soil, backfilling ,associated earthwork complete with transportation of all materials andassociated items to site, labour etc. as per the instructions
of siteengineer/ EIC. Providing earthing inspection chamber with PCC of mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand:
4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx 650mm, wall thickness of 125mm and height of 600mm (Out of

T Q
which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel, while the remaining 500mm of PCC portion of Inspection
Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover of dimension 750mm x 750mm x 4mm thick. The
C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with 01 coat of Red Oxide Primer and 02 Coats
ofEnamel Paint (Black) on both the top "

N O
40.106

D O
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the
existinganode bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper
EA 4224.0700

40.107
the instruction of site engineer/ EIC.

S E
"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales
,dust, mud etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand
EA 3265.8800

40.108
A
paper,brushes, cloths, labour, tools etc. as per the instructions of the siteengineer/ EIC. "

E
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at EA 4877.2400

L
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
40.109
(P
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
0.0000

OR
40.11 "(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site EA 6140.4200
Engineer/ Engineer-in-Charge. "
40.111
S
"(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire
through proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination.
EA 6488.6000

E D
Excluding the cost of 6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site
Engineer/ Engineer-in-Charge "
40.112

I C
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper
Cad elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline.
EA 4834.0700

P R
The job is also inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be
carried out to the complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
40.113

UN
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of
xcavation/ auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour
etc. "
EA 4224.0700
40.114 "Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA

E )
7360.4200

40.115 "Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA
R 2264.5300

HE
40.116 <H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding 0.0000
double compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing
aluminium lugs, rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour,
connection to the quipment terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate
C E
I
inclusive of cost of all lugs. Cost of Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

R
40.117 2 Core Cable (Up to and including 25 sq.mm)
P EA 1306.3600

TE
40.118 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

40.119

40.12
Double compression heavy duty flame proof brass cable gland

U O
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping
EA 1567.6300

0.0000

T Q
ofcable insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as
perdrawings, pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm
asindicated in brackets including lower and upper size limits inrespective categories. (For items below)"</>
40.121

40.122
"1 Core Cable (up to and including 70 sq.mm) "

2 Core Cable (up to and sq. mm) N O EA

EA
1659.1300

2051.0300

40.123 3/ 3.5/ 4 Core Cable (up to and including 16 mm2)


D O EA 1301.7600

40.124 3/ 3.5/ 4 Core Cable (25-50 sq.mm)


S E EA 1497.9900

40.125

E A
<H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT
power ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or
0.0000

L
existing trench/RCC or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also

(P
includesfixing of saddles, aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening
,dressing of cable and returning the empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings,

R
specifications and directions of the Engineer-in-charge. (For items below)</>

O
40.126 Up to 10 Sq.mm
S EA 177.2500

ED
40.127 16-35 Sq.mm EA 273.2700

40.128

I C
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various
voltagegrades/ types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable
0.0000

P R
drums,returning the filled up cable drums to the store/another site includingtransportation of empty cable drums from stores to site and filled
upcable drums from site to stores/another site, etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith

40.129
UN
labour and materials as perdirections of the Engineer-in- Charge (For items below)"</>
Up to 10 Sq.mm EA 74.5500
40.13

40.131
16-35 Sq.mm

"Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job
EA

EA E )
101.9600

477.9400
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site
Engineer. "
E R
40.132 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. EA
10 nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through
cables including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of
E H 16408.2500

I C
backfill aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by

PR
theContractor (Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5)
Aftercompletion of this job, energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost&
expenses. (6) All petty items required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the

T E
Contractor. (7) The Owner supplied materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is
complete, the Owner supplied material shall be returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour

per the direction of Engineer-in-Charge/ SiteEngineer. (Unit ""EA"" shall mean ""Per Anode"") "
U O
cost, transportation of materials, cosumables etc.shall be included in the rates & shall be borne by the Contractor. Thejob shall be completed as

40.133

T Q
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft
from the earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the
excavated Anodes back to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as
EA 6836.7700

40.134
per theinstructions of Site Engineer/ EIC.disconnecting the Anodesfrom their "

N O
"COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools SQM
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
1640.6300

40.135

40.136
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>

D O
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H
0.0000

793.3000

40.137
S E
"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll KM 27.8600

40.138
tax & octoroi and goverment charges. "

E A
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</> 0.0000

L
(P
40.139 SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at SQM 14.4600
intended site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m

OR
and lift upto 1.5 m - All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
40.14 EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :- CUM 581.9800
Earth Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm
S
on plan) by mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard

E D
practice, disposal and storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per
site requirement. This job shall also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for
protection of Gas Pipeline & OFC cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil

I C
Labour for manual excavation after certain depth, 3) Site Supervisor- 1 No

P R
UN
40.141 "EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for CUM
all type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by
E )
681.0600

mechanical means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal
and storing of excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement.
This job shall also include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation
E R
work for protection of Gas Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location :
1) JCB-MODEL 4DX-1 no in continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain
depth, 3) Site Supervisor - 1no" E H
40.142
I
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic /
C CUM 1061.4400

PR
Pneumatic Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per
instruction of EIC and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom
surface of the pipe. Site supervision & resource to be eployed as per direction of EIC

TE
40.143 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) CUM 198.1900
removed during excavation of trench (stored within 50 m radius of the excavated trench).
40.144

40.145
<H>Other associated Earth Work related activities</>

U O
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete CUM
0.0000

331.2900

40.146
manpower, tools whatsoever required for the job.
T Q
including loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries,

Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated CUM 452.8800

40.147
N O
trench) by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means,
manpower whatsoever required."
CUM 466.3800

40.148

D O
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower,
whatsoever for making Road Diversion as per job requirement and as per IOCL's requirement."
CUM 168.9000

40.149

S E
"Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed
by Engineer-in-charge"
EA 41.8400

40.15
A
<H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</>

E
0.0000

40.151
L
Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, SQM 58.8000

(P
propping etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around
inner side of excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre

O R
to centre, horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should
be connected with nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by

S
MS binding wire. The scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the
workmen etc., complete as per directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the

E D
requirement of the same. This shall also include, transportation, material handling equipment, manpower, tools whatsoever requied for the job
and duration of installed structure in the trenach, shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area

C
of the scaffolding shall be measured for payment purpose.

I
40.152

P R
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as
per job requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench.
SQM 109.6000

UN
Measurement of this SOR, shall be as per surface Ground area covered at actual by erectred shed"
40.153 PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC CUM
1:2:4 (1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire
E )
6213.7200

40.154
charges, supply of all materials, shuttering etc as per requirement.
Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM
E R 452.4900

40.155

40.156
<H>Coating Job: refurbishment of old coating (for items below)</>

Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface SQM
E H 0.0000

290.6000
is to be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with
I C
PR
portable power grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of
the pipe surface.
40.157 Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / SQM 10034.4100

T E
RAYCHEM equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer
specification. This shall be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after

40.158
acceptance in holiday test. Also Match stick wherever is required for minor difects
O
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement &
U
at IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the
0.0000

T Q
first Eight hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of
deployment and availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will
be inclusive of Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for

N O
intended operational at site); Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond
Eight (8) hours, shall be paid extra as additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for
deployment of any sort of following services for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

40.159
D O
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump H 3435.8000

40.16
S E
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation
charges, Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site
H 2433.8800

40.161
E A
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including H 4864.7100

L
mobilisation and demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
40.162
(P
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area H 486.4800

OR
40.163 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 H 2587.9200
Rigger with Technician Tool boxes for size upto 32 mm
40.164
S
<H>Repair of shorted casing (For items below)</> 0.0000

40.165

E D
Excavation & backfilling. CUM 758.8900

40.166

I C
Padding with soft soil CUM 1189.6500

40.167

P R
Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope
of work for detail
IN 218.5600

40.168

UN
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail H 1147.4400
E)
40.169 Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM 24.4300

40.17

40.171
Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail

<H>Supply & installation of casing end seal as per technical specification (For items below)</>
EA

E R 4569.3800

0.0000

40.172 End seal for carrier pipe having size 18" & casing having size 24".
E EA H 37881.6500

40.173 End seal for carrier pipe having size 16" & casing having size 22"
I C EA 36990.3100

40.174 End seal for carrier pipe having size 14" & casing having size 20"
P R EA 39689.0700

TE
40.175 End seal for carrier pipe having size 12" & casing having size 18" EA 34019.2100

40.176

40.177
End seal for carrier pipe having size 10" & casing having size 16"

U O
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be
EA

H
28349.3300

17046.7400

40.178
equivalent to 24 hrs. Please refer scope of work for detail
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail
T Q H 9218.9600

40.179

N O
Earth work in excavation in all kinds of soil except hard rock requiring blasting for foundation trenches, upto any depth including trimming of sides EA
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
0.0000

D O
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.

40.18 a) Depth upto 1.5 m (measured from orig


S E CUM 223.6600

40.181 b) Depth between 1.5 m to 5 m

E A CUM 289.3800

40.182 BURST SITE


L EA 0.0000

40.183 Mobilization & De-mobilization


(P EA 203000.0000

OR
40.184 Providing JCB EA 0.0000

40.185 Night Hours


S STD 1624.0000

40.186 Day hours


ED STD 1276.0000

40.187
IC
Providing 02 Nos of compressor H 3480.0000

PR
40.188 Operation of compressor STD 1160.0000

40.189

UN
Day hours EA 754.0000
40.19 Night Hours EA

E )986.0000

40.191 Supply of PVC sheet for oil earth LS


R 25520.0000

HE
40.192 Supply of water tankers EA 1740.0000

40.193 Supply of Black RiverSoil mud plugging EA

C E 2900.0000

40.194 Providing Sand Blasting set up

RI H 8120.0000

40.195 Providing Pic up at site


P H 6960.0000

TE
40.196 Providing supervisors H 2088.0000

40.197

40.198
Providing welder, cutter, grinder team

Blaster and Insulator


U O H

H
3480.0000

5800.0000

40.199 Providing welding m/c & cutting m/c


T Q H 5800.0000

40.2

40.201
Providng hydra at two instance

Providing truck shifting material to sen N O EA

LS
5220.0000

9280.0000

40.202 Pilferage Site


D O SU 0.0000

SE
40.203 Mobilization & Demobilization EA 24756.4900

EA
40.204 Labors EA 448.0000

40.205 Removal of pilferers arrangement

PL EA 8663.2900

40.206 Welding of fitted leak clamp


( SU 0.0000

OR
40.207 10" EA 11725.4800

40.208 Coat and Wrap Work


S M 1651.8200

ED
40.209 Excavation, making repair pit & backfill CUM 234.7800

IC
40.21 Providing backhole machine STD 1038.7000

PR
40.211 Tent arrangement STD 200.4700

40.212

UN
Gully Sucker/Sewage Tank FROM SITE TO SU 0.0000
40.213 0-50 KM EA

E )6402.4000

40.214 50-100 KM EA
R 12804.8000

HE
40.215 100-150 KM EA 19207.2000

40.216 CP Maintenance

C E SU 0.0000

40.217 Repair of the existing Test Lead Points

RI EA 1895.9182

40.218 Repair of the existing Test Lead Points

E P EA 2647.4533

40.219

40.22
Supply and pouring of water around anode

Preparation of surface by removing dust, O T KL

SU
90.1600

0.0000

40.221 In respect of CP fencing, structures, do


Q U EA 1722.3100

40.222 In respect of cp unit painting with smok

O T EA 679.8600

40.223 Painting lines,dashes,arrows,letters etc


N SQM 97.7800

40.224

D O
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material,
laying of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification
and directions of Site Engineer/ Engineer-in-Charge uder following stations
EA 5890.6184

SE
40.225 Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9793
specification in accordance with dwg no. 9200-99900-404-611-00

EA
50 Maint.Insp. & Up-Keeping-ROORKEE 0.0000
50.001 <H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/ MON 276446.3600

PL
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0
(
(Scope of Works) of Special Conditions of Contract (SCC)

OR
50.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete EA 1171.0900
in mix 1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos.

S
10mm dia. main bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of
size 2" X 2", on top face writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia.

E D
dowel bars. "Transporting precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including
hard murrum/ soft rock and embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X

I C
400mm, supplying & inserting 2 (Two)Nos. dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer
and two coats of synthetic enamel paint of approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated

R
earth after refilling, etc. all complete in every respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

P
UN
E)
50.003 <H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing 0.0000
&specification, applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation,
concreting as per drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The
item includes supply cost of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools
which are required for complete work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
E R
50.004 Warning Sign Board
E EA H 7143.5400

50.005 Direction Marker/Turning Point Marker


I C EA 6664.7100

50.006 Kilometer Marker


P R EA 7631.1700

TE
50.007 Danger marker EA 6436.7900

50.008

50.009
Crossing marker

U O
Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm EA
EA 6674.2100

25700.4600

T Q
top/side/rear/front & 5 mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal
plate, brass terminal bolts, neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-
99900-404-603-00 : STD-483). The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS

N O
hard pipe for cable entry through foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside
TLP box, jointing the cables to pipe (using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.),
back filling the trenches, cleaning the site, applying epoxy paint / powder coating etc. The work also includes supply, installation, laying &

D O
termination of all XLPE, Cu cables of required length (as per site conditions) and size, lugs etc. The work includes 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

S E
the TLP box, etc. The name plate shall also include the details of corrosion coupon wherever installed, all as per the direction and specification
detailed in the document complete with tools, tackles & other necessary requirement. The work complete in all respects including all materials,
tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof

A
& weather proof as per specifications and drawing (With inbuilt provision of Voltmeter & pushbutton for PSP Measurment)

E
50.01
L
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the EA 6631.7700

(P
newvandal Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and
supply of proper size of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.

OR
50.011 <H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as 0.0000
perdirection. The oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of

S
25x25x5mm on all four sides. The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat
of synthetic enamel paint over a coat primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of

E D
IOCmonogram etc., complete. Each board's upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block
ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4 stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block,

C
painting,lettering, tools & tackles etc., complete as per direction of SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

I
50.012

P R
Sign Board of size 3 Feet x 2 Feet EA 6920.7100

50.013

UN
Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and
re-Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-
in-Charge. </>
0.0000
50.014 Warning Sign Boards EA

E )
619.5800

50.015 BOUNDARY PILLAR EA


R 114.2100

HE
50.016 Kilometer Posts EA 619.5800

50.017 Turning Points/ Crossing Markers/ Direct

C E EA 619.5800

50.018 Vent & Drain Pipes

RI EA 481.9500

50.019 Danger Markers


P EA 551.5400

TE
50.02 Test Lead Points (TLPs) including cleani EA 619.5800

50.021

50.022
all complete as per directions of Site Engineer/Engineer-in-Charge. "
"Repair & Painting two coats of any sha
O
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth CUM

U SQM
333.3100

400.9100

50.023
T Q
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI
wire (8 SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc
SQM 689.5800

50.024
complete as directed by Site Engineer/Engineer-in-Charge. "

N O
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores
asdirected by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
SQM 133.6400

50.025

D O
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at
otherplaces as per specification or as directed by Site Engineer/Engineer-in-Charge "
CUM 6213.7200

50.026

S E
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy
primer andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP
SQM 433.8300

E A
stationsalong ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying
timementioned by manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to

L
siteand any other work required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

50.027 (P
<H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</> 0.0000

50.028
O R
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber SQM 1137.5900

S
Sealingand nails etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with
goodquality glass putty, nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in

50.029 D
thescope of the Contractor "

E
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water SQM 76.4000

I C
proofing pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith
minimum two or more coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying

P R
the paint to the surface and watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated
transportation required for completing the jobs inall respects.
50.03

UN
<H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000
50.031 "The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 CUM
cms in depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at
E )
423.4100

washout sites along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced
from "
R
HE
50.032 "The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled EA 94.9700
with ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-

CE
In-Charge at washout sites along the pipeline "
50.033 The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled EA 27.4300

I
cement bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline

R
50.034 "Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC "
P CUM 2767.7100

TE
50.035 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L CUM 3459.3800
ROWas per requirement as per instructions of EIC
50.036

U O
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage
thickness including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and
pointing complete as per instruction of Site Engineer/Engineer-in-Charge."
SQM 968.4500

50.037

50.038
<H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</>

T Q
The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM
0.0000

337.3100

50.039 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC"
N O CUM 6205.6900

50.04

D O
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation,
CUM 7767.4500

50.041
E
supply ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

S
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering CUM 8095.4600

work and directions of EIC "


E A
and huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of

50.042
L
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing KG 93.9700

(P
inposition and binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "

OR
50.043 "The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in SQM 297.2000
propershape and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the

50.044
dumpingground within meter lead"
S
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.3600

50.045
E D
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour H 222.1800

C
,disposal of rubbish etc. (Minimum capacity of Pump 3 HP). "

RI
50.046 <H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</> 0.0000

50.047

N P
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper EA
drum shifted to site and back to owners premises.
270.2700

U
50.048 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up
E )
1352.3600

to the satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "
R
HE
50.049 Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA 0.0000

50.05 0-50 KM

C E CUM 555.9500

50.051 50-100 KM

RI CUM 1111.9000

50.052 100-150 KM
P CUM 1667.8500

TE
50.053 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

50.054

50.055
<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>

U O
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. CUM
0.0000

298.7700

50.056
Q
The job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.

T
Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra CUM 2591.0400

50.057
includessupply of all labour, equipments etc.
N O
quantityof aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job

"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per SQM 936.4500

110 mm x 80 mm. "


D O
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x

50.058

50.059
Providing sand by forming bed

S E
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools
CUM

M
1256.7200

2304.5300

50.06
etc as per direction of EIC/ site engineer "

E A
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone 0.0000

L
aggregatesas directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
50.061
(P
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size) CUM 6074.6900

OR
50.062 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size) CUM 6755.0000

50.063
S
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size) CUM 6894.2700

ED
50.064 1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 7230.0400

50.065

I C
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete
in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>
0.0000

50.066
P R
1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size CUM 8095.4500

50.067

UN
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700
E)
50.068 <H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing)

ER
(For items below)"</>
50.069 1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

50.07

50.071
"1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal "

Demolishing concrete structure and disposal of material within 50 metreslead.


CUM

E
CUM
H 8669.7400

2705.2050

I C
PR
50.072 <H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</> 0.0000

50.073 Foundations, Footings, Bases for columns SQM 608.0800

50.074 Suspended floors, roofs, landings, balconies and access platform


T E SQM 513.6200

50.075 Lintels, beams, plinth beams, girders and cantilevers

U O SQM 608.0800

50.076

50.077
Columns, Pillars, Piers, Abutments, Posts and Struts

T Q
"Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
SQM

CUM
608.0800

2028.5300

50.078
N O
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. M
Job includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
743.2200

50.079
D O
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
DIRECTIONS OF EIC/SITE ENGINEER
SQM 293.6200

SE
50.08 Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

EA
50.081 "Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in M 270.2700
conduits, n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc.

PL
as required other than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer
including cost of ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left

(
over cable drum to ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the

R
cable inside the TLP oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials,
etc. (Cable sizes up to 35 sq. mm single core PVC armoured aluminium/ copperconductor cables) . "

O
50.082
S
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm M 377.5600

D
from the ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on
top of that with second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of
E
owner supplied ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating

I C
the respective length of anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside

R
the pipe provided for boxes) on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "

P
UN
E)
50.083 <H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade 0.0000
PVCinsulated steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing
kits of reputed make M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable
compound etc. Job complete in all respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials,
labour, equipment, services etc. for items below:</>
E R
50.084 Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA
H 1604.1300

50.085 "Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial

I
anode head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of
EA
CE 3341.8800

50.086
site engineer/ EIC. (Unit ""EA"" shall mean ""Per Joint""). "
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make
P R 0.0000

TE
50.087 Copper Cable size 1cx50 sq. mm Armoured M 169.2500

50.088

50.089
Copper Cable size 1cx35 sq. mm Armoured

Copper Cable size 1cx25 sq.mm Armoured


U O M

M
234.8500

313.1300

50.09 Copper Cable size 2cx6 sq.mm Armoured


T Q M 443.7600

50.091

50.092
Copper Cable size 2cx25 sq.mm Armoured

Copper Cable size 2cx70 sq.mm Armoured N O M

M
496.1200

587.5800

50.093
D O
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials, CUM 1027.8100

50.094
transportation to site, labour etc

S E
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof
Site Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
0.0000

50.095 Coke Breeze (4-10mm size)

E A KG 83.0500

50.096 Bentonite Powder


L KG 12.6900

50.097 Salt
(P KG 12.6850

50.098 Charcoal
O R KG 51.8600

50.099 Gypsum S KG 12.6800

50.1
E D
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles EA 3265.8800

C
etc. Rate is on basis of per Bed"

I
P R
UN
50.101 "Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm EA
MS thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B
E )
35185.2000

class) of 2 mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries
with a base plate welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe,
complete in every respect as per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the
E R
respective length of anode cable on Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB)
enrouting the cable through inside of theAJB box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials
etc with the foundation as (for items below)" E H
50.102 "Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm
I C EA 5225.4200

PR
nominalsize) "
50.103 Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

TE
50.104 "Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor EA 6531.7700
7/16 uage PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass

U O
nuts/bolts, washer lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate,
copper/brass nut bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if
required the uprooting of TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the

50.105
cost of 16sqmm multi strand or 7/16gauage PVC insulated flexible copper cable "

T Q
<H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels
,beams and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof
0.0000

N O
25micron DFT including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO
,including the cost of all materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as
perspecifications and directions of Engineer-in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>

50.106 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts
D O TO 117571.8500

50.107
S E
Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items TO 117571.8500

50.108

E A
Members fabricated from square, round of all size tubular sections. TO 124103.6200

50.109
L
"Welding, erection, fabrication of IOC supplied steel structure. " TO 42240.6200

50.11 (P
"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring EA 958.1800

O R
,extending the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof
flooring after the job , checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials

S
and tools etc. (Cost of 10 sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

ED
50.111 "Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if EA 958.1800
required at different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension

I C
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter
restoration of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only

R
excavation & backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

P
UN
50.112 "Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode EA
to be constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and
E )
16504.8900

commissioning of earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of
50mm nominal diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as
per the provided drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes
ER
drilling holes for providing perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI
pipe at distance of 1.2m, 1.8m ,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled
up with well mixedalternating layers of charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this E H
I C
item is inclusive of excavation, disposal of excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and

PR
associated items to site, labour etc. as per theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode
Connector GI plate) as per IS: 3043standard and drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm
and shall be welded to the GI pipeof 50mm internal diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized

T E
Coating Thickness of 100 microns.Provision of 04 nos (two on each half) holes shall be made on theconnector GI plate so as to receive receive
50 mm long 13 mm bolt, nutand double G.I. washer screwing system. Please note that this item isinclusive of excavation, disposal of excavated

U O
soil, backfilling ,associated earthwork complete with transportation of all materials andassociated items to site, labour etc. as per the instructions
of siteengineer/ EIC. Providing earthing inspection chamber with PCC of mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand:
4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx 650mm, wall thickness of 125mm and height of 600mm (Out of

T Q
which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel, while the remaining 500mm of PCC portion of Inspection
Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover of dimension 750mm x 750mm x 4mm thick. The
C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with 01 coat of Red Oxide Primer and 02 Coats
ofEnamel Paint (Black) on both the top "

N O
50.113

D O
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the
existinganode bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper
EA 4224.0700

50.114
the instruction of site engineer/ EIC.

S E
"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales
,dust, mud etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand
EA 3265.8800

50.115
A
paper,brushes, cloths, labour, tools etc. as per the instructions of the siteengineer/ EIC. "

E
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at EA 4877.2400

L
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
50.116
(P
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
0.0000

OR
50.117 "(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site EA 6140.4200
Engineer/ Engineer-in-Charge. "
50.118
S
"(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire
through proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination.
EA 6488.6000

E D
Excluding the cost of 6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site
Engineer/ Engineer-in-Charge "
50.119

I C
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper
Cad elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline.
EA 4834.0700

P R
The job is also inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be
carried out to the complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
50.12

UN
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of
xcavation/ auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour
etc. "
EA 4224.0700
50.121 "Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA

E )
7360.4200

50.122 "Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA
R 2264.5300

HE
50.123 <H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding 0.0000
double compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing
aluminium lugs, rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour,
connection to the quipment terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate
C E
I
inclusive of cost of all lugs. Cost of Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

R
50.124 2 Core Cable (Up to and including 25 sq.mm)
P EA 1306.3600

TE
50.125 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

50.126

50.127
Double compression heavy duty flame proof brass cable gland

U O
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping
EA 1567.6300

0.0000

T Q
ofcable insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as
perdrawings, pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm
asindicated in brackets including lower and upper size limits inrespective categories. (For items below)"</>
50.128

50.129
"1 Core Cable (up to and including 70 sq.mm) "

2 Core Cable (up to and sq. mm) N O EA

EA
1659.1300

2051.0300

50.13 3/ 3.5/ 4 Core Cable (up to and including 16 mm2)


D O EA 1301.7600

50.131 3/ 3.5/ 4 Core Cable (25-50 sq.mm)


S E EA 1497.9900

50.132

E A
<H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT
power ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or
0.0000

L
existing trench/RCC or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also

(P
includesfixing of saddles, aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening
,dressing of cable and returning the empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings,

R
specifications and directions of the Engineer-in-charge. (For items below)</>

O
50.133 Up to 10 Sq.mm
S EA 177.2500

ED
50.134 16-35 Sq.mm EA 273.2700

50.135

I C
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various
voltagegrades/ types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable
0.0000

P R
drums,returning the filled up cable drums to the store/another site includingtransportation of empty cable drums from stores to site and filled
upcable drums from site to stores/another site, etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith

50.136
UN
labour and materials as perdirections of the Engineer-in- Charge (For items below)"</>
Up to 10 Sq.mm EA 74.5500
50.137 16-35 Sq.mm EA

E )
101.9600

50.138 "Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site
Engineer. "
EA

E R 477.9400

50.139 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. EA
10 nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through
cables including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of E H 16408.2500

I C
backfill aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by

PR
theContractor (Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5)
Aftercompletion of this job, energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost&
expenses. (6) All petty items required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the

T E
Contractor. (7) The Owner supplied materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is
complete, the Owner supplied material shall be returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour

per the direction of Engineer-in-Charge/ SiteEngineer. (Unit ""EA"" shall mean ""Per Anode"") "
U O
cost, transportation of materials, cosumables etc.shall be included in the rates & shall be borne by the Contractor. Thejob shall be completed as

50.14

T Q
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft
from the earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the
excavated Anodes back to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as
EA 6836.7700

50.141
per theinstructions of Site Engineer/ EIC.disconnecting the Anodesfrom their "

N O
"COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools SQM
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
1640.6300

50.142 <H>OPERATION OF MOSRU/ DG SET (For items below) :</>

D O 0.0000

50.143

50.144
S E
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H

"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll KM
793.3000

27.8600

50.145
tax & octoroi and goverment charges. "

E A
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900

L
50.146
(P
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</> 0.0000

OR
50.147 SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at SQM 14.4600
intended site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m

50.148
S
and lift upto 1.5 m - All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :- CUM 581.9800

E D
Earth Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm
on plan) by mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard

I C
practice, disposal and storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per
site requirement. This job shall also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for

P R
protection of Gas Pipeline & OFC cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil
Labour for manual excavation after certain depth, 3) Site Supervisor- 1 No

UN
50.149 "EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for CUM
all type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by
E )
681.0600

mechanical means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal
and storing of excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement.
This job shall also include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation
E R
work for protection of Gas Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location :
1) JCB-MODEL 4DX-1 no in continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain
depth, 3) Site Supervisor - 1no" E H
50.15
I
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic /
C CUM 1061.4400

PR
Pneumatic Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per
instruction of EIC and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom
surface of the pipe. Site supervision & resource to be eployed as per direction of EIC

TE
50.151 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) CUM 198.1900
removed during excavation of trench (stored within 50 m radius of the excavated trench).
50.152

50.153
<H>Other associated Earth Work related activities</>

U O
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete CUM
0.0000

331.2900

50.154
manpower, tools whatsoever required for the job.
T Q
including loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries,

Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated CUM 452.8800

50.155
N O
trench) by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means,
manpower whatsoever required."
CUM 466.3800

50.156

D O
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower,
whatsoever for making Road Diversion as per job requirement and as per IOCL's requirement."
CUM 168.9000

50.157

S E
"Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed
by Engineer-in-charge"
EA 41.8400

50.158
A
<H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</>

E
0.0000

50.159
L
Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, SQM 58.8000

(P
propping etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around
inner side of excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre

O R
to centre, horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should
be connected with nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by

S
MS binding wire. The scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the
workmen etc., complete as per directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the

E D
requirement of the same. This shall also include, transportation, material handling equipment, manpower, tools whatsoever requied for the job
and duration of installed structure in the trenach, shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area

C
of the scaffolding shall be measured for payment purpose.

I
50.16

P R
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as
per job requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench.
SQM 109.6000

UN
Measurement of this SOR, shall be as per surface Ground area covered at actual by erectred shed"
50.161 PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC CUM
1:2:4 (1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire
E )
6213.7200

50.162
charges, supply of all materials, shuttering etc as per requirement.
Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM
E R 452.4900

50.163

50.164
<H>Coating Job: refurbishment of old coating (for items below)</>

Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface SQM
E H 0.0000

290.6000
is to be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with
I C
PR
portable power grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of
the pipe surface.
50.165 Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / SQM 10034.4100

T E
RAYCHEM equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer
specification. This shall be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after

50.166
acceptance in holiday test. Also Match stick wherever is required for minor difects
O
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement &
U
at IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the
0.0000

T Q
first Eight hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of
deployment and availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will
be inclusive of Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for

N O
intended operational at site); Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond
Eight (8) hours, shall be paid extra as additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for
deployment of any sort of following services for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

50.167
D O
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump H 3435.8000

50.168
S E
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation
charges, Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site
H 2433.8800

50.169
E A
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including H 4864.7100

L
mobilisation and demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
50.17
(P
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area H 486.4800

OR
50.171 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 H 2587.9200
Rigger with Technician Tool boxes for size upto 32 mm
50.172
S
<H>Repair of shorted casing (For items below)</> 0.0000

50.173

E D
Excavation & backfilling. CUM 758.8900

50.174

I C
Padding with soft soil CUM 1189.6500

50.175

P R
Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope
of work for detail
IN 218.5600

50.176

UN
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail H 1147.4400
E)
50.177 Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM 24.4300

50.178

50.179
Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail

<H>Supply & installation of casing end seal as per technical specification (For items below)</>
EA

E R 4569.3800

0.0000

50.18 End seal for carrier pipe having size 18" & casing having size 24".
E EA H 37881.6500

50.181 End seal for carrier pipe having size 16" & casing having size 22"
I C EA 36990.3100

50.182 End seal for carrier pipe having size 14" & casing having size 20"
P R EA 39689.0700

TE
50.183 End seal for carrier pipe having size 12" & casing having size 18" EA 34019.2100

50.184

50.185
End seal for carrier pipe having size 10" & casing having size 16"

U O
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be
EA

H
28349.3300

17046.7400

50.186
equivalent to 24 hrs. Please refer scope of work for detail
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail
T Q H 9218.9600

50.187

N O
Earth work in excavation in all kinds of soil except hard rock requiring blasting for foundation trenches, upto any depth including trimming of sides EA
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
0.0000

D O
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.

50.188 a) Depth upto 1.5 m (measured from orig


S E CUM 223.6600

50.189 b) Depth between 1.5 m to 5 m

E A CUM 289.3800

50.19 BURST SITE


L EA 0.0000

50.191 Mobilization & De-mobilization


(P EA 203000.0000

OR
50.192 Providing JCB EA 0.0000

50.193 Night Hours


S STD 1624.0000

50.194 Day hours


ED STD 1276.0000

50.195
IC
Providing 02 Nos of compressor H 3480.0000

PR
50.196 Operation of compressor STD 1160.0000

50.197

UN
Deployment of Labour EA 0.0000
50.198

50.199
Day hours

Night Hours
EA

EA E )754.0000

986.0000
R
HE
50.2 Supply of PVC sheet for oil earth LS 25520.0000

50.201 Supply of water tankers EA

C E 1740.0000

50.202 Supply of Black RiverSoil mud plugging

RI EA 2900.0000

50.203 Providing Sand Blasting set up


P H 8120.0000

TE
50.204 Providing Pic up at site H 6960.0000

50.205

50.206
Providing supervisors

Providing welder, cutter, grinder team


U O H

H
2088.0000

3480.0000

50.207 Blaster and Insulator


T Q H 5800.0000

50.208

50.209
Providing welding m/c & cutting m/c

Providng hydra at two instance N O H

EA
5800.0000

5220.0000

50.21 Providing truck shifting material to sen


D O LS 9280.0000

SE
50.211 Supply hardware & misc items LS 62872.0000

50.212

50.213
Pilferage Site

Mobilization & Demobilization


E A SU

EA
0.0000

24756.4900

PL
50.214 Labors
( EA 448.0000

OR
50.215 Removal of pilferers arrangement EA 8663.2900

50.216 Welding of fitted leak clamp


S SU 0.0000

ED
50.217 8" EA 11355.5400

50.218 10"

I C EA 11725.4800

50.219 12"

P R EA 13906.9600

50.22

UN
Sleeve Welding SU 0.0000
50.221 8" EA

E )
10237.0700

50.222 10" EA
R 7300.9000

HE
50.223 12" EA 8716.0800

50.224 Coat and Wrap Work

C E M 1651.8200

50.225 Excavation, making repair pit & backfill

RI CUM 234.7800

50.226 Providing backhole machine


P STD 1038.7000

TE
50.227 Tent arrangement STD 200.4700

50.228

50.229
Gully Sucker/Sewage Tank FROM SITE TO

0-50 KM
U O SU

EA
0.0000

6402.4000

50.23 50-100 KM
T Q EA 12804.8000

50.231

50.232
100-150 KM

CP Maintenance N O EA

SU
19207.2000

0.0000

50.233 Repair of the existing Test Lead Points


D O EA 1895.9182

SE
50.234 Repair of the existing Test Lead Points EA 2647.4533

50.235 Supply and pouring of water around anode


E A KL 90.1600

50.236 Preparation of surface by removing dust,


PL SU 0.0000

(
50.237

50.238
O R
In respect of CP fencing, structures, do

In respect of cp unit painting with smok


EA

EA
1722.3100

679.8600

S
50.239

50.24
E D
Painting lines,dashes,arrows,letters etc SQM

Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, EA
97.7800

5890.6184

I C
laying of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification

50.241 R
and directions of Site Engineer/ Engineer-in-Charge uder following stations

P
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA
specification in accordance with dwg no. 9200-99900-404-611-00
7060.9793

UN
Validate Print Help Percentage BoQ
E )
Tender Inviting Authority: Chief Technical services Manager, IndianOil Corporation Limited, Northern Region Pipeline, P.O. Panipat Refinery Baholi, Panipat 132140

Name of Work: Maintenance, Inspection and Up-keeping of cross-country pipeline - Pipeline Right of Way, SV Stations and Cathodic Protection system of NRPL E R
Group B : Bijwasan (Stations : Bijwasan, Meerut, Mathura, Tundla and Bharatpur)

E H
Contract No: PNP17130B
PREAMBLE OF SCHEDULE OF RATES
I C
PR
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.

Schedule of Rates.
T E
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

3. The description given under the items of work in the Schedule of Rates shall be deemed to include, wherever applicable, mobilization, labour, equipment, materials, carriage, cartage,

entire execution and completion of the relative works in all respects according to the contract.
U O
hoisting, setting, fitting and fixing in position of all materials and equipment, and all other labours and operations necessary whether specifically stated/implied or not, for the full and

documents for the execution of the works in accordance therewith and the instructions of the Engineer-in-Charge.
5. The rates quoted shall be inclusive of all taxes and duties excluding GST.
T Q
4. The description given under the items of work in the Schedule of Rates shall be deemed to include the relative provisions in the Specifications, Drawings and other contract

6. No overwriting/ cutting/ use of white fluid are allowed in the SOR.

N O
7. 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 work appearing in the Schedule of Rates.
UNITS - as defined

D O
Bidder
Name :
S E
NUMBER #
E A PRICE SCHEDULE
TEXT # TEXT # NUMBER

L
Sl.
No. (P Item Description Units Estimated Rate

O R
S
E D
I C
1
10
P R
Maint.Insp. & Up-Keeping-BIJWASAN
2 5 6
0.0000

UN
10.001 <H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
MON
)
276446.3600

E
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)
R
HE
10.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0800
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main

E
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting

C
RI
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.

P
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every
respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.
E
10.003
O T
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification,
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
0.0000

Q U
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost
of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

10.004
work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
Warning Sign Board

O T EA 7143.5400

10.005 Direction Marker/Turning Point Marker N EA 6664.7050

10.006 Kilometer Marker


D O EA 7631.1650

10.007 Danger marker


S E EA 6436.7900

E A
10.008 OFC Marker
L EA 6700.8550

10.009 Crossing marker


(P EA 6674.2050

O R
S
E D
I C
P R
UN
10.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,
E )
25700.4600

neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483).
The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through
foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe
E R
(using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site,

E
applying epoxy paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as
per site conditions) and size, lugs etc. The work includes supply and fixing of a non-corrosive name plate containing the details like KM location,
H
I C
identification, TLP No., direction of flow, connection scheme, type etc., on the side of the TLP box, etc. The name plate shall also include the details of

PR
corrosion coupon wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary
requirement. The work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of
the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &
pushbutton for PSP Measurment)

T E
10.011
O
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
U
EA 6631.7700

10.012

T Q
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
0.0000

N O
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's
upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4
stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of

10.013
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

Sign Board of size 3 Feet x 2 Feet D O EA 6920.7050

S E
10.014 Sign Board of size 4 Feet x 3 Feet

E A EA 9859.2050

L
(P
10.015 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.

OR
</>
10.016 Warning Sign Boards EA 619.5800

10.017 BOUNDARY PILLAR


S EA 114.2100

10.018 Kilometer Posts


E D EA 619.5800

C
RI
10.019 Turning Points/ Crossing Markers/ Direct EA 619.5800

10.02

10.021
N P
Vent & Drain Pipes

Danger Markers
EA

EA
481.9500

551.5400

U
E)
10.022 Test Lead Points (TLPs) including cleani EA 619.5800

10.023

10.024
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all
complete as per directions of Site Engineer/Engineer-in-Charge. "
"Repair & Painting two coats of any sha
CUM

SQM
E R 333.3100

400.9100

10.025
E
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8 SQM
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed
H 689.5800

by Site Engineer/Engineer-in-Charge. "


I C
10.026

10.027
by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
P R
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected SQM

"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM
133.6350

6213.7200
as per specification or as directed by Site Engineer/Engineer-in-Charge "

T E
10.028
O
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer

U
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
SQM 433.8300

T Q
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work
required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

10.029
10.03
<H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</>
N O
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber Sealingand nails SQM
0.0000
1137.5850

D O
etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with goodquality glass putty,
nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in thescope of the Contractor "

SE
10.031 Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water proofing SQM 76.4000
pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith minimum two or more

E A
coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying the paint to the surface and
watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated transportation required for completing

10.032
the jobs inall respects.
<H>ROW WASHOUT RESTORATION WORKS (For items below)</>
PL 0.0000
10.033
(
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM 423.4100

R
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "
O
10.034
S
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with EA 94.9700

10.035 E D
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at
washout sites along the pipeline "
The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled cement EA 27.4300

I C
bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline
10.036

P R
"Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM 2767.7100

10.037

UN
The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L
ROWas per requirement as per instructions of EIC
CUM 3459.3800
E)
10.038 "Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as

ER
per instruction of Site Engineer/Engineer-in-Charge."
10.039 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</> 0.0000
10.04 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

10.041 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" E HCUM 6205.6850

I C
10.042 "The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone
PR
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "
E
CUM 7767.4450

10.043

O T
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and
directions of EIC "
CUM 8095.4600

QU
10.044 "The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and KG 93.9700
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
10.045
T
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape
and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within
meter lead"
O
SQM 297.2000

10.046
N
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.2600

10.047

10.048
rubbish etc. (Minimum capacity of Pump 3 HP). "
D O
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H

<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</>
222.1800

0.0000
10.049
S E
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA
shifted to site and back to owners premises.
270.2700

10.05

E A
"Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the
H 1352.3600

L
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "

10.051
(P
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA 0.0000
10.052 0-50 KM

O R CUM 555.9500

10.053 50-100 KM
S CUM 1111.9000

10.054 100-150 KM
E D CUM 1667.8500

I C
10.055

10.056 P R
"Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. "

<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>
CUM 471.4100

0.0000
10.057

UN
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
CUM 298.7700
10.058 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
CUM

E )
2591.0400

10.059
labour, equipments etc.
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm
SQM
E R 936.4500

10.06
x 80 mm. "
Providing sand by forming bed CUM
E H 1256.7200

10.061
I C
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300

PR
per direction of EIC/ site engineer "
10.062 <H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas 0.0000
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>

TE
10.063 1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size) CUM 6074.6900

10.064

10.065
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size)

1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size)


U O CUM

CUM
6755.0000

6894.2700

10.066 1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)


T Q CUM 7230.0400

10.067

N O
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in all
respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>
0.0000

10.068

10.069
1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size

D O
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars
CUM

CUM
8095.4500

7090.7700

10.07
S E
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000

items below)"</>
E A
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For

10.071
L
1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

(P
10.072

10.073
O R
"1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal "

Demolishing concrete structure and disposal of material within 50 metreslead.


CUM

CUM
8669.7400

2705.2100

S
10.074
10.075
E D
<H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</>
Foundations, Footings, Bases for columns SQM
0.0000
608.0800

C
RI
10.076 Suspended floors, roofs, landings, balconies and access platform SQM 513.6200

10.077

10.078
N P
Lintels, beams, plinth beams, girders and cantilevers

Columns, Pillars, Piers, Abutments, Posts and Struts


SQM

SQM
608.0800

608.0800

U
10.079 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead" CUM

E )
2028.5300

10.08 "Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
M
R 743.2200

HE
10.081 15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER SQM 293.6200
DIRECTIONS OF EIC/SITE ENGINEER
10.082 Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand)

C E CUM 6326.0800

10.083

RI
"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, M
n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other
270.2700

P
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to

E
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP

10.084
sq. mm single core PVC armoured aluminium/ copperconductor cables) . " T
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35

O
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5600

Q U
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied

T
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes)
on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "
O
10.085
N
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make
0.0000

D O
M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items
below:</>

SE
10.086 Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA 1604.1300

EA
10.087 "Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA 3341.8800
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/

10.088
EIC. (Unit ""EA"" shall mean ""Per Joint""). "

PL
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make 0.0000
10.089 Copper Cable size 1cx50 sq. mm Armoured
( M 169.2500

OR
10.09 Copper Cable size 1cx35 sq. mm Armoured M 234.8500

10.091
S
Copper Cable size 1cx25 sq.mm Armoured M 313.1300

10.092
E D
Copper Cable size 2cx6 sq.mm Armoured M 443.7600

C
RI
10.093 Copper Cable size 2cx25 sq.mm Armoured M 496.1200

10.094

10.095
N P
Copper Cable size 2cx70 sq.mm Armoured

Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials,
M

CUM
587.5800

1027.8100

Utransportation to site, labour etc


E)
10.096 <H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site 0.0000
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
10.097

10.098
Coke Breeze (4-10mm size)

Bentonite Powder
KG

KG
E R 83.0500

12.6900

10.099 Salt
E H
KG 12.6900

10.1 Charcoal
I C KG 51.8600

10.101 Gypsum
P R KG 12.6900

TE
10.102 "Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc. EA 3265.8800
Rate is on basis of per Bed"
10.103
O
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2

U
mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate
EA 35185.2000

T Q
welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as
per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB

10.104
O
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

N
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

10.105
D O
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

SE
10.106 "Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA 6531.7700
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer

E A
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of

7/16gauage PVC insulated flexible copper cable "


PL
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or

10.107
(
<H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams 0.0000

R
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all

O
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-

S
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>
10.108

E D
Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts TO 117571.8500

C
RI
10.109 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items TO 117571.8500

10.11

N P
Members fabricated from square, round of all size tubular sections. TO 124103.6200

U
10.111 "Welding, erection, fabrication of IOC supplied steel structure. " TO

E )
42240.6200

10.112 "Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending
the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10
EA

E R 958.1800

10.113
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
E H EA 958.1800

I C
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration

PR
of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

TE
10.114 "Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA 16504.8900
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of

O
earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal
diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided

U
drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing

T Q
perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m
,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of
charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of

N O
excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per
theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and
drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal

D O
diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on
each half) holes shall be made on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system.
Please note that this item isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all

S E
materials andassociated items to site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of
mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx

E A
650mm, wall thickness of 125mm and height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel,
while the remaining 500mm of PCC portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover

L
of dimension 750mm x 750mm x 4mm thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with

(P
01 coat of Red Oxide Primer and 02 Coats ofEnamel Paint (Black) on both the top "

OR
10.115 Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode EA 4224.0700
bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site
engineer/ EIC.
S
10.116

E D
"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud EA
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
labour, tools etc. as per the instructions of the siteengineer/ EIC. "
3265.8800

C
RI
10.117 uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at EA 4877.2400
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.

10.118

N P
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
0.0000

U
10.119 "(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/
Engineer-in-Charge. "
EA

E )
6140.4200

10.12 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of
6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "
E R 6488.6000

10.121 "CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also
E
EAH 4834.0700

I C
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the

PR
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
10.122 "Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA 4224.0700
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "

10.123
T
"Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" E EA 7360.4200

O
QU
10.124 "Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA 2264.5300

10.125
T
<H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,

O
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
0.0000

N
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

10.126 2 Core Cable (Up to and including 25 sq.mm)


D O EA 1306.3600

SE
10.127 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

10.128
E A
Double compression heavy duty flame proof brass cable gland EA 1567.6300

PL
10.129
(
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable 0.0000

R
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings,
pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets

O
including lower and upper size limits inrespective categories. (For items below)"</>
10.13
S
"1 Core Cable (up to and including 70 sq.mm) " EA 1659.1300

10.131
E D
2 Core Cable (up to and sq. mm) EA 2051.0300

C
10.132

10.133
P RI
3/ 3.5/ 4 Core Cable (up to and including 16 mm2)

3/ 3.5/ 4 Core Cable (25-50 sq.mm)


EA

EA
1301.7600

1497.9900

UN
E)
10.134 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the
E R
10.135
Engineer-in-charge. (For items below)</>
Up to 10 Sq.mm
E EA H 177.2500

10.136 16-35 Sq.mm


I C EA 273.2700

10.137
P R
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/
types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable
0.0000

T E
drums to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site,
etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-

10.138
Charge (For items below)"</>
Up to 10 Sq.mm

U O EA 74.5500

10.139

10.14
16-35 Sq.mm

T Q
"Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job
EA

EA
101.9700

477.9500

10.141
O
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "

N
"Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 EA 16408.2500

D O
nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables
including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill
aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor

S E
(Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job,
energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items

E A
required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied
materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be

L
returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall

(P
be included in the rates & shall be borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit
""EA"" shall mean ""Per Anode"") "

OR
10.142 "Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the EA 6836.7700
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site

S
Engineer/ EIC.disconnecting the Anodesfrom their "
10.143

10.144
E D
"COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>
SQM 1640.6300

0.0000
10.145
I C
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H 793.3000

10.146
P R
"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax &
octoroi and goverment charges. "
KM 27.8600

UN
E)
10.147 Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900

ER
10.148 <H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</> 0.0000
10.149 SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM 14.4600

10.15
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m
- All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth E HCUM 581.9800

I C
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by

PR
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC

certain depth, 3) Site Supervisor- 1 No


T E
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after

10.151
O
"EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all
type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical
U
means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of
CUM 681.0600

T Q
excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also
include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas
Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in

10.152
O
continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"

N
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic CUM 1061.4400

D O
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site
supervision & resource to be eployed as per direction of EIC

SE
10.153 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed CUM 198.1900
during excavation of trench (stored within 50 m radius of the excavated trench).

EA
10.154 <H>Other associated Earth Work related activities</> 0.0000
10.155 Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900

whatsoever required for the job.


PL
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools

10.156
(
Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench) CUM 452.8800

OR
by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
10.157 "Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower CUM 466.3800

10.158
whatsoever required."
S
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower, whatsoever CUM 168.9000

10.159
E D
for making Road Diversion as per job requirement and as per IOCL's requirement."
"Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed by
EA 41.8400

I C
Engineer-in-charge"
10.16
R
<H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</>

P
0.0000

UN
E)
10.161 Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, propping SQM 58.8000
etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around inner side of
excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre to centre,
horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should be connected with
nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by MS binding wire. The
E R
scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the workmen etc., complete as per

E
directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the requirement of the same. This shall also
include, transportation, material handling equipment, manpower, tools whatsoever requied for the job and duration of installed structure in the trenach,
H
I C
shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area of the scaffolding shall be measured for payment

10.162
purpose.

P R
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as per job
requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench. Measurement of this
SQM 109.6000

10.163
SOR, shall be as per surface Ground area covered at actual by erectred shed"

T E
PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC 1:2:4 CUM 6213.7200

O
(1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire charges,
supply of all materials, shuttering etc as per requirement.

QU
10.164 Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM 452.4900

OT
10.165 <H>Coating Job: refurbishment of old coating (for items below)</> 0.0000
10.166 Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to SQM 290.6000

N
be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

10.167
D O
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall
SQM 10034.4100

Match stick wherever is required for minor difects


S E
be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also

10.168

E A
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at
IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight
0.0000

L
hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and

(P
availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of
Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site);

R
Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as
additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services
O
for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>
S
10.169

10.17 E D
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
D

D
3435.8000

2433.8800

I C
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site

10.171
P R
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
D 4864.7050

10.172

UN
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area D 486.4750
10.173 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 Rigger
with Technician Tool boxes for size upto 32 mm
D

E )
2587.9150

10.174
10.175
<H>Repair of shorted casing (For items below)</>
Excavation & backfilling.
E CUM
R 0.0000
758.8850

10.176 Padding with soft soil


E H CUM 1189.6500

10.177
I C
Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope of work IN 218.5600

PR
for detail
10.178 Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail D 1147.4350

10.179
T E
Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM 24.4300

10.18 Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail
U O EA 4569.3750

10.181
10.182
<H>Supply & installation of casing end seal as per technical specification (For items below)</>
End seal for carrier pipe having size 12" & casing having size 18" T Q EA 37881.6500

10.183 End seal for carrier pipe having size 10" & casing having size 16" N O EA 36990.3100

10.184
D O
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to
24 hrs. Please refer scope of work for detail
D 17046.7400

10.185
S E
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail D 9218.9550

E A
10.186
L
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 0.0000

(P
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

R
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.
O
10.187
S
a) Depth upto 1.5 m (measured from orig CUM 223.6600

10.188
E D
b) Depth between 1.5 m to 5 m CUM 289.3800

10.189 BURST SITE


I C
10.19
10.191
P R
Mobilization & De-mobilization
Providing JCB
LS 203000.0000
0.0000
10.192

UN
Day hours STD 1276.0000
10.193 Providing 02 Nos of compressor D

E )
3480.0000

10.194 Operation of compressor STD


E R 1160.0000

10.195
10.196
Deployment of Labour
Day hours
E H
EA
0.0000
754.0000

10.197 Night Hours


I C EA 986.0000

10.198 Supply of water tankers

E PR EA 1740.0000

10.199 Supply of Black RiverSoil mud plugging


O T EA 2900.0000

QU
10.2 Providing Sand Blasting set up D 8120.0000

10.201

10.202
Providing Pic up at site

Providing supervisors
O T D

D
6960.0000

2088.0000

10.203 Providing welder, cutter, grinder team N D 3480.0000

10.204 Blaster and Insulator D O D 5800.0000

10.205 Providing welding m/c & cutting m/c


S E D 5800.0000

10.206 Providng hydra at two instance


EA EA 5220.0000

L
(P
10.207 Providing truck shifting material to sen LS 9280.0000

OR
10.208 Pilferage Site
10.209 Mobilization & Demobilization EA 24756.4900

S
10.21

10.211
Labors

E D
Removal of pilferers arrangement
EA

EA
448.0000

8663.2900

I C
10.212
10.213 10" P R
Welding of fitted leak clamp
EA 11725.4800

UN
10.214 12" EA

E )
13906.9600

10.215
10.216
Sleeve Welding
10" EA
E R 7300.9000

10.217

10.218
12"

14" E H
EA

EA
8716.0800

25711.5600

I C
10.219 16"
PR EA 27039.7200

TE
10.22 Coat and Wrap Work M 1651.8200

10.221

10.222
Excavation, making repair pit & backfill

Providing backhole machine


U O CUM

STD
234.7800

1038.7000

10.223 Tent arrangement


T Q STD 200.4700

10.224
10.225
Gully Sucker/Sewage Tank FROM SITE TO
0-50 KM
N O EA 6402.4000

10.226

10.227
50-100 KM

100-150 KM D O EA

EA
12804.8000

19207.2000

10.228 CP Maintenance
S E
10.229 Repair of the existing Test Lead Points

EA EA 1895.9182

L
(P
10.23 Repair of the existing Test Lead Points EA 2647.4533

10.231

10.232
S OR
Supply and pouring of water around anode

Preparation of surface by removing dust,


KL

SU
90.1600

0.0000
10.233

E D
In respect of CP fencing, structures, do EA 1722.3100

10.234

I C
In respect of cp unit painting with smok EA 679.8600

10.235

P R
Painting lines,dashes,arrows,letters etc SQM 97.7800

UN
10.236 Services related to revenue work of RoW Proper upkeeping of all land records, providing assistance services in reply RTIs related to land and
compensation matters, providing assistance services in measurement of land, damaged crop area, locating the area on khasra map and in field and
EA

E )
25280.0000

identifying rightful owner of the land, obtaining rate and yeild of crops as and when required, preparing panchnamas, distribution of compensation
amount in the form of cheques and maintaining a record of such distribution, issuing notices for coat and wrap work, IPS defect verification and repair
and pilferage rehabilitation as and when envisaged, marking RoW as and when required using khasra map, entry of RoW details in revenue records,
E R
10.237
procurement of land as and when required The job involves two skilled revnue personnel with knowhow of all land related matters.

E
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying
H EA 5890.6184

I C
of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of

PR
Site Engineer/ Engineer-in-Charge uder following stations
10.238 Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9793
specification in accordance with dwg no. 9200-99900-404-611-00

TE
20 Maint.Insp. & Up-Keeping-TUNDLA 0.0000
20.001 <H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/ MON 276446.3600

O
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)
U
20.002

T Q
Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
EA 1171.0800

N O
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.

D O
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every
respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

20.003
S E
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification, 0.0000

E A
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost

L
of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

(P
work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
20.004 Warning Sign Board EA 7143.5400

20.005
O
Direction Marker/Turning Point Marker
R EA 6664.7050
S
20.006 Kilometer Marker

E D EA 7631.1650

C
RI
20.007 Danger marker EA 6436.7900

20.008

N P
OFC Marker EA 6700.8550

U
20.009 Crossing marker EA

E )
6674.2050

20.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,
E R 25700.4600

neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483).
The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through
foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe
E H
I C
(using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site,

PR
applying epoxy paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as
per site conditions) and size, lugs etc. The work includes 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. The name plate shall also include the details of

T E
corrosion coupon wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary
requirement. The work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of

pushbutton for PSP Measurment)

U O
the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &

20.011

T Q
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
EA 6631.7700

20.012

N O
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
0.0000

D O
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's
upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4
stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

S E
20.013 Sign Board of size 3 Feet x 2 Feet

E A EA 6920.7050

L
(P
20.014 Sign Board of size 4 Feet x 3 Feet EA 9859.2050

OR
20.015 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.
</>
S
20.016

20.017
Warning Sign Boards

Boundary Pillars
E D EA

EA
619.5800

114.2100

I C
20.018

20.019
P R
Kilometer Posts

Turning Points/ Crossing Markers/ Direct


EA

EA
619.5800

619.5800

UN
E)
20.02 Vent & Drain Pipes EA 481.9500

20.021

20.022
Danger Markers

Test Lead Points (TLPs) including cleani


EA

EA
E R 551.5400

619.5800

20.023
E
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all
complete as per directions of Site Engineer/Engineer-in-Charge. "
H
CUM 333.3100

20.024 "Repair & Painting two coats of any sha


I C SQM 400.9100

20.025
P R
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed
SQM 689.5800

20.026
by Site Engineer/Engineer-in-Charge. "

T E
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected SQM 133.6350

20.027
by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."

as per specification or as directed by Site Engineer/Engineer-in-Charge "


U O
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM 6213.7200

20.028

T Q
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
SQM 433.8300

N O
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work
required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

20.029
20.03
<H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</>
D O
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber Sealingand nails SQM
0.0000
1137.5850

S E
etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with goodquality glass putty,
nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in thescope of the Contractor "

20.031
E A
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water proofing SQM 76.4000

L
pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith minimum two or more

(P
coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying the paint to the surface and
watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated transportation required for completing

OR
the jobs inall respects.
20.032 <H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000
20.033 "The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM 423.4100
S
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites

20.034
D
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

E
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with EA 94.9700

I C
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at

20.035
P R
washout sites along the pipeline "
The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled cement
bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline
EA 27.4300

UN
20.036 "Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM

E )
2767.7100

20.037 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L
ROWas per requirement as per instructions of EIC
CUM
E R 3459.3800

20.038

E
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as
per instruction of Site Engineer/Engineer-in-Charge."
H
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500

20.039 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</>
I C 0.0000

PR
20.04 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

20.041 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6850

20.042
T E
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone CUM 7767.4450

O
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

QU
20.043 "The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and CUM 8095.4600
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and

OT
directions of EIC "
20.044 "The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and KG 93.9700
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
20.045
N
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape
and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within
SQM 297.2000

20.046
meter lead"

D O
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.2600

SE
20.047 "The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800
rubbish etc. (Minimum capacity of Pump 3 HP). "

EA
20.048 <H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</> 0.0000
20.049 Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA 270.2700

20.05
shifted to site and back to owners premises.

PL
"Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H 1352.3600

(
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the

20.051
R
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "

O
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer 0.0000
20.052 0-50 KM
S CUM 555.9500

20.053 50-100 KM E D CUM 1111.9000

I C
20.054

P R
100-150 KM CUM 1667.8500

20.055

UN
"Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100
E)
20.056 <H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</> 0.0000
20.057 Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The CUM 298.7700

ER
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
20.058 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof CUM 2591.0400
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all

20.059
labour, equipments etc.
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm E H
SQM 936.4500

x 80 mm. "
I C
PR
20.06 Providing sand by forming bed CUM 1256.7200

20.061 "Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300

20.062
per direction of EIC/ site engineer "

T E
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas 0.0000

20.063
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size)
U O CUM 6074.6900

20.064

20.065
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size)

1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size)


T Q CUM

CUM
6755.0000

6894.2700

20.066 1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)


N O CUM 7230.0400

20.067

D O
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in all
respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>
0.0000

SE
20.068 1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size CUM 8095.4500

EA
20.069 1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

20.07

PL
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For
0.0000

items below)"</>
(
OR
20.071 1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

20.072
S
"1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM 8669.7400

20.073
E D
Demolishing concrete structure and disposal of material within 50 metreslead. CUM 2705.2100

C
RI
20.074 <H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</> 0.0000
20.075 Foundations, Footings, Bases for columns SQM 608.0800

20.076

N P
Suspended floors, roofs, landings, balconies and access platform SQM 513.6200

U
E)
20.077 Lintels, beams, plinth beams, girders and cantilevers SQM 608.0800

20.078

20.079
Columns, Pillars, Piers, Abutments, Posts and Struts

"Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
SQM

CUM
E R 608.0800

2028.5300

20.08
E
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
M H 743.2200

20.081 15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
I C SQM 293.6200

20.082
DIRECTIONS OF EIC/SITE ENGINEER
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand)
P R CUM 6326.0800

TE
20.083 "Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, M 270.2700
n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other

O
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to

U
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP

20.084
sq. mm single core PVC armoured aluminium/ copperconductor cables) . " Q
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35

T
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5600

N O
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of

20.085
on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. " O
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes)

D
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated 0.0000

S E
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make
M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all

below:</>
E A
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items

20.086
L
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA 1604.1300

20.087
(P
"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA 3341.8800

20.088
O R
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/
EIC. (Unit ""EA"" shall mean ""Per Joint""). "
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make 0.0000
20.089
S
Copper Cable size 1cx50 sq. mm Armoured M 169.2500

20.09
E D
Copper Cable size 1cx35 sq. mm Armoured M 234.8500

C
RI
20.091 Copper Cable size 1cx25 sq.mm Armoured M 313.1300

20.092

20.093
N P
Copper Cable size 2cx6 sq.mm Armoured

Copper Cable size 2cx25 sq.mm Armoured


M

M
443.7600

496.1200

U
E)
20.094 Copper Cable size 2cx70 sq.mm Armoured M 587.5800

20.095

20.096
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials,
transportation to site, labour etc
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site
CUM

E R 1027.8100

0.0000

20.097
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
Coke Breeze (4-10mm size)
E KG H 83.0500

20.098 Bentonite Powder


I C KG 12.6900

20.099 Salt
P R KG 12.6900

TE
20.1 Charcoal KG 51.8600

20.101

20.102
Gypsum

U O
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc.
KG

EA
12.6900

3265.8800

20.103
Rate is on basis of per Bed"

T Q
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2
EA 35185.2000

N O
mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate
welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as
per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on

D O
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

SE
20.104 "Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

EA
20.105 Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

20.106

PL
"Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer
6531.7700

(
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut

R
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or

O
7/16gauage PVC insulated flexible copper cable "
20.107
S
<H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams 0.0000

D
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all
E
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-

C
RI
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>
20.108 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts TO 117571.8500

N P
U
20.109 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items TO
)
117571.8500

E
20.11 Members fabricated from square, round of all size tubular sections. TO
E R 124103.6200

20.111 "Welding, erection, fabrication of IOC supplied steel structure. "


E H TO 42240.6200

20.112
I C
"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending EA 958.1800

PR
the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

TE
20.113 "Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at EA 958.1800
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension

O
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration
of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "
U
20.114
T Q
"Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
16504.8900

N O
earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal
diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided
drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing

D O
perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m
,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of
charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of

S E
excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per
theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and

E A
drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal
diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on

L
each half) holes shall be made on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system.

(P
Please note that this item isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all
materials andassociated items to site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of

R
mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx
650mm, wall thickness of 125mm and height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel,

O
while the remaining 500mm of PCC portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover

S
of dimension 750mm x 750mm x 4mm thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with

D
01 coat of Red Oxide Primer and 02 Coats ofEnamel Paint (Black) on both the top "

E
C
RI
20.115 Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode EA 4224.0700
bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site

20.116
P
engineer/ EIC.
"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud EA

N
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
3265.8800

Ulabour, tools etc. as per the instructions of the siteengineer/ EIC. "
20.117 uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
EA

E )
4877.2400

20.118 <H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
E R 0.0000

20.119

20.12
"(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/
Engineer-in-Charge. "
E H
EA

"(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA
6140.4200

6488.6000

I C
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of

PR
6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

20.121 "CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad EA 4834.0700

T E
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the

20.122
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
O
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA

U
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "
4224.0700

20.123
T Q
"Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

20.124
N O
"Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA 2264.5300

20.125

D O
<H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
0.0000

S E
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

20.126 2 Core Cable (Up to and including 25 sq.mm)


E A EA 1306.3600

L
(P
20.127 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

OR
20.128 Double compression heavy duty flame proof brass cable gland EA 1567.6300

S
20.129

E D
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings,
pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets
0.0000

C
RI
including lower and upper size limits inrespective categories. (For items below)"</>
20.13 "1 Core Cable (up to and including 70 sq.mm) " EA 1659.1300

20.131
N P
2 Core Cable (up to and sq. mm) EA 2051.0300

U
20.132 3/ 3.5/ 4 Core Cable (up to and including 16 mm2) EA

E )
1301.7600

20.133 3/ 3.5/ 4 Core Cable (25-50 sq.mm) EA


R 1497.9900

HE
20.134 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC

E
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the

C
Engineer-in-charge. (For items below)</>
RI
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the

20.135 Up to 10 Sq.mm
P EA 177.2500

TE
20.136 16-35 Sq.mm EA 273.2700

20.137
O
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/
types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable

U
drums to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site,
0.0000

20.138
Charge (For items below)"</>
Up to 10 Sq.mm
T Q
etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-

EA 74.5500

20.139 16-35 Sq.mm


N O EA 101.9700

20.14

D O
"Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "
EA 477.9500

SE
20.141 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 EA 16408.2500
nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables

E A
including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill
aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor

PL
(Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job,
energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items

(
required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied

R
materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be
returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall

O
be included in the rates & shall be borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit
""EA"" shall mean ""Per Anode"") "
S
20.142

E D
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site
EA 6836.7700

C
RI
Engineer/ EIC.disconnecting the Anodesfrom their "
20.143 "COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools SQM 1640.6300

20.144
20.145
N P
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H
0.0000
793.3000

U
E)
20.146 "Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax & KM 27.8600
octoroi and goverment charges. "
20.147 Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H

E R 452.7900

20.148
20.149
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</>

E
SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m
H 0.0000
14.4600

- All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
I C
20.15 EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth

P R
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and
CUM 581.9800

T E
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC

O
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after
certain depth, 3) Site Supervisor- 1 No

QU
20.151 "EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all CUM 681.0600
type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical

T
means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of
excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also

O
include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas

N
Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in
continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"

20.152
D O
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC
CUM 1061.4400

supervision & resource to be eployed as per direction of EIC


S E
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site

20.153

E A
Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed
during excavation of trench (stored within 50 m radius of the excavated trench).
CUM 198.1900

20.154 <H>Other associated Earth Work related activities</>


L 0.0000

(P
20.155 Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools

OR
whatsoever required for the job.
20.156 Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench) CUM 452.8800

20.157
S
by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower CUM 466.3800

20.158
whatsoever required."

E D
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower, whatsoever
for making Road Diversion as per job requirement and as per IOCL's requirement."
CUM 168.9000

C
RI
20.159 "Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE EA 41.8400
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed by

20.16 P
Engineer-in-charge"
<H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</>

N
0.0000

U
E)
20.161 Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, propping SQM 58.8000
etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around inner side of
excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre to centre,
horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should be connected with
nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by MS binding wire. The
E R
scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the workmen etc., complete as per

E
directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the requirement of the same. This shall also
include, transportation, material handling equipment, manpower, tools whatsoever requied for the job and duration of installed structure in the trenach,
H
I C
shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area of the scaffolding shall be measured for payment

20.162
purpose.

P R
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as per job
requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench. Measurement of this
SQM 109.6000

20.163
SOR, shall be as per surface Ground area covered at actual by erectred shed"

T E
PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC 1:2:4 CUM 6213.7200

O
(1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire charges,
supply of all materials, shuttering etc as per requirement.

QU
20.164 Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM 452.4900

20.165
20.166
<H>Coating Job: refurbishment of old coating (for items below)</>
T
Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to

O
be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
SQM
0.0000
290.6000

N
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

20.167

D O
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall
be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also
SQM 10034.4100

20.168
Match stick wherever is required for minor difects
S E
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at 0.0000

E A
IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight
hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and

L
availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of

(P
Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site);
Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as

R
additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services
for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>
O
20.169
S
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump D 3435.8000

20.17
E D
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site
D 2433.8800

I C
20.171

20.172 P R
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area
D

D
4864.7050

486.4750

UN
20.173 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 Rigger
with Technician Tool boxes for size upto 32 mm
D

E )
2587.9150

20.174
20.175
<H>Repair of shorted casing (For items below)</>
Excavation & backfilling.
E
CUM
R 0.0000
758.8850

20.176 Padding with soft soil


E H CUM 1189.6500

20.177
I C
Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope of work IN 218.5600

PR
for detail
20.178 Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail D 1147.4350

20.179
T E
Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM 24.4300

20.18 Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail
U O EA 4569.3750

20.181
20.182
<H>Supply & installation of casing end seal as per technical specification (For items below)</>
End seal for carrier pipe having size 14" & casing having size 20" T Q EA
0.0000
39689.0700

20.183 End seal for carrier pipe having size 12" & casing having size 18"
N O EA 34019.2100

20.184 End seal for carrier pipe having size 10" & casing having size 16"

D O EA 28349.3300

20.185
24 hrs. Please refer scope of work for detail

A SE
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to D 17046.7400

20.186

L E
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail D 9218.9550

20.187
( P
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 EA 0.0000

R
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
O
20 cms. thick, consolidating each deposited layer by ramming, watering, dressing to level and grade , complete in all respects inclusive of cost of all
S
labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer.

20.188
E D
a) Depth upto 1.5 m (measured from orig CUM 223.6600

C
RI
20.189 b) Depth between 1.5 m to 5 m CUM 289.3800

20.19
20.191
20.192
N P
BURST SITE
Mobilization & De-mobilization
Providing JCB
EA
EA
EA
0.0000
203000.0000
0.0000

U
20.193 Night Hours STD

E )
1624.0000

20.194 Day hours STD


R 1276.0000

HE
20.195 Providing 02 Nos of compressor D 3480.0000

CE
20.196 Operation of compressor STD 1160.0000

20.197 Deployment of Labour


RI EA 0.0000
20.198 Day hours
P EA 754.0000

TE
20.199 Night Hours EA 986.0000

20.2 Supply of water tankers


U O EA 1740.0000

20.201 Supply of Black RiverSoil mud plugging


T Q EA 2900.0000

20.202

20.203
Providing Sand Blasting set up

Providing Pic up at site N O D

D
8120.0000

6960.0000

20.204 Providing supervisors


D O D 2088.0000

SE
20.205 Providing welder, cutter, grinder team D 3480.0000

20.206 Blaster and Insulator


E A D 5800.0000

20.207 Providing welding m/c & cutting m/c


PL D 5800.0000

(
OR
20.208 Providng hydra at two instance EA 5220.0000

20.209 Providing truck shifting material to sen LS 9280.0000

S
20.21
20.211
Pilferage Site

E D
Mobilization & Demobilization
SU
EA
0.0000
24756.4900

I C
20.212 Labors

P R EA 448.0000

UN
20.213 REMOVAL OF PILFERER'S WELDING ARRANGEMENT When pipe, flange and valve assembly found welded over mainline pipe with or without patch EA
welding: Removal of welded valve and pipe assembly with Grinding/ Cutting Machine. Generator including Fuel for the cutting purpose will be provided
E )
8663.2900

by contractor including charges of the cutter/ grinder complete in all respect as per direction of EIC/ Site Engineer/ Site Representative.
R
HE
20.214 Welding of fitted leak clamp SU 0.0000
20.215 10" EA 11725.4800

CE
20.216 12" EA 13906.9600

20.217 14"
RI EA 16992.8800

P
TE
20.218 Sleeve Welding SU 0.0000
20.219 10" EA 7300.9000

20.22 12"
U O EA 8716.0800

20.221 14"

T Q EA 25711.5600

20.222

20.223
16"

Coat and Wrap Work N O EA

M
27039.7200

1651.8200

20.224 Excavation, making repair pit & backfill


D O CUM 234.7800

SE
20.225 Providing backhole machine STD 1038.7000

EA
20.226 Tent arrangement STD 200.4700

20.227
20.228
Gully Sucker/Sewage Tank FROM SITE TO
0-50 KM
PL SU
EA
0.0000
6402.4000
(
OR
20.229 50-100 KM EA 12804.8000

20.23 100-150 KM EA 19207.2000


S
20.231
20.232
CP Maintenance

E D
Repair of the existing Test Lead Points
SU
EA
0.0000
1895.9182

I C
20.233

P R
Repair of the existing Test Lead Points EA 2647.4533

20.234

UN
Supply and pouring of water around anode KL 90.1600
20.235
20.236
Preparation of surface by removing dust,
In respect of CP fencing, structures, do
SU
EA
E ) 0.0000
1722.3100

20.237 In respect of cp unit painting with smok


E EA
R 679.8600

20.238

20.239
Painting lines,dashes,arrows,letters etc

E
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying
H SQM

EA
97.7800

5890.6184

I C
of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of

PR
Site Engineer/ Engineer-in-Charge uder following stations
20.24 Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9793
specification in accordance with dwg no. 9200-99900-404-611-00

TE
30 Maint.Insp. & Up-Keeping-MATHURA 0.0000
30.001 <H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/ MON 276446.3600

O
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)
U
30.002

T Q
Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
EA 1171.0800

N O
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.

D O
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every
respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

30.003
S E
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification, 0.0000

E A
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost

L
of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

(P
work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
30.004 Warning Sign Board EA 7143.5400

O R
30.005
S
Direction Marker/Turning Point Marker EA 6664.7050

30.006 Kilometer Marker

E D EA 7631.1650

C
RI
30.007 Danger marker EA 6436.7900

30.008

N P
OFC Marker EA 6700.8550

U
30.009 Crossing marker EA

E )
6674.2050

30.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,
E R 25700.4600

neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483).
The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through
foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe
E H
I C
(using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site,

PR
applying epoxy paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as
per site conditions) and size, lugs etc. The work includes 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. The name plate shall also include the details of

T E
corrosion coupon wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary
requirement. The work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of

pushbutton for PSP Measurment)

U O
the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &

30.011

T Q
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
EA 6631.7700

30.012

N O
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
0.0000

D O
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's
upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4
stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

S E
30.013 Sign Board of size 3 Feet x 2 Feet

E A EA 6920.7050

L
(P
30.014 Sign Board of size 4 Feet x 3 Feet EA 9859.2050

OR
30.015 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.
</>
S
30.016

30.017
Warning Sign Boards

BOUNDARY PILLAR
E D EA

EA
619.5800

114.2100

I C
30.018

30.019
P R
Kilometer Posts

Turning Points/ Crossing Markers/ Direct


EA

EA
619.5800

619.5800

UN
E)
30.02 Vent & Drain Pipes EA 481.9500

30.021

30.022
Danger Markers

Test Lead Points (TLPs) including cleani


EA

EA
E R 551.5400

619.5800

30.023
E
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all
complete as per directions of Site Engineer/Engineer-in-Charge. "
H
CUM 333.3100

30.024 "Repair & Painting two coats of any sha


I C SQM 400.9100

30.025
P R
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8 SQM
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed
689.5800

30.026
by Site Engineer/Engineer-in-Charge. "

T E
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected SQM 133.6350

30.027
by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
O
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM
as per specification or as directed by Site Engineer/Engineer-in-Charge "
U
6213.7200

30.028
T Q
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
SQM 433.8300

N O
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work

30.029 <H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</>


O
required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

D 0.0000
30.03
S E
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber Sealingand nails SQM
etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with goodquality glass putty,
1137.5850

A
nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in thescope of the Contractor "

E
30.031
L
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water proofing SQM 76.4000

(P
pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith minimum two or more
coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying the paint to the surface and

30.032
O R
watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated transportation required for completing
the jobs inall respects.
<H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000
30.033
S
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM 423.4100

E D
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

C
RI
30.034 "The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with EA 94.9700
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at

30.035

N P
washout sites along the pipeline "
The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled cement
bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline
EA 27.4300

U
30.036 "Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM

E )
2767.7100

30.037 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L
ROWas per requirement as per instructions of EIC
CUM
E R 3459.3800

30.038

E
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as
per instruction of Site Engineer/Engineer-in-Charge."
H
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500

30.039 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</>
I C 0.0000

PR
30.04 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

TE
30.041 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6850

30.042
U O
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
CUM 7767.4450

30.043
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

T Q
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and
CUM 8095.4600

30.044
directions of EIC "

N O
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
KG 93.9700

30.045

D O
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape
and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within
meter lead"
SQM 297.2000

SE
30.046 The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.2600

EA
30.047 "The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800
rubbish etc. (Minimum capacity of Pump 3 HP). "
30.048
30.049
PL
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</>
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA
0.0000
270.2700
shifted to site and back to owners premises.
(
OR
30.05 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H 1352.3600
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "
S
30.051
30.052 0-50 KM
E D
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA
CUM
0.0000
555.9500

I C
30.053

30.054 P R
50-100 KM

100-150 KM
CUM

CUM
1111.9000

1667.8500

UN
E)
30.055 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

30.056
30.057
<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
CUM
E R 0.0000
298.7700

30.058 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof

E
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
labour, equipments etc.
CUM
H 2591.0400

30.059
I C
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per SQM 936.4500

30.06
x 80 mm. "
Providing sand by forming bed P R
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm

CUM 1256.7200

30.061
T E
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300

30.062
per direction of EIC/ site engineer "
O
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
U
0.0000

30.063

30.064
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size)

1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size)


T Q CUM

CUM
6074.6900

6755.0000

30.065 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size)


N O CUM 6894.2700

30.066

30.067
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)

D O
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in all
CUM 7230.0400

0.0000

E
respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>

S
30.068 1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size

E A CUM 8095.4500

30.069
L
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

30.07
(P
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000

30.071
items below)"</>

O R
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For

1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

S
30.072
E D
"1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM 8669.7400

C
RI
30.073 Demolishing concrete structure and disposal of material within 50 metreslead. CUM 2705.2100

30.074
30.075
P
<H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</>
Foundations, Footings, Bases for columns

N
SQM
0.0000
608.0800

U
E)
30.076 Suspended floors, roofs, landings, balconies and access platform SQM 513.6200

30.077

30.078
Lintels, beams, plinth beams, girders and cantilevers

Columns, Pillars, Piers, Abutments, Posts and Struts


SQM

SQM
E R 608.0800

608.0800

30.079 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
E CUM H 2028.5300

I C
30.08

30.081
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
P R
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job M

SQM
743.2200

293.6200

30.082
DIRECTIONS OF EIC/SITE ENGINEER

T E
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

30.083

U O
"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, M
n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other
270.2700

T Q
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP

30.084
sq. mm single core PVC armoured aluminium/ copperconductor cables) . " O
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35

N
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5600

D O
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of

S E
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes)
on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "
30.085

E A
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make
0.0000

L
M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all

(P
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items
below:</>
30.086

30.087
O R
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") .

"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA
EA 1604.1300

3341.8800

S
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/

30.088
30.089
E D
EIC. (Unit ""EA"" shall mean ""Per Joint""). "
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make
Copper Cable size 1cx50 sq. mm Armoured M
0.0000
169.2500

I C
30.09

30.091
P R
Copper Cable size 1cx35 sq. mm Armoured

Copper Cable size 1cx25 sq.mm Armoured


M

M
234.8500

313.1300

UN
E)
30.092 Copper Cable size 2cx6 sq.mm Armoured M 443.7600

30.093

30.094
Copper Cable size 2cx25 sq.mm Armoured

Copper Cable size 2cx70 sq.mm Armoured


M

M
E R 496.1200

587.5800

30.095
E
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials,
transportation to site, labour etc
CUM H 1027.8100

30.096
I C
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site 0.0000

30.097
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
Coke Breeze (4-10mm size)
P R KG 83.0500

TE
30.098 Bentonite Powder KG 12.6900

30.099

30.1
Salt

Charcoal
U O KG

KG
12.6900

51.8600

30.101 Gypsum
T Q KG 12.6900

30.102

30.103
Rate is on basis of per Bed"
N O
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc.

"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
EA

EA
3265.8800

35185.2000

D O
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2
mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate
welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as

S E
per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB

A
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

E
30.104
L
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

30.105
(P
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

OR
30.106 "Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA 6531.7700
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer

S
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut

D
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or
E
7/16gauage PVC insulated flexible copper cable "

C
RI
30.107 <H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams 0.0000
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT

P
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-

N
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>

U
30.108 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts TO
)
117571.8500

E
30.109 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items TO
E R 117571.8500

30.11 Members fabricated from square, round of all size tubular sections.
E H TO 124103.6200

I C
PR
30.111 "Welding, erection, fabrication of IOC supplied steel structure. " TO 42240.6200

30.112 "Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending EA 958.1800

T E
the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10

30.113
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

U O
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
EA 958.1800

T Q
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration
of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

30.114
N O
"Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
16504.8900

D O
earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal
diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided
drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing

S E
perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m
,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of

E A
charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of
excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per

L
theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and

(P
drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal
diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on

R
each half) holes shall be made on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system.
Please note that this item isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all

O
materials andassociated items to site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of

S
mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx

E D
650mm, wall thickness of 125mm and height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel,
while the remaining 500mm of PCC portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover
of dimension 750mm x 750mm x 4mm thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with

I C
01 coat of Red Oxide Primer and 02 Coats ofEnamel Paint (Black) on both the top "

30.115
P R
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode EA 4224.0700

UN
bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site
engineer/ EIC.
30.116 "Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
EA

E )
3265.8800

30.117
labour, tools etc. as per the instructions of the siteengineer/ EIC. "
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
E
EA
R 4877.2400

30.118 <H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
E H 0.0000

30.119
I C
"(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/ EA 6140.4200

PR
Engineer-in-Charge. "
30.12 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA 6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of

E
6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

T
30.121
O
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also

U
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the
EA 4834.0700

30.122
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "

T Q
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "
4224.0700

30.123
N O
"Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

30.124
D O
"Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA 2264.5300

SE
30.125 <H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double 0.0000
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,

E A
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of

L
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

P
30.126 2 Core Cable (Up to and including 25 sq.mm)
( EA 1306.3600

OR
30.127 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

S
30.128

E D
Double compression heavy duty flame proof brass cable gland EA 1567.6300

C
RI
30.129 <H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable 0.0000
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings,

P
pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets
including lower and upper size limits inrespective categories. (For items below)"</>

N
U
30.13 "1 Core Cable (up to and including 70 sq.mm) " EA

E )
1659.1300

30.131 2 Core Cable (up to and sq. mm) EA


E R 2051.0300

30.132

30.133
3/ 3.5/ 4 Core Cable (up to and including 16 mm2)

3/ 3.5/ 4 Core Cable (25-50 sq.mm)


E HEA

EA
1301.7600

1497.9900

I C
PR
30.134 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,

T E
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the

30.135
Engineer-in-charge. (For items below)</>
Up to 10 Sq.mm

U O EA 177.2500

30.136

30.137
16-35 Sq.mm

T Q
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/
EA 273.2700

0.0000

N O
types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable
drums to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site,
etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-

30.138
Charge (For items below)"</>
Up to 10 Sq.mm
D O EA 74.5500

SE
30.139 16-35 Sq.mm EA 101.9700

EA
30.14 "Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job EA 477.9500
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "

30.141
PL
"Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 EA 16408.2500

(
nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables

R
including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill
aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor

O
(Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job,

S
energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items

E D
required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied
materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be
returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall

I C
be included in the rates & shall be borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit

30.142
R
""EA"" shall mean ""Per Anode"") "

P
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the EA
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back
6836.7700

UN
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site
Engineer/ EIC.disconnecting the Anodesfrom their "
30.143 "COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
SQM

E )
1640.6300

30.144
30.145
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. "
E H
R 0.0000
793.3000

30.146

30.147
"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax &
octoroi and goverment charges. "
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. E H KM

H
27.8600

452.7900

I C
30.148
30.149
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</>
PR
SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM

E
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m
0.0000
14.4600

30.15
- All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.

O T
EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by
CUM 581.9800

Q U
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall

T
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after
certain depth, 3) Site Supervisor- 1 No
O
30.151
N
"EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all
type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical
CUM 681.0600

D O
means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of
excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also
include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas

S E
Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in
continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"

30.152
E A
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic CUM 1061.4400

L
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC

(P
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site
supervision & resource to be eployed as per direction of EIC

OR
30.153 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed CUM 198.1900
during excavation of trench (stored within 50 m radius of the excavated trench).
30.154 <H>Other associated Earth Work related activities</> 0.0000
30.155
S
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900

E D
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools
whatsoever required for the job.
30.156

I C
Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench)
by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
CUM 452.8800

30.157

30.158 P R
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower
whatsoever required."
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower, whatsoever
CUM

CUM
466.3800

168.9000

N
for making Road Diversion as per job requirement and as per IOCL's requirement."

U
E)
30.159 "Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE EA 41.8400
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed by

ER
Engineer-in-charge"
30.16 <H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</> 0.0000
30.161 Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, propping SQM 58.8000
etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around inner side of
excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre to centre,
horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should be connected with E H
I C
nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by MS binding wire. The

PR
scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the workmen etc., complete as per
directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the requirement of the same. This shall also
include, transportation, material handling equipment, manpower, tools whatsoever requied for the job and duration of installed structure in the trenach,

purpose.
T E
shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area of the scaffolding shall be measured for payment

30.162
O
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as per job
requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench. Measurement of this
SOR, shall be as per surface Ground area covered at actual by erectred shed"
U
SQM 109.6000

30.163

T Q
PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC 1:2:4
(1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire charges,
supply of all materials, shuttering etc as per requirement.
CUM 6213.7200

30.164

N O
Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM 452.4900

30.165
30.166
<H>Coating Job: refurbishment of old coating (for items below)</>

D O
Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to SQM
0.0000
290.6000

S E
be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

30.167

E A
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall
SQM 10034.4100

L
be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also

(P
Match stick wherever is required for minor difects
30.168 <H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at 0.0000

O R
IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight
hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and

S
availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of
Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site);

E D
Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as
additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services
for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

I C
30.169

30.17 P R
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
D

D
3435.8000

2433.8800

N
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site

U
30.171 Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
D

E )
4864.7050

30.172 Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area D
R 486.4750

HE
30.173 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 Rigger D 2587.9150
with Technician Tool boxes for size upto 32 mm
30.174
30.175
<H>Repair of shorted casing (For items below)</>
Excavation & backfilling.
C E CUM
0.0000
758.8850

RI
30.176 Padding with soft soil
P CUM 1189.6500

TE
30.177 Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope of work IN 218.5600
for detail
30.178

U O
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail D 1147.4350

30.179

30.18 Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail
T Q
Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM

EA
24.4300

4569.3750

30.181 N
<H>Supply & installation of casing end seal as per technical specification (For items below)</>
O 0.0000
30.182

30.183
End seal for carrier pipe having size 14" & casing having size 20"

End seal for carrier pipe having size 12" & casing having size 18" D O EA

EA
39689.0700

34019.2100

30.184 End seal for carrier pipe having size 10" & casing having size 16"
S E EA 28349.3300

E A
30.185
L
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to D 17046.7400

(P
24 hrs. Please refer scope of work for detail

OR
30.186 Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail D 9218.9550

30.187
S
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 0.0000

E D
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

I C
labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer.

30.188
P R
a) Depth upto 1.5 m (measured from orig CUM 223.6600

30.189

UN
b) Depth between 1.5 m to 5 m CUM 289.3800
30.19
30.191
BURST SITE
Mobilization & De-mobilization EA
E ) 0.0000
203000.0000
30.192
30.193
Providing JCB
Night Hours STD
E R 0.0000
1624.0000

30.194 Day hours

E H
STD 1276.0000

30.195 Providing 02 Nos of compressor

I C D 3480.0000

30.196 Operation of compressor


PR STD 1160.0000

TE
30.197 Deployment of Labour 0.0000
30.198 Day hours EA 754.0000

30.199 Night Hours


U O EA 986.0000

30.2 Supply of water tankers


T Q EA 1740.0000

30.201 Supply of Black RiverSoil mud plugging


N O EA 2900.0000

30.202 Providing Sand Blasting set up

D O D 8120.0000

30.203

30.204
Providing Pic up at site

Providing supervisors
S E D

D
6960.0000

2088.0000

30.205 Providing welder, cutter, grinder team


EA D 3480.0000

L
30.206 Blaster and Insulator
(P D 5800.0000

30.207 Providing welding m/c & cutting m/c


O R D 5800.0000

30.208 Providng hydra at two instance


S EA 5220.0000

30.209
E D
Providing truck shifting material to sen LS 9280.0000

C
RI
30.21 Pilferage Site 0.0000
30.211 Mobilization & Demobilization EA 24756.4900

30.212
N P
Labors EA 448.0000

U
30.213 Removal of pilferers arrangement EA

E )
8663.2900

30.214
30.215
Welding of fitted leak clamp
10" EA
E R 0.0000
11725.4800

30.216 12"
E H
EA 13906.9600

30.217 14"
I C EA 16992.8800

30.218
30.219
Sleeve Welding
10"
E PR EA
0.0000
7300.9000

30.22 12"
O T EA 8716.0800

QU
30.221 14" EA 25711.5600

OT
30.222 16" EA 27039.7200

30.223 Coat and Wrap Work


N M 1651.8200

30.224

30.225
Excavation, making repair pit & backfill

Providing backhole machine D O CUM

STD
234.7800

1038.7000

30.226 Tent arrangement


S E STD 200.4700

30.227 Gully Sucker/Sewage Tank FROM SITE TO


EA 0.0000
30.228 0-50 KM
L EA 6402.4000

30.229 50-100 KM
(P EA 12804.8000

30.23

30.231
100-150 KM

CP Maintenance
S OR EA 19207.2000

0.0000
30.232

E D
Repair of the existing Test Lead Points EA 1895.9182

C
RI
30.233 Repair of the existing Test Lead Points EA 2647.4533

30.234
N P
Supply and pouring of water around anode KL 90.1600

30.235
UPreparation of surface by removing dust, 0.0000
30.236 In respect of CP fencing, structures, do EA

E )
1722.3100

30.237 In respect of cp unit painting with smok EA


R 679.8600

HE
30.238 Painting lines,dashes,arrows,letters etc SQM 97.7800

30.239
E
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying
of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of

C
EA 5890.6184

30.24
Site Engineer/ Engineer-in-Charge uder following stations

RI
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9793

40
40.001
specification in accordance with dwg no. 9200-99900-404-611-00
Maint.Insp. & Up-Keeping-BHARATPUR

E P
<H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/ MON
0.0000
276446.3600

O T
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)

QU
40.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0800
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main

T
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting

O
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and

N
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of

D O
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every
respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

SE
40.003 <H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification, 0.0000
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per

E A
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost
of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

40.004 Warning Sign Board L


work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>

P EA 7143.5400

(
OR
40.005 Direction Marker/Turning Point Marker EA 6664.7050

40.006 Kilometer Marker


S EA 7631.1650

40.007 Danger marker


E D EA 6436.7900

I C
40.008
P R
OFC Marker EA 6700.8550

UN
40.009 Crossing marker EA

E )
6674.2050

40.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,
E R 25700.4600

neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483).
The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through
foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe
E H
I C
(using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site,

PR
applying epoxy paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as
per site conditions) and size, lugs etc. The work includes 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. The name plate shall also include the details of

T E
corrosion coupon wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary
requirement. The work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of

pushbutton for PSP Measurment)

U O
the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &

40.011

T Q
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
EA 6631.7700

40.012

N O
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
0.0000

D O
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's
upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4
stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

S E
40.013 Sign Board of size 3 Feet x 2 Feet

E A EA 6920.7050

L
(P
40.014 Sign Board of size 4 Feet x 3 Feet EA 9859.2050

OR
40.015 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.
</>
S
40.016

40.017
Warning Sign Boards

BOUNDARY PILLAR
E D EA

EA
619.5800

114.2100

I C
40.018

40.019
P R
Kilometer Posts

Turning Points/ Crossing Markers/ Direct


EA

EA
619.5800

619.5800

UN
E)
40.02 Vent & Drain Pipes EA 481.9500

40.021

40.022
Danger Markers

Test Lead Points (TLPs) including cleani


EA

EA
E R 551.5400

619.5800

40.023
E
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all
complete as per directions of Site Engineer/Engineer-in-Charge. "
H
CUM 333.3100

40.024 "Repair & Painting two coats of any sha


I C SQM 400.9100

40.025
P R
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed
SQM 689.5800

40.026
by Site Engineer/Engineer-in-Charge. "

T E
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected SQM 133.6350

40.027
by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."

as per specification or as directed by Site Engineer/Engineer-in-Charge "


U O
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM 6213.7200

40.028

T Q
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
SQM 433.8300

N O
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work
required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

40.029
40.03
<H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</>
D O
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber Sealingand nails SQM
0.0000
1137.5850

S E
etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with goodquality glass putty,
nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in thescope of the Contractor "

40.031
E A
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water proofing SQM 76.4000

L
pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith minimum two or more

(P
coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying the paint to the surface and
watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated transportation required for completing

OR
the jobs inall respects.
40.032 <H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000
40.033 "The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM 423.4100
S
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites

40.034
D
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

E
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with EA 94.9700

I C
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at

40.035
P R
washout sites along the pipeline "
The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled cement
bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline
EA 27.4300

UN
40.036 "Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM

E )
2767.7100

40.037 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L
ROWas per requirement as per instructions of EIC
CUM
E R 3459.3800

40.038

E
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as
per instruction of Site Engineer/Engineer-in-Charge."
H
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500

40.039 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</>
I C 0.0000

PR
40.04 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

TE
40.041 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6850

40.042
U O
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
CUM 7767.4450

40.043
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

T Q
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and
CUM 8095.4600

40.044
directions of EIC "

N O
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
KG 93.9700

40.045

D O
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape
and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within
meter lead"
SQM 297.2000

SE
40.046 The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.2600

EA
40.047 "The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800
rubbish etc. (Minimum capacity of Pump 3 HP). "
40.048
40.049
PL
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</>
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA
0.0000
270.2700
shifted to site and back to owners premises.
(
OR
40.05 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H 1352.3600
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "
S
40.051
40.052 0-50 KM
E D
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer
CUM
0.0000
555.9500

I C
40.053

40.054 P R
50-100 KM

100-150 KM
CUM

CUM
1111.9000

1667.8500

UN
E)
40.055 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

40.056
40.057
<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
CUM
E R 0.0000
298.7700

40.058 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof

E
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
labour, equipments etc.
CUM
H 2591.0400

40.059
I C
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per SQM 936.4500

40.06
x 80 mm. "
Providing sand by forming bed P R
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm

CUM 1256.7200

40.061
T E
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300

40.062
per direction of EIC/ site engineer "
O
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
U
0.0000

40.063

40.064
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size)

1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size)


T Q CUM

CUM
6074.6900

6755.0000

40.065 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size)


N O CUM 6894.2700

40.066

40.067
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)

D O
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in all
CUM 7230.0400

0.0000

E
respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>

S
40.068 1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size

E A CUM 8095.4500

40.069
L
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

40.07
(P
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000

40.071
items below)"</>

O R
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For

1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

S
40.072
E D
"1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM 8669.7400

C
RI
40.073 Demolishing concrete structure and disposal of material within 50 metreslead. CUM 2705.2100

40.074
40.075
P
<H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</>
Foundations, Footings, Bases for columns

N
SQM
0.0000
608.0800

U
E)
40.076 Suspended floors, roofs, landings, balconies and access platform SQM 513.6200

40.077

40.078
Lintels, beams, plinth beams, girders and cantilevers

Columns, Pillars, Piers, Abutments, Posts and Struts


SQM

SQM
E R 608.0800

608.0800

40.079 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
E CUM H 2028.5300

I C
40.08

40.081
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
P R
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job M

SQM
743.2200

293.6200

40.082
DIRECTIONS OF EIC/SITE ENGINEER

T E
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

40.083

U O
"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, M
n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other
270.2700

T Q
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP

40.084
sq. mm single core PVC armoured aluminium/ copperconductor cables) . " O
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35

N
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5600

D O
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of

S E
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes)
on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "
40.085

E A
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make
0.0000

L
M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all

(P
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items
below:</>
40.086

40.087
O R
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") .

"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA
EA 1604.1300

3341.8800

S
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/

40.088
40.089
E D
EIC. (Unit ""EA"" shall mean ""Per Joint""). "
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make
Copper Cable size 1cx50 sq. mm Armoured M
0.0000
169.2500

I C
40.09

40.091
P R
Copper Cable size 1cx35 sq. mm Armoured

Copper Cable size 1cx25 sq.mm Armoured


M

M
234.8500

313.1300

UN
E)
40.092 Copper Cable size 2cx6 sq.mm Armoured M 443.7600

40.093

40.094
Copper Cable size 2cx25 sq.mm Armoured

Copper Cable size 2cx70 sq.mm Armoured


M

M
E R 496.1200

587.5800

40.095
E
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials,
transportation to site, labour etc
CUM H 1027.8100

40.096
I C
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site 0.0000

40.097
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
Coke Breeze (4-10mm size)
P R KG 83.0500

TE
40.098 Bentonite Powder KG 12.6900

40.099

40.1
Salt

Charcoal
U O KG

KG
12.6900

51.8600

40.101 Gypsum
T Q KG 12.6900

40.102

40.103
Rate is on basis of per Bed"
N O
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc.

"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
EA

EA
3265.8800

35185.2000

D O
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2
mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate
welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as

S E
per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB

A
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

E
40.104
L
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

40.105
(P
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

OR
40.106 "Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA 6531.7700
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer

S
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut

D
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or
E
7/16gauage PVC insulated flexible copper cable "

C
RI
40.107 <H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams 0.0000
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT

P
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-

N
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>

U
40.108 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts TO
)
117571.8500

E
40.109 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items TO
E R 117571.8500

40.11 Members fabricated from square, round of all size tubular sections.
E H TO 124103.6200

I C
PR
40.111 "Welding, erection, fabrication of IOC supplied steel structure. " TO 42240.6200

40.112 "Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending EA 958.1800

T E
the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10

40.113
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

U O
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
EA 958.1800

T Q
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration
of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

40.114
N O
"Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
16504.8900

D O
earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal
diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided
drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing

S E
perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m
,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of

E A
charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of
excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per

L
theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and

(P
drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal
diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on

R
each half) holes shall be made on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system.
Please note that this item isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all

O
materials andassociated items to site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of

S
mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx

E D
650mm, wall thickness of 125mm and height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel,
while the remaining 500mm of PCC portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover
of dimension 750mm x 750mm x 4mm thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with

I C
01 coat of Red Oxide Primer and 02 Coats ofEnamel Paint (Black) on both the top "

40.115
P R
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode EA 4224.0700

UN
bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site
engineer/ EIC.
40.116 "Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
EA

E )
3265.8800

40.117
labour, tools etc. as per the instructions of the siteengineer/ EIC. "
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
E
EA
R 4877.2400

40.118 <H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
E H 0.0000

40.119
I C
"(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/ EA 6140.4200

PR
Engineer-in-Charge. "
40.12 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA 6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of

E
6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

T
40.121
O
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also

U
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the
EA 4834.0700

40.122
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "

T Q
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "
4224.0700

40.123
N O
"Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

40.124
D O
"Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA 2264.5300

SE
40.125 <H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double 0.0000
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,

E A
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of

L
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

P
40.126 2 Core Cable (Up to and including 25 sq.mm)
( EA 1306.3600

OR
40.127 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

S
40.128

E D
Double compression heavy duty flame proof brass cable gland EA 1567.6300

C
RI
40.129 <H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable 0.0000
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings,

P
pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets
including lower and upper size limits inrespective categories. (For items below)"</>

N
U
40.13 "1 Core Cable (up to and including 70 sq.mm) " EA

E )
1659.1300

40.131 2 Core Cable (up to and sq. mm) EA


E R 2051.0300

40.132

40.133
3/ 3.5/ 4 Core Cable (up to and including 16 mm2)

3/ 3.5/ 4 Core Cable (25-50 sq.mm)


E HEA

EA
1301.7600

1497.9900

I C
PR
40.134 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,

T E
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the

40.135
Engineer-in-charge. (For items below)</>
Up to 10 Sq.mm

U O EA 177.2500

40.136

40.137
16-35 Sq.mm

T Q
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/
EA 273.2700

0.0000

N O
types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable
drums to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site,
etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-

40.138
Charge (For items below)"</>
Up to 10 Sq.mm
D O EA 74.5500

SE
40.139 16-35 Sq.mm EA 101.9700

EA
40.14 "Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job EA 477.9500
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "

40.141
PL
"Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 EA 16408.2500

(
nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables

R
including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill
aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor

O
(Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job,

S
energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items

E D
required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied
materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be
returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall

I C
be included in the rates & shall be borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit

40.142
R
""EA"" shall mean ""Per Anode"") "

P
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the EA
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back
6836.7700

UN
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site
Engineer/ EIC.disconnecting the Anodesfrom their "
40.143 "COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
SQM

E )
1640.6300

40.144
40.145
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. "
E H
R 0.0000
793.3000

40.146

40.147
"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax &
octoroi and goverment charges. "
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. E H KM

H
27.8600

452.7900

I C
40.148
40.149
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</>
PR
SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM

E
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m
0.0000
14.4600

40.15
- All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.

O T
EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by
CUM 581.9800

Q U
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall

T
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after
certain depth, 3) Site Supervisor- 1 No
O
40.151
N
"EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all
type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical
CUM 681.0600

D O
means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of
excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also
include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas

S E
Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in
continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"

40.152
E A
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic CUM 1061.4400

L
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC

(P
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site
supervision & resource to be eployed as per direction of EIC

OR
40.153 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed CUM 198.1900
during excavation of trench (stored within 50 m radius of the excavated trench).
40.154 <H>Other associated Earth Work related activities</> 0.0000
40.155
S
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900

E D
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools
whatsoever required for the job.
40.156

I C
Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench)
by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
CUM 452.8800

40.157

40.158 P R
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower
whatsoever required."
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower, whatsoever
CUM

CUM
466.3800

168.9000

N
for making Road Diversion as per job requirement and as per IOCL's requirement."

U
E)
40.159 "Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE EA 41.8400
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed by

ER
Engineer-in-charge"
40.16 <H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</> 0.0000
40.161 Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, propping SQM 58.8000
etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around inner side of
excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre to centre,
horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should be connected with E H
I C
nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by MS binding wire. The

PR
scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the workmen etc., complete as per
directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the requirement of the same. This shall also
include, transportation, material handling equipment, manpower, tools whatsoever requied for the job and duration of installed structure in the trenach,

purpose.
T E
shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area of the scaffolding shall be measured for payment

40.162
O
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as per job
requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench. Measurement of this
SOR, shall be as per surface Ground area covered at actual by erectred shed"
U
SQM 109.6000

40.163

T Q
PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC 1:2:4
(1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire charges,
supply of all materials, shuttering etc as per requirement.
CUM 6213.7200

40.164

N O
Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM 452.4900

40.165
40.166
<H>Coating Job: refurbishment of old coating (for items below)</>

D O
Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to SQM
0.0000
290.6000

S E
be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

40.167

E A
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall
SQM 10034.4100

L
be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also

(P
Match stick wherever is required for minor difects
40.168 <H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at 0.0000

O R
IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight
hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and

S
availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of
Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site);

E D
Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as
additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services
for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

I C
40.169

40.17 P R
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
D

D
3435.8000

2433.8800

N
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site

U
40.171 Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
D

E )
4864.7050

40.172 Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area D
R 486.4750

HE
40.173 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 Rigger D 2587.9150
with Technician Tool boxes for size upto 32 mm
40.174
40.175
<H>Repair of shorted casing (For items below)</>
Excavation & backfilling.
C E CUM
0.0000
758.8850

RI
40.176 Padding with soft soil
P CUM 1189.6500

TE
40.177 Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope of work IN 218.5600
for detail
40.178

U O
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail D 1147.4350

40.179

40.18 Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail
T Q
Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM

EA
24.4300

4569.3750

40.181 N
<H>Supply & installation of casing end seal as per technical specification (For items below)</>
O 0.0000
40.182

40.183
End seal for carrier pipe having size 14" & casing having size 20"

End seal for carrier pipe having size 12" & casing having size 18" D O EA

EA
39689.0700

34019.2100

40.184 End seal for carrier pipe having size 10" & casing having size 16"
S E EA 28349.3300

E A
40.185
L
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to D 17046.7400

(P
24 hrs. Please refer scope of work for detail

OR
40.186 Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail D 9218.9550

40.187
S
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 0.0000

E D
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

I C
labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer.

40.188
P R
a) Depth upto 1.5 m (measured from orig CUM 223.6600

40.189

UN
b) Depth between 1.5 m to 5 m CUM 289.3800
40.19
40.191
BURST SITE
Mobilization & De-mobilization EA
E ) 0.0000
203000.0000
40.192
40.193
Providing JCB
Night Hours STD
E R 0.0000
1624.0000

40.194 Day hours

E H
STD 1276.0000

40.195 Providing 02 Nos of compressor

I C D 3480.0000

40.196 Operation of compressor


PR STD 1160.0000

TE
40.197 Deployment of Labour 0.0000
40.198 Day hours EA 754.0000

40.199 Night Hours


U O EA 986.0000

40.2 Supply of water tankers


T Q EA 1740.0000

40.201 Supply of Black RiverSoil mud plugging


N O EA 2900.0000

40.202 Providing Sand Blasting set up

D O D 8120.0000

40.203

40.204
Providing Pic up at site

Providing supervisors
S E D

D
6960.0000

2088.0000

40.205 Providing welder, cutter, grinder team


EA D 3480.0000

L
40.206 Blaster and Insulator
(P D 5800.0000

40.207 Providing welding m/c & cutting m/c


O R D 5800.0000

40.208 Providng hydra at two instance


S EA 5220.0000

40.209
E D
Providing truck shifting material to sen LS 9280.0000

C
RI
40.21 Pilferage Site 0.0000
40.211 Mobilization & Demobilization EA 24756.4900

40.212
N P
Labors EA 448.0000

U
40.213 Removal of pilferers arrangement EA

E )
8663.2900

40.214
40.215
Welding of fitted leak clamp
10" EA
E R 0.0000
11725.4800

40.216 12"
E H
EA 13906.9600

40.217 14"
I C EA 16992.8800

40.218
40.219
Sleeve Welding
10"
E PR EA
0.0000
7300.9000

40.22 12"
O T EA 8716.0800

QU
40.221 14" EA 25711.5600

OT
40.222 16" EA 27039.7200

40.223 Coat and Wrap Work


N M 1651.8200

40.224

40.225
Excavation, making repair pit & backfill

Providing backhole machine D O CUM

STD
234.7800

1038.7000

40.226 Tent arrangement


S E STD 200.4700

40.227 Gully Sucker/Sewage Tank FROM SITE TO


EA 0.0000
40.228 0-50 KM
L EA 6402.4000

40.229 50-100 KM
(P EA 12804.8000

40.23

40.231
100-150 KM

CP Maintenance
S OR EA 19207.2000

0.0000
40.232

E D
Repair of the existing Test Lead Points EA 1895.9182

C
RI
40.233 Repair of the existing Test Lead Points EA 2647.4533

40.234
N P
Supply and pouring of water around anode KL 90.1600

40.235
UPreparation of surface by removing dust, 0.0000
40.236 In respect of CP fencing, structures, do EA

E )
1722.3100

40.237 In respect of cp unit painting with smok EA


R 679.8600

HE
40.238 Painting lines,dashes,arrows,letters etc SQM 97.7800

40.239
E
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying
of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of

C
EA 5890.6184

40.24
Site Engineer/ Engineer-in-Charge uder following stations

RI
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9793

50
50.001
specification in accordance with dwg no. 9200-99900-404-611-00
Maint.Insp. & Up-Keeping-MEERUT

E P
<H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/ MON
0.0000
276446.3600

O T
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)

QU
50.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0800
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main

T
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting

O
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and

N
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of

D O
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every
respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

SE
50.003 <H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification, 0.0000
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per

E A
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost
of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

50.004 Warning Sign Board L


work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>

P EA 7143.5400

(
OR
50.005 Direction Marker/Turning Point Marker EA 6664.7050

50.006 Kilometer Marker


S EA 7631.1650

50.007 Danger marker


E D EA 6436.7900

I C
50.008
P R
OFC Marker EA 6700.8550

UN
50.009 Crossing marker EA

E )
6674.2050

50.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,
E R 25700.4600

neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483).
The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through
foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe
E H
I C
(using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site,

PR
applying epoxy paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as
per site conditions) and size, lugs etc. The work includes 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. The name plate shall also include the details of

T E
corrosion coupon wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary
requirement. The work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of

pushbutton for PSP Measurment)

U O
the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &

50.011

T Q
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
EA 6631.7700

50.012

N O
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
0.0000

D O
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's
upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4
stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

S E
50.013 Sign Board of size 3 Feet x 2 Feet

E A EA 6920.7050

L
(P
50.014 Sign Board of size 4 Feet x 3 Feet EA 9859.2050

OR
50.015 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.
</>
S
50.016

50.017
Warning Sign Boards

BOUNDARY PILLAR
E D EA

EA
619.5800

114.2100

I C
50.018

50.019
P R
Kilometer Posts

Turning Points/ Crossing Markers/ Direct


EA

EA
619.5800

619.5800

UN
E)
50.02 Vent & Drain Pipes EA 481.9500

50.021

50.022
Danger Markers

Test Lead Points (TLPs) including cleani


EA

EA
E R 551.5400

619.5800

50.023
E
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all
complete as per directions of Site Engineer/Engineer-in-Charge. "
H
CUM 333.3100

50.024 "Repair & Painting two coats of any sha


I C SQM 400.9100

50.025
P R
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8 SQM
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed
689.5800

50.026
by Site Engineer/Engineer-in-Charge. "

T E
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected SQM 133.6350

50.027
by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
O
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM
as per specification or as directed by Site Engineer/Engineer-in-Charge "
U
6213.7200

50.028
T Q
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
SQM 433.8300

N O
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work

50.029 <H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</>


O
required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

D 0.0000
50.03
S E
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber Sealingand nails SQM
etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with goodquality glass putty,
1137.5850

A
nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in thescope of the Contractor "

E
50.031
L
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water proofing SQM 76.4000

(P
pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith minimum two or more
coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying the paint to the surface and

50.032
O R
watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated transportation required for completing
the jobs inall respects.
<H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000
50.033
S
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM 423.4100

E D
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

C
RI
50.034 "The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with EA 94.9700
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at

50.035

N P
washout sites along the pipeline "
The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled cement
bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline
EA 27.4300

U
50.036 "Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM

E )
2767.7100

50.037 The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L
ROWas per requirement as per instructions of EIC
CUM
E R 3459.3800

50.038

E
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as
per instruction of Site Engineer/Engineer-in-Charge."
H
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500

50.039 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</>
I C 0.0000

PR
50.04 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

TE
50.041 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6850

50.042
U O
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
CUM 7767.4450

50.043
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

T Q
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and
CUM 8095.4600

50.044
directions of EIC "

N O
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
KG 93.9700

50.045

D O
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape
and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within
meter lead"
SQM 297.2000

SE
50.046 The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.2600

EA
50.047 "The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800
rubbish etc. (Minimum capacity of Pump 3 HP). "
50.048
50.049
PL
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</>
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA
0.0000
270.2700
shifted to site and back to owners premises.
(
OR
50.05 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode H 1352.3600
ground bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "
S
50.051
50.052 0-50 KM
E D
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA
CUM
0.0000
555.9500

I C
50.053

50.054 P R
50-100 KM

100-150 KM
CUM

CUM
1111.9000

1667.8500

UN
E)
50.055 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

50.056
50.057
<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
CUM
E R 0.0000
298.7700

50.058 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof

E
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
labour, equipments etc.
CUM
H 2591.0400

50.059
I C
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per SQM 936.4500

50.06
x 80 mm. "
Providing sand by forming bed P R
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm

CUM 1256.7200

50.061
T E
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300

50.062
per direction of EIC/ site engineer "
O
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
U
0.0000

50.063

50.064
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size)

1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size)


T Q CUM

CUM
6074.6900

6755.0000

50.065 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size)


N O CUM 6894.2700

50.066

50.067
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)

D O
<H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in all
CUM 7230.0400

0.0000

E
respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>

S
50.068 1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size

E A CUM 8095.4500

50.069
L
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

50.07
(P
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000

50.071
items below)"</>

O R
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For

1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

S
50.072
E D
"1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM 8669.7400

C
RI
50.073 Demolishing concrete structure and disposal of material within 50 metreslead. CUM 2705.2100

50.074
50.075
P
<H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</>
Foundations, Footings, Bases for columns

N
SQM
0.0000
608.0800

U
E)
50.076 Suspended floors, roofs, landings, balconies and access platform SQM 513.6200

50.077

50.078
Lintels, beams, plinth beams, girders and cantilevers

Columns, Pillars, Piers, Abutments, Posts and Struts


SQM

SQM
E R 608.0800

608.0800

50.079 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
E CUM H 2028.5300

I C
50.08

50.081
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
P R
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job M

SQM
743.2200

293.6200

50.082
DIRECTIONS OF EIC/SITE ENGINEER

T E
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

50.083

U O
"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, M
n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other
270.2700

T Q
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP

50.084
sq. mm single core PVC armoured aluminium/ copperconductor cables) . " O
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35

N
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5600

D O
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of

S E
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes)
on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "
50.085

E A
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make
0.0000

L
M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all

(P
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items
below:</>
50.086

50.087
O R
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") .

"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA
EA 1604.1300

3341.8800

S
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/

50.088
50.089
E D
EIC. (Unit ""EA"" shall mean ""Per Joint""). "
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make
Copper Cable size 1cx50 sq. mm Armoured M
0.0000
169.2500

I C
50.09

50.091
P R
Copper Cable size 1cx35 sq. mm Armoured

Copper Cable size 1cx25 sq.mm Armoured


M

M
234.8500

313.1300

UN
E)
50.092 Copper Cable size 2cx6 sq.mm Armoured M 443.7600

50.093

50.094
Copper Cable size 2cx25 sq.mm Armoured

Copper Cable size 2cx70 sq.mm Armoured


M

M
E R 496.1200

587.5800

50.095
E
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials,
transportation to site, labour etc
CUM H 1027.8100

50.096
I C
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site 0.0000

50.097
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
Coke Breeze (4-10mm size)
P R KG 83.0500

TE
50.098 Bentonite Powder KG 12.6900

50.099

50.1
Salt

Charcoal
U O KG

KG
12.6900

51.8600

50.101 Gypsum
T Q KG 12.6900

50.102

50.103
Rate is on basis of per Bed"
N O
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc.

"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
EA

EA
3265.8800

35185.2000

D O
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2
mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate
welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as

S E
per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB

A
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

E
50.104
L
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

50.105
(P
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

OR
50.106 "Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA 6531.7700
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer

S
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut

D
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or
E
7/16gauage PVC insulated flexible copper cable "

C
RI
50.107 <H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams 0.0000
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT

P
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-

N
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>

U
50.108 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts TO
)
117571.8500

E
50.109 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items TO
E R 117571.8500

50.11 Members fabricated from square, round of all size tubular sections.
E H TO 124103.6200

I C
PR
50.111 "Welding, erection, fabrication of IOC supplied steel structure. " TO 42240.6200

50.112 "Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending EA 958.1800

T E
the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10

50.113
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

U O
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
EA 958.1800

T Q
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration
of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

50.114
N O
"Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
16504.8900

D O
earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal
diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided
drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing

S E
perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m
,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of

E A
charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of
excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per

L
theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and

(P
drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal
diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on

R
each half) holes shall be made on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system.
Please note that this item isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all

O
materials andassociated items to site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of

S
mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx

E D
650mm, wall thickness of 125mm and height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel,
while the remaining 500mm of PCC portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover
of dimension 750mm x 750mm x 4mm thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with

I C
01 coat of Red Oxide Primer and 02 Coats ofEnamel Paint (Black) on both the top "

50.115
P R
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode EA 4224.0700

UN
bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site
engineer/ EIC.
50.116 "Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
EA

E )
3265.8800

50.117
labour, tools etc. as per the instructions of the siteengineer/ EIC. "
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
E
EA
R 4877.2400

50.118 <H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation,
lobours, material etc & as per direction of site engineer(For items below)"</>
E H 0.0000

50.119
I C
"(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/ EA 6140.4200

PR
Engineer-in-Charge. "
50.12 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA 6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of

E
6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

T
50.121
O
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also

U
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the
EA 4834.0700

50.122
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "

T Q
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "
4224.0700

50.123
N O
"Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

50.124
D O
"Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. " EA 2264.5300

SE
50.125 <H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double 0.0000
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,

E A
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of

L
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

P
50.126 2 Core Cable (Up to and including 25 sq.mm)
( EA 1306.3600

OR
50.127 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

S
50.128

E D
Double compression heavy duty flame proof brass cable gland EA 1567.6300

C
RI
50.129 <H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable 0.0000
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings,

P
pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets
including lower and upper size limits inrespective categories. (For items below)"</>

N
U
50.13 "1 Core Cable (up to and including 70 sq.mm) " EA

E )
1659.1300

50.131 2 Core Cable (up to and sq. mm) EA


E R 2051.0300

50.132

50.133
3/ 3.5/ 4 Core Cable (up to and including 16 mm2)

3/ 3.5/ 4 Core Cable (25-50 sq.mm)


E HEA

EA
1301.7600

1497.9900

I C
PR
50.134 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,

T E
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the

50.135
Engineer-in-charge. (For items below)</>
Up to 10 Sq.mm

U O EA 177.2500

50.136

50.137
16-35 Sq.mm

T Q
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/
EA 273.2700

0.0000

N O
types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable
drums to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site,
etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-

50.138
Charge (For items below)"</>
Up to 10 Sq.mm
D O EA 74.5500

SE
50.139 16-35 Sq.mm EA 101.9700

EA
50.14 "Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job EA 477.9500
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "

50.141
PL
"Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 EA 16408.2500

(
nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables

R
including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill
aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor

O
(Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job,

S
energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items

E D
required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied
materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be
returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall

I C
be included in the rates & shall be borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit

50.142
R
""EA"" shall mean ""Per Anode"") "

P
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the EA
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back
6836.7700

UN
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site
Engineer/ EIC.disconnecting the Anodesfrom their "
50.143 "COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
SQM

E )
1640.6300

50.144
50.145
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. "
E H
R 0.0000
793.3000

50.146

50.147
"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax &
octoroi and goverment charges. "
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. E H KM

H
27.8600

452.7900

I C
50.148
50.149
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</>
PR
SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM

E
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m
0.0000
14.4600

50.15
- All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.

O T
EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by
CUM 581.9800

Q U
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall

T
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after
certain depth, 3) Site Supervisor- 1 No
O
50.151
N
"EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all
type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical
CUM 681.0600

D O
means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of
excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also
include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas

S E
Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in
continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"

50.152
E A
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic CUM 1061.4400

L
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC

(P
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site
supervision & resource to be eployed as per direction of EIC

OR
50.153 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed CUM 198.1900
during excavation of trench (stored within 50 m radius of the excavated trench).
50.154 <H>Other associated Earth Work related activities</> 0.0000
50.155
S
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900

E D
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools
whatsoever required for the job.
50.156

I C
Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench)
by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
CUM 452.8800

50.157

50.158 P R
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower
whatsoever required."
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower, whatsoever
CUM

CUM
466.3800

168.9000

N
for making Road Diversion as per job requirement and as per IOCL's requirement."

U
E)
50.159 "Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE EA 41.8400
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed by

ER
Engineer-in-charge"
50.16 <H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</> 0.0000
50.161 Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, propping SQM 58.8000
etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around inner side of
excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre to centre,
horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should be connected with E H
I C
nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by MS binding wire. The

PR
scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the workmen etc., complete as per
directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the requirement of the same. This shall also
include, transportation, material handling equipment, manpower, tools whatsoever requied for the job and duration of installed structure in the trenach,

purpose.
T E
shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area of the scaffolding shall be measured for payment

50.162
O
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as per job
requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench. Measurement of this
SOR, shall be as per surface Ground area covered at actual by erectred shed"
U
SQM 109.6000

50.163

T Q
PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC 1:2:4
(1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire charges,
supply of all materials, shuttering etc as per requirement.
CUM 6213.7200

50.164

N O
Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM 452.4900

50.165
50.166
<H>Coating Job: refurbishment of old coating (for items below)</>

D O
Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to SQM
0.0000
290.6000

S E
be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

50.167

E A
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall
SQM 10034.4100

L
be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also

(P
Match stick wherever is required for minor difects
50.168 <H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at 0.0000

O R
IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight
hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and

S
availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of
Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site);

E D
Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as
additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services
for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

I C
50.169

50.17 P R
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
D

D
3435.8000

2433.8800

N
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site

U
50.171 Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
D

E )
4864.7050

50.172 Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area D
R 486.4750

HE
50.173 Service Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 Rigger D 2587.9150
with Technician Tool boxes for size upto 32 mm
50.174
50.175
<H>Repair of shorted casing (For items below)</>
Excavation & backfilling.
C E CUM
0.0000
758.8850

RI
50.176 Padding with soft soil
P CUM 1189.6500

TE
50.177 Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope of work IN 218.5600
for detail
50.178

U O
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail D 1147.4350

50.179

50.18 Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail
T Q
Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm) IM

EA
24.4300

4569.3750

50.181 N
<H>Supply & installation of casing end seal as per technical specification (For items below)</>
O 0.0000
50.182

50.183
End seal for carrier pipe having size 14" & casing having size 20"

End seal for carrier pipe having size 12" & casing having size 18" D O EA

EA
39689.0700

34019.2100

50.184 End seal for carrier pipe having size 10" & casing having size 16"
S E EA 28349.3300

E A
50.185
L
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to D 17046.7400

(P
24 hrs. Please refer scope of work for detail

OR
50.186 Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail D 9218.9550

50.187
S
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 0.0000

E D
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

I C
labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer.

50.188
P R
a) Depth upto 1.5 m (measured from orig CUM 223.6600

50.189

UN
b) Depth between 1.5 m to 5 m CUM 289.3800
50.19
50.191
BURST SITE
Mobilization & De-mobilization EA
E ) 0.0000
203000.0000
50.192
50.193
Providing JCB
Night Hours STD
E R 0.0000
1624.0000

50.194 Day hours

E H
STD 1276.0000

50.195 Providing 02 Nos of compressor

I C D 3480.0000

50.196 Operation of compressor


PR STD 1160.0000

TE
50.197 Deployment of Labour 0.0000
50.198 Day hours EA 754.0000

50.199 Night Hours


U O EA 986.0000

50.2 Supply of water tankers


T Q EA 1740.0000

50.201 Supply of Black RiverSoil mud plugging


N O EA 2900.0000

50.202 Providing Sand Blasting set up

D O D 8120.0000

50.203

50.204
Providing Pic up at site

Providing supervisors
S E D

D
6960.0000

2088.0000

50.205 Providing welder, cutter, grinder team


EA D 3480.0000

L
50.206 Blaster and Insulator
(P D 5800.0000

50.207 Providing welding m/c & cutting m/c


O R D 5800.0000

50.208 Providng hydra at two instance


S EA 5220.0000

50.209
E D
Providing truck shifting material to sen LS 9280.0000

C
RI
50.21 Pilferage Site 0.0000
50.211 Mobilization & Demobilization EA 24756.4900

50.212
N P
Labors EA 448.0000

U
50.213 Removal of pilferers arrangement EA

E )
8663.2900

50.214
50.215
Welding of fitted leak clamp
10" EA
E R 0.0000
11725.4800

50.216 12"
E H
EA 13906.9600

50.217 14"
I C EA 16992.8800

50.218
50.219
Sleeve Welding
10"
E PR EA
0.0000
7300.9000

50.22 12"
O T EA 8716.0800

QU
50.221 14" EA 25711.5600

OT
50.222 16" EA 27039.7200

50.223 Coat and Wrap Work


N M 1651.8200

50.224

50.225
Excavation, making repair pit & backfill

Providing backhole machine D O CUM

STD
234.7800

1038.7000

50.226 Tent arrangement


S E STD 200.4700

50.227 Gully Sucker/Sewage Tank FROM SITE TO


EA 0.0000
50.228 0-50 KM
L EA 6402.4000

50.229 50-100 KM
(P EA 12804.8000

50.23

50.231
100-150 KM

CP Maintenance
S OR EA 19207.2000

0.0000
50.232

E D
Repair of the existing Test Lead Points EA 1895.9182

C
RI
50.233 Repair of the existing Test Lead Points EA 2647.4533

50.234
N P
Supply and pouring of water around anode KL 90.1600

50.235
UPreparation of surface by removing dust, 0.0000
50.236 In respect of CP fencing, structures, do EA

E )
1722.3100

50.237 In respect of cp unit painting with smok EA


R 679.8600

HE
50.238 Painting lines,dashes,arrows,letters etc SQM 97.7800

50.239
E
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying EA
of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of

C
5890.6184

50.24
Site Engineer/ Engineer-in-Charge uder following stations

RI
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9793
specification in accordance with dwg no. 9200-99900-404-611-00

E P
O T
Q U
O T
N
D O
S E
E A
L
(P
O R
S
E D
I C
P R
UN
Validate Print Help Percentage BoQ
E )
Tender Inviting Authority: Chief Technical services Manager, IndianOil Corporation Limited, Northern Region Pipeline, P.O. Panipat Refinery Baholi, Panipat 132140

E R
Name of Work: Maintenance, Inspection and Up-keeping of cross-country pipeline - Pipeline Right of Way, SV Stations and Cathodic Protection system of NRPL
Group C : Jalandhar (Stations : Jalandhar, Sangrur, Bathinda, Nabha)
E H
I C
PR
Contract No: PNP17130C
PREAMBLE OF SCHEDULE OF RATES
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.

T E
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.

U O
3. The description given under the items of work in the Schedule of Rates shall be deemed to include, wherever applicable, mobilization, labour, equipment, materials, carriage, cartage,
hoisting, setting, fitting and fixing in position of all materials and equipment, 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.

T Q
4. The description given under the items of work in the Schedule of Rates shall be deemed to include the relative provisions in the Specifications, Drawings and other contract documents
for the execution of the works in accordance therewith and the instructions of the Engineer-in-Charge.
5. The rates quoted shall be inclusive of all taxes and duties excluding GST.
6. No overwriting/ cutting/ use of white fluid are allowed in the SOR.
N O
UNITS - as defined

D O
7. 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 work appearing in the Schedule of Rates.

Bidder
S E
Name :

NUMBER #
E A PRICE SCHEDULE
TEXT # TEXT # NUMBER
L
Sl.
No. (P Item Description Units Estimated Rate

O R
S
E D
I C
1
P R 2 5 6
10

UN Maint.Insp. & Up-Keeping-Sangrur 0.0000


10.001 <H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
MON

E )
276446.3600

maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)
R
HE
10.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0900
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main

E
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting

C
RI
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.

P
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every respect
as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.
E
10.003
O T
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification,
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
0.0000

Q U
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost of
all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

10.004
work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
Warning Sign Board

O T EA 7143.5400

10.005 Direction Marker/Turning Point Marker


N EA 6664.7100

10.006

10.007
Kilometer Marker

OFC Marker D O EA

EA
7631.1700

6700.8600

10.008 Crossing marker


S E EA 6674.2100

10.009
E A
Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA 25700.4600

L
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,

(P
neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483). The
work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through foundation,

R
erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe (using cad
welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site, applying epoxy

O
paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as per site

S
conditions) and size, lugs etc. The work includes supply and fixing of a non-corrosive name plate containing the details like KM location, identification, TLP

E D
No., direction of flow, connection scheme, type etc., on the side of the TLP box, etc. The name plate shall also include the details of corrosion coupon
wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary requirement. The
work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site

I C
Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &

10.01
R
pushbutton for PSP Measurment)

P
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal EA 6631.7700

UN
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
E)
10.011 <H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The 0.0000
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's upport
pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4 stone
E R
aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>
E H
10.012 Sign Board of size 3 Feet x 2 Feet
I C EA 6920.7100

10.013 Sign Board of size 4 Feet x 3 Feet


P R EA 9859.2100

TE
10.014 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.

10.015
</>
Warning Sign Boards

U O EA 619.5800

10.016

10.017
Boundary Pillars

Kilometer Posts
T Q EA

EA
114.2100

619.5800

10.018 Turning Points/ Crossing Markers/ Direct


N O EA 619.5800

10.019

10.02
Vent & Drain Pipes

Test Lead Points (TLPs) including cleani D O EA

EA
481.9500

619.5800

10.021
S E
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all CUM 333.3100

10.022
complete as per directions of Site Engineer/Engineer-in-Charge. "
"Repair & Painting two coats of any sha
E A SQM 400.9100

L
(P
10.023 "Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8 SQM 689.5800
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed

OR
by Site Engineer/Engineer-in-Charge. "
10.024 "Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM 6213.7200
as per specification or as directed by Site Engineer/Engineer-in-Charge "
10.025
S
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and SQM 433.8300

D
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
E
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by

I C
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work required

10.026
R
to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

P
<H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</> 0.0000

UN
E)
10.027 <H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000

10.028 "The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM 423.4100
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "
E R
10.029
E
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at
EA H 94.9700

washout sites along the pipeline "


I C
10.03

10.031
"Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC "

P R
The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L ROWas CUM
CUM 2767.7100

3459.3800

10.032
per requirement as per instructions of EIC

T E
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500

O
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as
per instruction of Site Engineer/Engineer-in-Charge."

QU
10.033 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</> 0.0000

10.034 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

10.035 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC"
O T CUM 6205.6900

10.036 N
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone CUM 7767.4500

10.037 D O
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and CUM 8095.4600

directions of EIC "


S E
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and

10.038

E A
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
KG 93.9700

10.039
L
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape and SQM 297.2000

(P
preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within meter
lead"
10.04 The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.3600

10.041
O R
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800

10.042 S
rubbish etc. (Minimum capacity of Pump 3 HP). "
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</> 0.0000

10.043
E D
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA 270.2700

C
shifted to site and back to owners premises.

RI
10.044 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode ground H 1352.3600
bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the

P
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "

N
U
E)
10.045 Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA 0.0000

10.046 0-50 KM CUM 555.9500

10.047 100-150 KM CUM


E R 1667.8500

10.048 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. "
E H
CUM 471.4100

10.049 <H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>
I C 0.0000

10.05
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
P R
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The CUM 298.7700

TE
10.051 Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof CUM 2591.0400
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
labour, equipments etc.
10.052

U O
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per drawing,
specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm x 80 mm.
SQM 936.4500

10.053
"
Providing sand by forming bed

T Q CUM 1256.7200

10.054

10.055
per direction of EIC/ site engineer "
N O
"Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as

<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas
M 2304.5300

0.0000

10.056 1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size) O


directed where necessary and curing with water excluding cost ofcentering and shuttering."</>

D CUM 6074.6900

SE
10.057 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead" CUM 2028.5300

EA
10.058 "Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job M 743.2200
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
10.059
DIRECTIONS OF EIC/SITE ENGINEER
PL
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER SQM 293.6200

10.06
(
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

OR
10.061 "Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, n M 270.2700
panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other

S
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to

E D
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35 sq.

C
mm single core PVC armoured aluminium/ copperconductor cables) . "
I
P R
UN
E)
10.062 "Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5600
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes) on
E R
10.063
copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "

E
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make M-
H 0.0000

I C
seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all

10.064
below:</>
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . P R
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items

EA 1604.1300

10.065
T E
"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA 3341.8800

O
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/
EIC. (Unit ""EA"" shall mean ""Per Joint""). "

QU
10.066 Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make 0.0000

10.067 Copper Cable size 1cx50 sq. mm Armoured M 169.2500

10.068 Copper Cable size 1cx25 sq.mm Armoured


O T M 313.1300

10.069 Copper Cable size 2cx6 sq.mm Armoured N M 443.7600

10.07 Copper Cable size 2cx25 sq.mm Armoured


D O M 496.1200

SE
10.071 Copper Cable size 2cx70 sq.mm Armoured M 587.5800

EA
10.072 Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials, CUM 1027.8100
transportation to site, labour etc
10.073

PL
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
0.0000

10.074 Coke Breeze (4-10mm size)


( KG 83.0500

OR
10.075 Bentonite Powder KG 12.6900

10.076 Salt
S KG 12.6900

ED
10.077 Charcoal KG 51.8600

10.078 Gypsum
IC KG 12.6900

PR
10.079 "Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc. EA 3265.8800
Rate is on basis of per Bed"

UN
10.08 "Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2 mtr
EA

E )
35185.2000

length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate welded
at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as per
drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
E R
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"
E H
10.081
I C
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

10.082 Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer
PR EA 2612.7100

TE
10.083 "Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA 6531.7700
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer

O
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of

U
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or

10.084
7/16gauage PVC insulated flexible copper cable "

T Q
<H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT
0.0000

N O
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>
10.085

10.086
Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts

D O
Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items
TO

TO
117571.8500

117571.8500

10.087 Members fabricated from square, round of all size tubular sections.
S E TO 124103.6200

10.088
E
"Welding, erection, fabrication of IOC supplied steel structure. " A TO 42240.6200

L
(P
10.089 "Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at EA 958.1800
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension

R
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration of
the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &

O
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

S
E D
I C
P R
UN
10.09 "Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
E )
16504.8900

earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal diameter
and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided drawing. The
G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing perforations
E R
(12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m ,2.4m from the
upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of charcoal,
E H
excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of excavated soil,

I C
backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per theinstructions of site

PR
engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and drawings/ specifications
provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal diameter. The G.I. connector
plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on each half) holes shall be made

T E
on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system. Please note that this item
isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all materials andassociated items to

O
site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of mix1:2:4 (inclusive of cost for providing
PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx 650mm, wall thickness of 125mm and

U
height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel, while the remaining 500mm of PCC

T Q
portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover of dimension 750mm x 750mm x 4mm
thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with 01 coat of Red Oxide Primer and 02
Coats ofEnamel Paint (Black) on both the top "

10.091 N O
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode bolts EA 4224.0700

10.092
engineer/ EIC.
D O
including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site

"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud EA 3265.8800

S E
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
labour, tools etc. as per the instructions of the siteengineer/ EIC. "
10.093

E A
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
EA 4877.2400

10.094
L
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation, lobours, 0.0000

(P
material etc & as per direction of site engineer(For items below)"</>
10.095 "(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/ EA 6140.4200

OR
Engineer-in-Charge. "
10.096 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA 6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of 6

S
sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

10.097
E D
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also
EA 4834.0700

I C
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the

10.098
P R
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "
EA 4224.0700

UN
E)
10.099 "Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

10.1

10.101
"Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. "

<H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double
EA

E R 2264.5300

0.0000
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,

E
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of
H
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>
I C
10.102 2 Core Cable (Up to and including 25 sq.mm)
P R EA 1306.3600

TE
10.103 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

10.104

10.105
Double compression heavy duty flame proof brass cable gland

U O
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable
EA 1567.6300

0.0000

T Q
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings, pecifications
and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets including lower and
upper size limits inrespective categories. (For items below)"</>
10.106

10.107
"1 Core Cable (up to and including 70 sq.mm) "

3/ 3.5/ 4 Core Cable (25-50 sq.mm) N O EA


EA 1659.1300

1497.9900

10.108
D O
<H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC
0.0000

S E
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the

Engineer-in-charge. (For items below)</>


E A
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the

10.109 Up to 10 Sq.mm
L EA 177.2500

10.11
(P
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/ types/ 0.0000

R
sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable drums
to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site, etc.

O
including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-
Charge (For items below)"</>
S
10.111

10.112
Up to 10 Sq.mm

16-35 Sq.mm
E D EA

EA
74.5500

101.9700

C
10.113

P RI
"Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job forinterconnection EA
as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "
477.9500

UN
10.114 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 nos.) EA
& backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables including
E )
16408.2500

making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill aterialsaround
anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor (Salt = 100 Kg max.
& Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job, energizing the temporary
E R
,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied materials shall be taken bythe
E
Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be returned tothe Owner's store by
H
anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items required like, washers, nut bolts

I C
the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall be included in the rates & shall be

PR
borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit ""EA"" shall mean ""Per Anode"") "

10.115 "Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the EA 6836.7700

T E
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site

10.116
Engineer/ EIC.disconnecting the Anodesfrom their "
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>

U O 0.0000

10.117

10.118
T Q
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. "

"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax &
H

KM
793.3000

27.8600

10.119
octoroi and goverment charges. "

N O
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900

10.12

10.121 D O
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</>

Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic CUM
0.0000

1061.4400

S E
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site

10.122
supervision & resource to be eployed as per direction of EIC

E
<H>Coating Job: refurbishment of old coating (for items below)</>A 0.0000

L
(P
10.123 Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to be SQM 290.6000
removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

10.124
O R
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM SQM 10034.4100

S
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall be
inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also

D
Match stick wherever is required for minor difects

E
I C
P R
UN
E)
10.125 <H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at IOCL's 0.0000
descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight hours or
part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and availability
for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of Mobilisation &
Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site); Job is to be
E R
carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as additional

E
proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services for a period
of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>
H
I C
10.126

10.127
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

P R
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
10

10
3435.8000

2433.8800

10.128
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site

T E
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and 10 4864.7100

10.129
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
<H>Repair of shorted casing (For items below)</>

U O 0.0000

10.13

10.131
Excavation & backfilling.

Padding with soft soil


T Q CUM

CUM
758.8900

1189.6500

10.132
N O
Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope of work
for detail
IN 218.5600

10.133

10.134 D O
Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail

Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm)
10

IM
1147.4400

24.4300

10.135
S E
Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail EA 4569.3800

10.136
E A
<H>Supply & installation of casing end seal as per technical specification (For items below)</> 0.0000

L
(P
10.137 End seal for carrier pipe having size 14" & casing having size 20" EA 39689.0700

10.138 Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to 24 10 17046.7400

10.139 R
hrs. Please refer scope of work for detail

O
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail 10 9218.9600

10.14 S
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 EA 0.0000

E D
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

I C
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.

10.141
P R
a) Depth upto 1.5 m (measured from orig CUM 223.6600

UN
E)
10.142 b) Depth between 1.5 m to 5 m CUM 289.3800

10.143

10.144
BURST SITE

Mobilization & De-mobilization


EA

EA
E R 0.0000

203000.0000

10.145 Providing JCB

E H
EA 0.0000

10.146 Night Hours


I C STD 1624.0000

10.147 Day hours

P R STD 1276.0000

TE
10.148 Providing 02 Nos of compressor 10 3480.0000

10.149 Operation of compressor STD 1160.0000

10.15 Deployment of Labour


U O EA 0.0000

10.151

10.152
DAY HOURS

Night Hours T Q EA

EA
754.0000

986.0000

10.153 Supply of water tankers


N O EA 1740.0000

10.154

10.155
Supply of Black RiverSoil mud plugging

Providing Sand Blasting set up D O EA

10
2900.0000

8120.0000

10.156 Providing Pic up at site


S E 10 6960.0000

10.157 Providing supervisors


EA 10 2088.0000

L
(P
10.158 Providing welder, cutter, grinder team 10 3480.0000

10.159 Blaster and Insulator 10 5800.0000

10.16 Providing welding m/c & cutting m/c


O R 10 5800.0000

10.161 Providng hydra at two instance S EA 5220.0000

10.162
E D
Providing truck shifting material to sen LS 9280.0000

C
RI
10.163 Pilferage Site SU 0.0000

10.164

10.165
N P
Mobilization & Demobilization

Labors
EA

EA
24756.4900

448.0000

U
E)
10.166 Removal of pilferers arrangement EA 8663.2900

10.167

10.168
Welding of fitted leak clamp

10"
SU

EA
E R 0.0000

11725.4800

10.169 14"
E H
EA 16992.8800

10.17 Sleeve Welding


I C SU 0.0000

10.171 10"

P R EA 7300.9000

TE
10.172 14" EA 25711.1600

10.173 Coat and Wrap Work M 1651.8200

10.174 Excavation, making repair pit & backfill


U O CUM 234.7800

10.175 Providing backhole machine

T Q STD 1038.7000

10.176

10.177
Tent arrangement

Gully Sucker/Sewage Tank FROM SITE TO N O STD

SU
200.4700

0.0000

10.178 0-50 KM
D O EA 6402.4000

SE
10.179 50-100 KM EA 12804.8000

10.18 100-150 KM

E A EA 19207.2000

10.181 CP Maintenance

PL SU 0.0000

10.182 Repair of the existing Test Lead Points


( EA 1895.9200

OR
10.183 Repair of the existing Test Lead Points EA 2647.4500

10.184
S
Supply and pouring of water around anode KL 90.1600

ED
10.185 Preparation of surface by removing dust, SU 0.0000

10.186

I C
In respect of CP fencing, structures, do EA 1722.3100

10.187

P R
In respect of cp unit painting with smok EA 679.8600

10.188

UN
Painting lines,dashes,arrows,letters etc SQM 97.7800
E)
10.189 Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying of EA 5890.6200
cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of

ER
Site Engineer/ Engineer-in-Charge uder following stations
10.19 Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9800
specification in accordance with dwg no. 9200-99900-404-611-00
20
20.001
Maint.Insp. & Up-Keeping-Bhatinda
<H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include E H MON
0.0000
276446.3600

I C
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of

PR
Works) of Special Conditions of Contract (SCC)
20.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0900
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main

T E
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting

O
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.
U
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of

as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.


T Q
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every respect

20.003

N O
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification,
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost of
0.0000

20.004 Warning Sign Board D


work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</> O
all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

EA 7143.5400

20.005 Direction Marker/Turning Point Marker


S E EA 6664.7100

20.006 Kilometer Marker


E A EA 7631.1700

L
(P
20.007 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA 25700.4600
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,

R
neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483). The
work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through foundation,
O
erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe (using cad
S
welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site, applying epoxy

E D
paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as per site
conditions) and size, lugs etc. The work includes 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. The name plate shall also include the details of corrosion coupon

I C
wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary requirement. The

P R
work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site
Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &
pushbutton for PSP Measurment)

UN
E)
20.008 "Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal EA 6631.7700
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size

ER
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
20.009 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.

20.01
</>
Warning Sign Boards
E H EA 619.5800

20.011 boundary Pillar


I C EA 114.2100

20.012 Kilometer Posts


PR EA 619.5800

TE
20.013 Turning Points/ Crossing Markers/ Direct EA 619.5800

20.014

20.015
Vent & Drain Pipes

Test Lead Points (TLPs) including cleani


U O EA

EA
481.9500

619.5800

20.016
T Q
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all
complete as per directions of Site Engineer/Engineer-in-Charge. "
CUM 333.3100

20.017

20.018
as per specification or as directed by Site Engineer/Engineer-in-Charge " O
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM

N
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and SQM
6213.7200

433.8300

D O
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by

S E
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work required
to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

20.019 <H>ROW WASHOUT RESTORATION WORKS (For items below)</>


E A 0.0000

L
(P
20.02 "The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM 423.4100
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites

20.021
R
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

O
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with EA 94.9700

S
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at
washout sites along the pipeline "

ED
20.022 "Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM 2767.7100

20.023
IC
The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L ROWas CUM
per requirement as per instructions of EIC
3459.3800

PR
20.024 "Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as

N
per instruction of Site Engineer/Engineer-in-Charge."

U
E)
20.025 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</> 0.0000

20.026 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

20.027 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM
E R 6205.6900

20.028 "The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
E H
CUM 7767.4500

ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "
I C
20.029

P
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and
directions of EIC "
R
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and CUM 8095.4600

TE
20.03 "The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and KG 93.9700
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
20.031
O
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape and
preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within meter
lead"
U
SQM 297.2000

20.032

20.033
T Q
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows

"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of
M

H
1352.3600

222.1800

20.034
rubbish etc. (Minimum capacity of Pump 3 HP). "
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</>
N O 0.0000

20.035

20.036
shifted to site and back to owners premises.
D O
Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA

"Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode ground H
270.2700

1352.3600

S E
bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "

20.037
E A
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA 0.0000

L
(P
20.038 0-50 KM CUM 555.9500

20.039 50-100 KM CUM 1111.9000

20.04 100-150 KM
O R CUM 1667.8500

20.041 S
"Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

20.042
E D
<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</> 0.0000

C
RI
20.043 Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The CUM 298.7700
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
20.044

N P
Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
labour, equipments etc.
CUM 2591.0400

U
E)
20.045 "Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per drawing, SQM 936.4500
specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm x 80 mm.

ER
"
20.046 Providing sand by forming bed CUM 1256.7200

20.047

20.048
Demolishing concrete structure and disposal of material within 50 metreslead.

"Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
E H CUM

CUM
2705.2100

2028.5300

I C
PR
20.049 "Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job M 743.2200
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
20.05 15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER SQM 293.6200

20.051
DIRECTIONS OF EIC/SITE ENGINEER

T E
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

20.052

U O
"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, n M
panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other
270.2700

T Q
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP

20.053
mm single core PVC armoured aluminium/ copperconductor cables) . " O
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35 sq.

N
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5600

D O
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of

S
copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. " E
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes) on

20.054

E A
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make M-
0.0000

L
seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all

(P
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items
below:</>
20.055

20.056
O R
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") .

"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode
EA

EA
1604.1300

3341.8800

S
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/

20.057
E D
EIC. (Unit ""EA"" shall mean ""Per Joint""). "
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials,
transportation to site, labour etc
CUM 1027.8100

C
RI
20.058 uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at EA 4877.2400
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
20.059

20.06
N P
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation, lobours,
material etc & as per direction of site engineer(For items below)"</>
"(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/ EA
0.0000

6140.4200

UEngineer-in-Charge. "
E)
20.061 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA 6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of 6

20.062
sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad EA
E R 4834.0700
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also

E
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
H
20.063
I C
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA 4224.0700

20.064 <H>OPERATION OF MOSRU/ DG SET (For items below) :</>


R
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "

P 0.0000

20.065
T
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. "E H 793.3000

20.066
octoroi and goverment charges. "
U O
"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax & KM 27.8600

20.067

20.068
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</>

T Q
SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM
0.0000

14.4600

20.069
All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
N O
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m -

EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth CUM 581.9800

D O
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall

S E
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after

20.07
certain depth, 3) Site Supervisor- 1 No

E A
"EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all type CUM 681.0600

L
of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical means

(P
i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of excavated soil -
lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also include manual
dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas Pipeline & OFC

O R
cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in continous operating
condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"

20.071 S
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic CUM 1061.4400

E D
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site

C
RI
supervision & resource to be eployed as per direction of EIC
20.072 Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed CUM 198.1900
during excavation of trench (stored within 50 m radius of the excavated trench).
20.073
P
<H>Other associated Earth Work related activities</>

N
0.0000

U
E)
20.074 Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools

ER
whatsoever required for the job.
20.075 Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench) by CUM 452.8800
deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
20.076

20.077
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower
whatsoever required."
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower, whatsoever
E H CUM

CUM
466.3800

168.9000
for making Road Diversion as per job requirement and as per IOCL's requirement."
I C
PR
20.078 <H>Coating Job: refurbishment of old coating (for items below)</> 0.0000

20.079 Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to be SQM 290.6000

T E
removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

20.08

U O
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall be
SQM 10034.4100

20.081
T Q
inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also
Match stick wherever is required for minor difects
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at IOCL's 0.0000

N O
descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight hours or
part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and availability
for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of Mobilisation &

D O
Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site); Job is to be
carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as additional
proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services for a period

E
of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

S
20.082

E A
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump 10 3435.8000

20.083
L
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges, 10 2433.8800

(P
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site
20.084 Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and 10 4864.7100

OR
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
20.085 Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area 10 486.4800

20.086
S
End seal for carrier pipe having size 12" & casing having size 18" EA 34019.2100

ED
20.087 End seal for carrier pipe having size 10" & casing having size 16" EA 28349.3300

20.088
IC
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 EA
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

R
foundation trenches, plinth etc. with the excavated earth available and/or depositing the excess earth within station area limits, in layers not exceeding
0.0000

N P
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.

U
E)
20.089 a) Depth upto 1.5 m (measured from orig CUM 223.6600

20.09

20.091
b) Depth between 1.5 m to 5 m

BURST SITE
CUM

EA
E R 289.3800

0.0000

20.092 Mobilization & De-mobilization


E H
EA 203000.0000

20.093 Providing JCB


I C EA 0.0000

20.094 Night Hours

P R STD 1624.0000

TE
20.095 Day hours STD 1276.0000

20.096 Providing 02 Nos of compressor 10 3480.0000

20.097 Operation of compressor


U O STD 1160.0000

20.098 Deployment of Labour

T Q EA 0.0000

20.099

20.1
Day hours

Night Hours
N O EA

EA
754.0000

986.0000

20.101

20.102
Supply of water tankers

Supply of Black RiverSoil mud plugging D O EA

EA
1740.0000

2900.0000

20.103 Providing Sand Blasting set up


S E 10 8120.0000

20.104 Providing Pic up at site


EA 10 6960.0000

L
(P
20.105 Providing supervisors 10 2088.0000

20.106 Providing welder, cutter, grinder team 10 3480.0000

20.107 Blaster and Insulator


O R 10 5800.0000

20.108 Providing welding m/c & cutting m/cS 10 5800.0000

20.109
E D
Providng hydra at two instance EA 5220.0000

C
RI
20.11 Providing truck shifting material to sen LS 9280.0000

20.111

20.112
N P
Pilferage Site

Mobilization & Demobilization


SU

EA
0.0000

24756.4900

U
E)
20.113 Labors EA 448.0000

20.114 Removal of pilferers arrangement EA 8663.2900

20.115 Welding of fitted leak clamp SU


E R 0.0000

20.116 14"

E
EAH 16992.8800

20.117 Sleeve Welding


I C SU 0.0000

20.118 14"

P R EA 25711.5600

TE
20.119 Coat and Wrap Work M 1651.8200

20.12 Excavation, making repair pit & backfill CUM 234.7800

20.121 Providing backhole machine


U O STD 1038.7000

20.122 Tent arrangement

T Q STD 200.4700

20.123

20.124
Gully Sucker/Sewage Tank FROM SITE TO

0-50 KM
N O SU

EA
0.0000

6402.4000

20.125 50-100 KM
D O EA 12804.8000

SE
20.126 100-150 KM EA 19207.2000

20.127

20.128
CP Maintenance

Repair of the existing Test Lead Points


E A SU

EA
0.0000

1895.9200

PL
20.129 Repair of the existing Test Lead Points
( EA 2647.4500

OR
20.13 Supply and pouring of water around anode KL 90.1600

20.131
S
Preparation of surface by removing dust, SU 0.0000

ED
20.132 In respect of CP fencing, structures, do EA 1722.3100

20.133

I C
In respect of cp unit painting with smok EA 679.8600

20.134

P R
Painting lines,dashes,arrows,letters etc SQM 97.7800

20.135

UN
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying of EA
cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of
Site Engineer/ Engineer-in-Charge uder following stations
5890.6200
E)
20.136 Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9800
specification in accordance with dwg no. 9200-99900-404-611-00
30
30.001
Maint.Insp. & Up-Keeping-NABHA
<H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
E
MON
R 0.0000
276446.3600

maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
H
CE
Works) of Special Conditions of Contract (SCC)
30.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0900

RI
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face

P
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and

E
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.

O T
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every respect
as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.

30.003
Q U
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification, 0.0000

T
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost of

O
all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

30.004
work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
Warning Sign Board N EA 7143.5400

30.005 Direction Marker/Turning Point Marker


D O EA 6664.7100

SE
30.006 Kilometer Marker EA 7631.1700

EA
30.007 Danger marker EA 6436.7900

30.008 OFC Marker

PL EA 6700.8600

30.009 Crossing marker


( EA 6674.2100

O R
S
E D
I C
P R
UN
30.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,
EA

E )
25700.4600

neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483). The
work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through foundation,
erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe (using cad
E R
welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site, applying epoxy
paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as per site
E
conditions) and size, lugs etc. The work includes supply and fixing of a non-corrosive name plate containing the details like KM location, identification, TLP
H
I C
No., direction of flow, connection scheme, type etc., on the side of the TLP box, etc. The name plate shall also include the details of corrosion coupon

PR
wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary requirement. The
work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site
Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &
pushbutton for PSP Measurment)

T E
30.011
O
<H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.

U
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
0.0000

T Q
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's upport
pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4 stone
aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of

30.012
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>

Sign Board of size 3 Feet x 2 Feet N O EA 6920.7100

30.013 Sign Board of size 4 Feet x 3 Feet


D O EA 9859.2100

SE
30.014 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.

30.015
</>
Kilometer Posts
E A EA 619.5800

30.016 Turning Points/ Crossing Markers/ Direct


PL EA 619.5800

(
OR
30.017 Vent & Drain Pipes EA 481.9500

30.018 Danger Markers EA 551.5400

S
30.019

30.02
E D
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all
complete as per directions of Site Engineer/Engineer-in-Charge. "
"Repair & Painting two coats of any sha
CUM

SQM
333.3100

400.9100

C
30.021

P RI
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8 SQM
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed
by Site Engineer/Engineer-in-Charge. "
689.5800

30.022

UN
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected by SQM
Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
133.6400
E)
30.023 "Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM 6213.7200
as per specification or as directed by Site Engineer/Engineer-in-Charge "
30.024 "PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
SQM

E R 433.8300

ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by

E
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work required
to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.
H
I C
30.025

30.026
<H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</>

P R
"Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber Sealingand nails SQM
0.0000

1137.5900

T E
etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with goodquality glass putty,
nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in thescope of the Contractor "

30.027

U O
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water proofing
pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith minimum two or more
SQM 76.4000

Q
coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying the paint to the surface and
watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated transportation required for completing the
jobs inall respects.
T
30.028

30.029
<H>ROW WASHOUT RESTORATION WORKS (For items below)</>

N O
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM
0.0000

423.4100

D O
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

SE
30.03 "The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with EA 94.9700
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at

EA
washout sites along the pipeline "
30.031 "Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC " CUM 2767.7100

30.032
PL
The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L ROWas CUM 3459.3800

30.033
per requirement as per instructions of EIC
(
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500

O R
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as
per instruction of Site Engineer/Engineer-in-Charge."
30.034
S
<H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</> 0.0000

ED
30.035 The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

IC
30.036 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6900

PR
30.037 "The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone CUM 7767.4500
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply

N
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

U
E)
30.038 "The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and CUM 8095.4600
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and

ER
directions of EIC "
30.039 "The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and KG 93.9700
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
30.04 "The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape and
preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within meter
lead"
E H SQM 297.2000

30.041 The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows
I C M 1352.3600

30.042
rubbish etc. (Minimum capacity of Pump 3 HP). "
PR
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800

TE
30.043 <H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</> 0.0000

30.044
O
"Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode ground H
bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the

U
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "
1352.3600

30.045
T Q
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA 0.0000

30.046

30.047
0-50 KM

50-100 KM N O CUM

CUM
555.9500

1111.9000

30.048 100-150 KM
D O CUM 1667.8500

SE
30.049 <H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</> 0.0000

30.05

E A
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
CUM 298.7700

30.051

PL
Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
CUM 2591.0400

30.052
labour, equipments etc.
(
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per drawing, SQM 936.4500

"
O R
specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm x 80 mm.

30.053 Providing sand by forming bed


S CUM 1256.7200

ED
30.054 "Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300
per direction of EIC/ site engineer "

IC
30.055 <H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas 0.0000
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>

PR
30.056 1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size) CUM 6074.6900

30.057

UN
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size) CUM 6755.0000
E)
30.058 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size) CUM 6894.2700

30.059 <H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For
items below)"</>
E R 0.0000

30.06 1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size)


H
CUM 9585.5800

CE
30.061 "1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM 8669.7400

30.062 Demolishing concrete structure and disposal of material within 50 metreslead.


RI CUM 2705.2100

30.063 <H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</>

E P 0.0000

30.064

30.065
Foundations, Footings, Bases for columns

Suspended floors, roofs, landings, balconies and access platform


O T SQM

SQM
608.0800

513.6200

30.066 Lintels, beams, plinth beams, girders and cantilevers


Q U SQM 608.0800

30.067 Columns, Pillars, Piers, Abutments, Posts and Struts

O T SQM 608.0800

30.068
N
"Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead" CUM 2028.5300

30.069

30.07 D O
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER
M

SQM
743.2200

293.6200

30.071
DIRECTIONS OF EIC/SITE ENGINEER

S E
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

30.072
E A
"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, n M 270.2700

L
panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other

(P
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP

O R
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35 sq.
mm single core PVC armoured aluminium/ copperconductor cables) . "
30.073
S
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
377.5600

E D
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of

I C
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes) on
copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "

P R
UN
E)
30.074 <H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated 0.0000
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make M-
seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items
below:</>
E R
30.075 Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA
H 1604.1300

CE
30.076 "Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA 3341.8800

EIC. (Unit ""EA"" shall mean ""Per Joint""). "


RI
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/

30.077 Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make
P 0.0000

TE
30.078 Copper Cable size 1cx25 sq.mm Armoured M 313.1300

30.079

30.08
Copper Cable size 2cx70 sq.mm Armoured

U O
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials,
M

CUM
587.5800

1027.8100

30.081
transportation to site, labour etc
Q
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
T
0.0000

30.082

30.083
Coke Breeze (4-10mm size)

Bentonite Powder N O KG

KG
83.0500

12.6900

30.084 Salt
D O KG 12.6900

SE
30.085 Charcoal KG 51.8600

EA
30.086 Gypsum KG 12.6900

30.087
Rate is on basis of per Bed"
PL
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc. EA 3265.8800

30.088
(
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2 mtr
EA 35185.2000

O R
length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate welded
at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as per

S
drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB

D
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

E
30.089
I C
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

30.09

P R
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

UN
E)
30.091 "Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA 6531.7700
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or
E R
30.092
7/16gauage PVC insulated flexible copper cable "

E
<H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT
H 0.0000

I C
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all

30.093
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>
Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts P R
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-

TO 117571.8500

30.094 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items
T E TO 117571.8500

30.095 Members fabricated from square, round of all size tubular sections.

U O TO 124103.6200

30.096

30.097
"Welding, erection, fabrication of IOC supplied steel structure. "

T Q
"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending the EA
TO 42240.6200

958.1800

N O
existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"
30.098

D O
"Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration of
EA 958.1800

S E
the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "

E A
L
(P
O R
S
E D
I C
P R
UN
30.099 "Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
E )
16504.8900

earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal diameter
and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided drawing. The
G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing perforations
E R
(12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m ,2.4m from the
upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of charcoal,
E H
excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of excavated soil,

I C
backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per theinstructions of site

PR
engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and drawings/ specifications
provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal diameter. The G.I. connector
plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on each half) holes shall be made

T E
on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system. Please note that this item
isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all materials andassociated items to

O
site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of mix1:2:4 (inclusive of cost for providing
PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx 650mm, wall thickness of 125mm and

U
height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel, while the remaining 500mm of PCC

T Q
portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover of dimension 750mm x 750mm x 4mm
thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with 01 coat of Red Oxide Primer and 02
Coats ofEnamel Paint (Black) on both the top "

30.1 N O
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode bolts EA 4224.0700

30.101
engineer/ EIC.
D O
including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site

"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud EA 3265.8800

S E
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
labour, tools etc. as per the instructions of the siteengineer/ EIC. "
30.102

E A
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
EA 4877.2400

30.103
L
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation, lobours, 0.0000

(P
material etc & as per direction of site engineer(For items below)"</>
30.104 "(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/ EA 6140.4200

OR
Engineer-in-Charge. "
30.105 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA 6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of 6

S
sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

30.106
E D
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also
EA 4834.0700

I C
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the

30.107
P R
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "
EA 4224.0700

UN
E)
30.108 "Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

30.109

30.11
"Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. "

<H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double
EA

E R 2264.5300

0.0000
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,

E
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of
H
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>
I C
30.111 2 Core Cable (Up to and including 25 sq.mm)
P R EA 1306.3600

TE
30.112 3/3.5/4 Core Cable (Up to and including) EA 1436.9900

30.113

30.114
Double compression heavy duty flame proof brass cable gland

U O
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable
EA 1567.6300

0.0000

T Q
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings, pecifications
and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets including lower and
upper size limits inrespective categories. (For items below)"</>
30.115

30.116
"1 Core Cable (up to and including 70 sq.mm) "

2 Core Cable (up to and sq. mm) N O EA


EA 1659.1300

2051.0300

30.117 3/ 3.5/ 4 Core Cable (up to and including 16 mm2)


D O EA 1301.7600

SE
30.118 3/ 3.5/ 4 Core Cable (25-50 sq.mm) EA 1497.9900

EA
30.119 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC

PL
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the

(
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the

OR
Engineer-in-charge. (For items below)</>
30.12 Up to 10 Sq.mm EA 177.2500

30.121 16-35 Sq.mm


S EA 273.2700

30.122
ED
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/ types/
sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable drums

C
0.0000

R I
to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site, etc.
including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-

30.123
P
Charge (For items below)"</>
Up to 10 Sq.mm

N
EA 74.5500

U
E)
30.124 16-35 Sq.mm EA 101.9700

30.125 "Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job forinterconnection EA
as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "
E R 477.9500

30.126 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 nos.) EA

E
& backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables including
making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill aterialsaround
H 16408.2500

I C
anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor (Salt = 100 Kg max.

P R
& Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job, energizing the temporary
anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items required like, washers, nut bolts
,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied materials shall be taken bythe

T E
Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be returned tothe Owner's store by
the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall be included in the rates & shall be

O
borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit ""EA"" shall mean ""Per Anode"") "

QU
30.127 "Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the EA 6836.7700
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back

30.128 <H>OPERATION OF MOSRU/ DG SET (For items below) :</>


O T
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site
Engineer/ EIC.disconnecting the Anodesfrom their "
0.0000

30.129 N
Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900

30.13
D O
<H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</> 0.0000

SE
30.131 SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM 14.4600
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m -

EA
All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
30.132 EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth CUM 581.9800

PL
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and

(
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC

O R
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after
certain depth, 3) Site Supervisor- 1 No
30.133
S
"EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all type CUM
of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical means
681.0600

E D
i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of excavated soil -
lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also include manual

I C
dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas Pipeline & OFC
cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in continous operating

R
condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"

P
UN
E)
30.134 Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic CUM 1061.4400
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC

30.135
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site
supervision & resource to be eployed as per direction of EIC
Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed CUM
E R 198.1900

30.136
during excavation of trench (stored within 50 m radius of the excavated trench).
<H>Other associated Earth Work related activities</>
E H 0.0000

30.137
I C
Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900

30.138
whatsoever required for the job.
R
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools

P
Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench) by CUM 452.8800

30.139
deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.

T E
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower CUM 466.3800

30.14
whatsoever required."
<H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</>

U O 0.0000

30.141
Q
Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, propping
etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around inner side of

T
excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre to centre, horizontal
SQM 58.8000

N O
& vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should be connected with nut bolt
system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by MS binding wire. The scoffolding
system shall be stiffened with bracings, runners at required locations with essential safety features for the workmen etc., complete as per directions and

D O
approval of Engineer - in - charge. Same items are to be removed, after completion of the of the requirement of the same. This shall also include,
transportation, material handling equipment, manpower, tools whatsoever requied for the job and duration of installed structure in the trenach, shall be as
required for safe completion of the job as per IOCL'S descrition. The elevational area of the scaffolding shall be measured for payment purpose.

30.142
S E
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as per job SQM 109.6000

E A
requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench. Measurement of this
SOR, shall be as per surface Ground area covered at actual by erectred shed"
30.143
L
PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC 1:2:4 CUM 6213.7200

(P
(1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire charges,
supply of all materials, shuttering etc as per requirement.
30.144 <H>Coating Job: refurbishment of old coating (for items below)</> 0.0000

30.145
O R
Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to be SQM 290.6000

S
removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

30.146
E D
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM SQM 10034.4100

I C
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall be
inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also

R
Match stick wherever is required for minor difects

P
UN
E)
30.147 <H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at IOCL's 0.0000
descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight hours or
part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and availability
for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of Mobilisation &
Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site); Job is to be
E R
carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as additional

E
proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services for a period
of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>
H
I C
30.148

30.149
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

P R
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
10

10
3435.8000

2433.8800

30.15
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site

T E
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and 10 4864.7100

30.151
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
O
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area

U
10 486.4800

30.152

30.153
<H>Supply & installation of casing end seal as per technical specification (For items below)</>

End seal for carrier pipe having size 10" & casing having size 16"
T Q EA
0.0000

28349.3300

30.154
N O
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to 24 10
hrs. Please refer scope of work for detail
17046.7400

30.155

30.156 D O
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail 10

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 EA
9218.9600

0.0000

S E
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

E A
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.

L
(P
30.157 a) Depth upto 1.5 m (measured from orig CUM 223.6600

30.158

30.159
b) Depth between 1.5 m to 5 m

BURST SITE
O R CUM

EA
289.3800

0.0000

30.16 Mobilization & De-mobilization S EA 203000.0000

30.161 Providing JCB


E D EA 0.0000

C
RI
30.162 Night Hours STD 1624.0000

30.163

30.164
N P
Day hours

Providing 02 Nos of compressor


STD

10
1276.0000

3480.0000

U
E)
30.165 Operation of compressor STD 1160.0000

30.166 Deployment of Labour EA 0.0000

30.167 Day hours EA


E R 754.0000

30.168 Night Hours

E H
EA 986.0000

30.169 Supply of water tankers

I C EA 1740.0000

30.17

30.171
Supply of Black RiverSoil mud plugging

Providing Sand Blasting set up P R EA

10
2900.0000

8120.0000

30.172 Providing Pic up at site


T E 10 6960.0000

30.173 Providing supervisors


UO 10 2088.0000

30.174

30.175
Providing welder, cutter, grinder team

Blaster and Insulator


T Q 10

10
3480.0000

5800.0000

30.176 Providing welding m/c & cutting m/c


N O 10 5800.0000

30.177

30.178
Providng hydra at two instance

Providing truck shifting material to sen


D O EA

LS
5220.0000

9280.0000

30.179 Pilferage Site


S E SU 0.0000

30.18 Mobilization & Demobilization

EA EA 24756.4900

30.181 Labors
L EA 448.0000

30.182 Removal of pilferers arrangement


(P EA 8663.2900

30.183 Welding of fitted leak clamp


O R SU 0.0000

30.184 10"
S EA 11725.4800

30.185 Sleeve Welding


E D SU 0.0000

C
RI
30.186 10" EA 7300.9000

30.187

30.188
N P
Coat and Wrap Work

Excavation, making repair pit & backfill


M

CUM
1651.8200

234.7800

U
E)
30.189 Providing backhole machine STD 1038.7000

30.19

30.191
Tent arrangement

Gully Sucker/Sewage Tank FROM SITE TO


STD

SU
E R 200.4700

0.0000

30.192 0-50 KM
E EAH 6402.4000

30.193 50-100 KM
I C EA 12804.8000

30.194 100-150 KM
P R EA 19207.2000

TE
30.195 CP Maintenance SU 0.0000

30.196 Repair of the existing Test Lead Points EA 1895.9200

30.197 Repair of the existing Test Lead Points


U O EA 2647.4500

30.198 Supply and pouring of water around anode

T Q KL 90.1600

30.199

30.2
Preparation of surface by removing dust,

In respect of CP fencing, structures, do


N O SU

EA
0.0000

1722.3100

30.201 In respect of cp unit painting with smok


D O EA 679.8600

SE
30.202 Painting lines,dashes,arrows,letters etc SQM 97.7800

30.203

E A
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying of EA
cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of
5890.6200

30.204
L
Site Engineer/ Engineer-in-Charge uder following stations

P
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9800

40 Maint.Insp. & Up-Keeping-JALANDHAR (


specification in accordance with dwg no. 9200-99900-404-611-00
0.0000
40.001

O R
<H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
MON 276446.3600

S
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)

E D
I C
P R
UN
E)
40.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0900
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and
E R
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of
E
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every respect
H
as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.
I C
40.003
P R
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification,
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
0.0000

T E
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost of
all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

40.004
work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
Direction Marker/Turning Point Marker
U O EA 6664.7100

40.005

40.006
Kilometer Marker

OFC Marker
T Q EA

EA
7631.1700

6700.8600

40.007 Crossing marker


N O EA 6674.2100

40.008

D O
Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,
neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483). The
EA 25700.4600

S E
work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through foundation,
erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe (using cad

E A
welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site, applying epoxy
paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as per site

L
conditions) and size, lugs etc. The work includes supply and fixing of a non-corrosive name plate containing the details like KM location, identification, TLP

(P
No., direction of flow, connection scheme, type etc., on the side of the TLP box, etc. The name plate shall also include the details of corrosion coupon
wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary requirement. The

R
work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site
Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &
pushbutton for PSP Measurment)
O
S
40.009

E D
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
EA 6631.7700

I C
P R
UN
E)
40.01 <H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The 0.0000
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's upport
pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4 stone
E R
aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>
E H
40.011 Sign Board of size 3 Feet x 2 Feet
I C EA 6920.7100

40.012 Sign Board of size 4 Feet x 3 Feet


P R EA 9859.2100

TE
40.013 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.

40.014
</>
Warning Sign Boards

U O EA 619.5800

40.015

40.016
Boundary Pillar

Kilometer Posts
T Q EA

EA
114.2100

619.5800

40.017 Turning Points/ Crossing Markers/ Direct


N O EA 619.5800

40.018

40.019
Vent & Drain Pipes

Test Lead Points (TLPs) including cleani D O EA

EA
481.9500

619.5800

40.02
S E
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all CUM 333.3100

40.021
complete as per directions of Site Engineer/Engineer-in-Charge. "
"Repair & Painting two coats of any sha
E A SQM 400.9100

L
(P
40.022 "Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8 SQM 689.5800
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed

OR
by Site Engineer/Engineer-in-Charge. "
40.023 "Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected by SQM 133.6400
Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
40.024
S
"Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM 6213.7200

ED
as per specification or as directed by Site Engineer/Engineer-in-Charge "
40.025 "PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and SQM 433.8300
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer

I C
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong

P R
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work required
to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.

UN
E)
40.026 <H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</> 0.0000

40.027 <H>ROW WASHOUT RESTORATION WORKS (For items below)</> 0.0000

40.028
E
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUMR 423.4100
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

E H
40.029
I C
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at
EA 94.9700

40.03
washout sites along the pipeline "
"Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC "
P R CUM 2767.7100

40.031
T E
The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L ROWas CUM
per requirement as per instructions of EIC
3459.3800

40.032

U O
"Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as
968.4500

40.033
per instruction of Site Engineer/Engineer-in-Charge."
<H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</>

T Q 0.0000

40.034

40.035 "The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" N O
The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM

CUM
337.3100

6205.6900

40.036
D O
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
CUM 7767.4500

40.037 E
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

S
"The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and CUM 8095.4600

directions of EIC "


E A
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and

40.038
L
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and KG 93.9700

(P
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "
40.039 "The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape and SQM 297.2000
preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within meter

40.04
lead"

O R
The work includes providing 100 mm dia and 500 MM LONG cement/ PVC pipeat 500MM height @ a distance of 1000 mm each in 2 rows M 1352.3600

40.041 S
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800

40.042 D
rubbish etc. (Minimum capacity of Pump 3 HP). "

E
<H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</> 0.0000

C
RI
40.043 Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA 270.2700
shifted to site and back to owners premises.

N P
U
E)
40.044 "Providing & operating JCB for earth work in excavation in both ordinary & Rocky soil for ROW cleaning, washout rectification/ installation ofanode ground H 1352.3600
bed, sacrificial anodes, cable trenches, pipelinetrenches, etc. including backfilling the same after completion of workin all respect and up to the

40.045
satisfaction of Site Engineer / EIC & thecost includes all labour, materials complete as per direction of SiteEngineer/ EIC. "

Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA
E R 0.0000

40.046 0-50 KM
E H
CUM 555.9500

40.047 50-100 KM
I C CUM 1111.9000

40.048 100-150 KM
P R CUM 1667.8500

TE
40.049 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

40.05

40.051
<H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</>

U O
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The CUM
0.0000

298.7700

40.052

T Q
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
CUM 2591.0400

40.053
labour, equipments etc.

N O
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per drawing,
specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm x 80 mm.
SQM 936.4500

40.054
"
Providing sand by forming bed
D O CUM 1256.7200

SE
40.055 "Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300
per direction of EIC/ site engineer "

EA
40.056 <H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas 0.0000
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
40.057

PL
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size) CUM 6074.6900

40.058
(
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size) CUM 6755.0000

OR
40.059 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size) CUM 6894.2700

40.06
S
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 7230.0400

ED
40.061 <H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in all 0.0000
respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>

40.062
I C
1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size CUM 8095.4500

40.063
P R
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

UN
E)
40.064 <H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing 0.0000
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For

ER
items below)"</>
40.065 1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 9585.5800

40.066

40.067
"1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal "

"Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead"
E H
CUM

CUM
8669.7400

2028.5300

I C
PR
40.068 "Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job M 743.2200
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
40.069 15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER SQM 293.6200

40.07
DIRECTIONS OF EIC/SITE ENGINEER

T E
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM 6326.0800

40.071

U O
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with
377.5600

T Q
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes) on

40.072
copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "

N O
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make M-
0.0000

D O
seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items
below:</>

SE
40.073 Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA 1604.1300

EA
40.074 "Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode EA 3341.8800
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/

40.075
EIC. (Unit ""EA"" shall mean ""Per Joint""). "

PL
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make 0.0000

(
40.076

40.077
Copper Cable size 1cx25 sq.mm Armoured

O
Copper Cable size 2cx25 sq.mm Armoured
R M

M
313.1300

496.1200

40.078 S
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials, CUM 1027.8100

40.079 D
transportation to site, labour etc

E
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site 0.0000

C
RI
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
40.08 Coke Breeze (4-10mm size) KG 83.0500

40.081

N P
Bentonite Powder KG 12.6900

U
E)
40.082 Salt KG 12.6900

40.083

40.084
Charcoal

Gypsum
KG

KG
E R 51.8600

12.6900

40.085
E
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc.
Rate is on basis of per Bed"
H
EA 3265.8800

40.086
I C
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS EA 35185.2000

P R
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2 mtr
length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate welded
at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as per

T E
drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB

O
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

QU
40.087 "Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

40.088

40.089
Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer

O T
"Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA
EA 2612.7100

6531.7700

N
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut

D O
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or
7/16gauage PVC insulated flexible copper cable "

SE
40.09 <H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams 0.0000
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT

E A
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-

40.091 L
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>

P
Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts TO 117571.8500

(
40.092

40.093
O R
Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items

Members fabricated from square, round of all size tubular sections.


TO

TO
117571.8500

124103.6200

S
40.094

40.095
E D
"Welding, erection, fabrication of IOC supplied steel structure. "

"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending the EA
TO 42240.6200

958.1800

I C
existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,

P R
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

UN
E)
40.096 "Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at EA 958.1800
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration of
the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "
E R
40.097
E
"Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
H 16504.8900

I C
earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal diameter

P R
and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided drawing. The
G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing perforations
(12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m ,2.4m from the

T E
upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of charcoal,
excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of excavated soil,

O
backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per theinstructions of site
engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and drawings/ specifications

U
provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal diameter. The G.I. connector

T Q
plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on each half) holes shall be made
on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system. Please note that this item
isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all materials andassociated items to

N O
site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of mix1:2:4 (inclusive of cost for providing
PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx 650mm, wall thickness of 125mm and
height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel, while the remaining 500mm of PCC

D O
portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover of dimension 750mm x 750mm x 4mm
thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with 01 coat of Red Oxide Primer and 02
Coats ofEnamel Paint (Black) on both the top "

S E
40.098

E A
Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode bolts
including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site
EA 4224.0700

engineer/ EIC.
L
(P
40.099 "Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud EA 3265.8800
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,

OR
labour, tools etc. as per the instructions of the siteengineer/ EIC. "
40.1 uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at EA 4877.2400
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
40.101
S
<H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation, lobours, 0.0000

40.102
E D
material etc & as per direction of site engineer(For items below)"</>
"(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/
Engineer-in-Charge. "
EA 6140.4200

C
RI
40.103 "(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA 6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of 6

P
sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge "

N
U
E)
40.104 "CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad EA 4834.0700
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also

40.105
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "
"Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA
E R 4224.0700
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "
H
CE
40.106 "Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

40.107 "Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. "
RI EA 2264.5300

40.108

E P
<H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,
0.0000

O T
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

40.109 2 Core Cable (Up to and including 25 sq.mm)


Q U EA 1306.3600

40.11 3/3.5/4 Core Cable (Up to and including)

O T EA 1436.9900

40.111 Double compression heavy duty flame proof brass cable gland
N EA 1567.6300

40.112

D O
<H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings, pecifications
and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets including lower and
0.0000

40.113
upper size limits inrespective categories. (For items below)"</>
"1 Core Cable (up to and including 70 sq.mm) "
S E EA 1659.1300

40.114 3/ 3.5/ 4 Core Cable (25-50 sq.mm)


E A EA 1497.9900

L
(P
40.115 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC

R
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the

O
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the

S
Engineer-in-charge. (For items below)</>
40.116

40.117
Up to 10 Sq.mm

16-35 Sq.mm
E D EA

EA
177.2500

273.2700

C
40.118

P RI
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/ types/
sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable drums
to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site, etc.
0.0000

UN
including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-
Charge (For items below)"</>
E)
40.119 Up to 10 Sq.mm EA 74.5500

40.12

40.121
16-35 Sq.mm EA

"Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job forinterconnection EA
E R 101.9700

477.9500
as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "
H
CE
40.122 "Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 nos.) EA 16408.2500

RI
& backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables including
making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill aterialsaround

P
anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor (Salt = 100 Kg max.
& Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job, energizing the temporary

E
anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items required like, washers, nut bolts

O T
,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied materials shall be taken bythe
Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be returned tothe Owner's store by
the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall be included in the rates & shall be

U
borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit ""EA"" shall mean ""Per Anode"") "

Q
40.123
T
"Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back

O
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site
EA 6836.7700

40.124
Engineer/ EIC.disconnecting the Anodesfrom their "
<H>OPERATION OF MOSRU/ DG SET (For items below) :</> N 0.0000

40.125
D O
"Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H 793.3000

SE
40.126 "Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax & KM 27.8600
octoroi and goverment charges. "

EA
40.127 Operation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900

40.128
L
<H>Coating Job: refurbishment of old coating (for items below)</>

P
0.0000

40.129
(
Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to be SQM
removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
290.6000

R
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

O
40.13
S
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall be
SQM 10034.4100

E D
inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also
Match stick wherever is required for minor difects

I C
P R
UN
E)
40.131 <H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at IOCL's 0.0000
descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight hours or
part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and availability
for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of Mobilisation &
Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site); Job is to be
E R
carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as additional

E
proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services for a period
of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>
H
I C
40.132

40.133
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

P R
Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
10

10
3435.8000

2433.8800

40.134
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site

T E
Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and 10 4864.7100

40.135
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
O
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area

U
10 486.4800

40.136

40.137
<H>Repair of shorted casing (For items below)</>

<H>Supply & installation of casing end seal as per technical specification (For items below)</>
T Q 0.0000

0.0000

40.138 End seal for carrier pipe having size 12" & casing having size 18"
N O EA 34019.2100

40.139

40.14
End seal for carrier pipe having size 10" & casing having size 16"

D O
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to 24 10
EA 28349.3300

17046.7400

40.141
hrs. Please refer scope of work for detail

S E
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail 10 9218.9600

40.142
E A
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 EA 0.0000

L
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

(P
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.

40.143
O R
a) Depth upto 1.5 m (measured from orig CUM 223.6600

40.144 b) Depth between 1.5 m to 5 m S CUM 289.3800

40.145 BURST SITE


E D EA 0.0000

C
RI
40.146 Mobilization & De-mobilization EA 203000.0000

40.147

40.148 N P
Providing JCB

Night Hours
EA

STD
0.0000

1624.0000

U
E)
40.149 Day hours STD 1276.0000

40.15

40.151
Providing 02 Nos of compressor

Operation of compressor
10

STD
E R 3480.0000

1160.0000

40.152 Deployment of Labour

E H
EA 0.0000

40.153 Day hours


I C EA 754.0000

40.154 Night Hours

P R EA 986.0000

40.155

40.156
Supply of water tankers

Supply of Black RiverSoil mud plugging


T E EA

EA
1740.0000

2900.0000

40.157 Providing Sand Blasting set up


UO 10 8120.0000

40.158

40.159
Providing Pic up at site

Providing supervisors T Q 10

10
6960.0000

2088.0000

40.16 Providing welder, cutter, grinder team


N O 10 3480.0000

40.161

40.162
Blaster and Insulator

Providing welding m/c & cutting m/c D O 10

10
5800.0000

5800.0000

40.163 Providng hydra at two instance


S E EA 5220.0000

40.164 Providing truck shifting material to sen


EA LS 9280.0000

40.165 Pilferage Site


L SU 0.0000

40.166 Mobilization & Demobilization (P EA 24756.4900

40.167 Labors
O R EA 448.0000

40.168 Removal of pilferers arrangement


S EA 8663.2900

40.169
E D
Welding of fitted leak clamp SU 0.0000

C
RI
40.17 10" EA 11725.4800

40.171

40.172
N P
12"

Sleeve Welding
EA

SU
13906.9600

0.0000

U
E)
40.173 10" EA 7300.9000

40.174

40.175
12"

Coat and Wrap Work


EA

M
E R 8716.0800

1651.8200

40.176 Excavation, making repair pit & backfill


E H
CUM 234.7800

40.177 Providing backhole machine


I C STD 1038.7000

40.178 Tent arrangement


P R STD 200.4700

TE
40.179 Gully Sucker/Sewage Tank FROM SITE TO SU 0.0000

40.18

40.181
0-50 KM

50-100 KM
U O EA

EA
6402.4000

12804.8000

40.182 100-150 KM

T Q EA 19207.2000

40.183

40.184
CP Maintenance

Repair of the existing Test Lead Points N O SU

EA
0.0000

1895.9200

40.185 Repair of the existing Test Lead Points


D O EA 2647.4500

SE
40.186 Supply and pouring of water around anode KL 90.1600

EA
40.187 Preparation of surface by removing dust, SU 0.0000

40.188 In respect of CP fencing, structures, do

PL EA 1722.3100

40.189 In respect of cp unit painting with smok


( EA 679.8600

OR
40.19 Painting lines,dashes,arrows,letters etc SQM 97.7800

40.191
S
Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying of EA
cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of
5890.6200

40.192 D
Site Engineer/ Engineer-in-Charge uder following stations

E
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9800

C
specification in accordance with dwg no. 9200-99900-404-611-00

I
P R
UN
Validate Print Help Percentage BoQ
E )
Tender Inviting Authority: Chief Technical services Manager, IndianOil Corporation Limited, Northern Region Pipeline, P.O. Panipat Refinery Baholi, Panipat 132140

E R
Name of Work: Maintenance, Inspection and Up-keeping of cross-country pipeline - Pipeline Right of Way, SV Stations and Cathodic Protection system of NRPL.
Group D : Rewari (Station : Rewari)

E H
Contract No: PNP17130D
I C
PR
PREAMBLE OF SCHEDULE OF RATES
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.

T E
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.

U O
3. The description given under the items of work in the Schedule of Rates shall be deemed to include, wherever applicable, mobilization, labour, equipment, materials, carriage, cartage,
hoisting, setting, fitting and fixing in position of all materials and equipment, 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.
Q
4. The description given under the items of work in the Schedule of Rates shall be deemed to include the relative provisions in the Specifications, Drawings and other contract

T
documents for the execution of the works in accordance therewith and the instructions of the Engineer-in-Charge.
5. The rates quoted shall be inclusive of all taxes and duties excluding GST.
6. No overwriting/ cutting/ use of white fluid are allowed in the SOR.
N O
7. 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 work appearing in the Schedule of Rates.
UNITS - as defined

D O
Bidder
Name :
S E
E A PRICE SCHEDULE

L
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.

(P
Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # NUMBER


Sl.
No.
O R Item Description Units Estimated Rate

S
E D
I C
P R
1
10 UN Maint.Insp. & Up-Keeping-REWARI
2 5 6
0.0000
10.001 <H>Part-I: </>Repair, Maintenance, supervision, monitoring of panipat Section. It Including all activities related to Mechanical/ Electrical/
Instrumentation/Telecommunication/ Civil works/ other miscellaneous works. The scope of work related to mainline maintenance activities include
MON
)
276446.3600

E
maintenance of pipeline and also all RCPs, HOVs, MOVs, CP station, etc. falling in the pipeline stretch as mentioned under clause no. 5.0.0 (Scope of
Works) of Special Conditions of Contract (SCC)
R
HE
10.002 Supplying & fixing in position precasted boundary pillars with foundation block of size 1200 mm x 300mm x 100 mm tick made with RCC concrete in mix EA 1171.0900
1:1.5:3 (1 cement, 1.5 sand and 3 stone aggregate) of 20 mm nominal size inclusive of providing MS Reinforcement of 04 (Four) Nos. 10mm dia. main

E
bars of length 1050mm approximately and 05(Five) Nos. 6mm dia. stirrups at 225mm c/c; engraving letters "IOC-PRRPL" of size 2" X 2", on top face
writing respective chainages as per drawing, providing suitable holes at the bottom to receive 02 (Two) Nos.of 12mm dia. dowel bars. "Transporting

C
RI
precast boundary pillars to the required location in ROW, excavating the pit of required size in all kinds of soil including hard murrum/ soft rock and
embedding the bottom400mm of the pillar in 1:2:4 P.C.C. (Plain Cement Concrete) of size600mm X 500mm X 400mm, supplying & inserting 2 (Two)Nos.

P
dowel bars400mm long & 12mm dia. at the bottom of the boundary pillars. "Applying one coat of rimer and two coats of synthetic enamel paint of
approved quality and shades after thorough cleaning of surface. "Disposing off the surplus excavated earth after refilling, etc. all complete in every
respect as per drawings, specifications and directions of Site Engineer/Engineer-in-Charge.
E
10.003
O T
<H>Supply & Installation of various types of markers at designated location/ Chainage, including fabrication from steel as per drawing &specification,
applying a primer coat of approved red oxide zinc chromate primer, transportation up to the work site, excavation in foundation, concreting as per
0.0000

Q U
drawing/spec, backfilling, painting &lettering of markers by using approved brand of paint & disposal of surplus materials. The item includes supply cost
of all the construction materials, consumable, fabrication work, transportation, labour changes ,cost of primer, paint tools which are required for complete

10.004
work as per the drawing notes, specifications & satisfaction Engineer-In-Charge.</>
Warning Sign Board

O T EA 7143.5400

10.005 Direction Marker/Turning Point Marker


N EA 6664.7100

10.006

10.007
Kilometer Marker

Danger marker D O EA

EA
7631.1700

6436.7900

10.008 OFC Marker


S E EA 6700.8600

10.009 Crossing marker


E A EA 6674.2100

L
(P
10.01 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 EA 25700.4600
mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts,

R
neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483).
The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through

O
foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe

S
(using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site,

E D
applying epoxy paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as
per site conditions) and size, lugs etc. The work includes 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. The name plate shall also include the details of

I C
corrosion coupon wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary

P R
requirement. The work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of
the Site Engineer/Engineer-In-Charge. TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter &
pushbutton for PSP Measurment) "

10.011
UN
"Replacing the existing damaged TLP box in mainline with the new vandalProof TLP box, including cutting of old TLP box, welding of the newvandal
Proof TLP box on the existing G.I. pipe (4"" or 2""), with makingthe connections on sid cover plate of TLP box for measuremen. and supply of proper size
EA 6631.7700

of lug washer & brass nut bolt, Bakelite insulation plate etc, as per the attached drawing.
E)
10.012 <H>"Supply, fabrication and erection of sign board on the Mainline Right ofWay (ROW) at various canal, road, river crossings etc., as perdirection. The 0.0000
oards are to be made of MS plate of 3 mm thick . Thesupport pillars are to be made of 50x50x5 MS angles and frame of 25x25x5mm on all four sides.
The board is to be transported to various locationon the mainline ROW. Each board is to be provided with two coat of synthetic enamel paint over a coat
primer of approved quality & shadeand lettering in English /Hindi /local language as well as drawing of IOCmonogram etc., complete. Each board's
upport pillars are to be groutedin two pits of size 300 x 300 mm and 600 mm depth foundation block ofcement concrete 1:2:4 (1 Cement: 2 Sand : 4
E R
stone aggregate of 20 mmnominal size) inclusive of material, labour, foundation block, painting,lettering, tools & tackles etc., complete as per direction of
SiteEngineeer/ Engineer-in-Charge. (including letter writing)"</>
E H
10.013 Sign Board of size 3 Feet x 2 Feet
I C EA 6920.7100

10.014 Sign Board of size 4 Feet x 3 Feet


P R EA 9859.2100

TE
10.015 Painting of sign boards of all sizes <H>"Cleaning with wire brush, surface preparation, applying two coats ofapproved synthetic enamel paint and re- 0.0000
Iettering on the markersinclusive of ransportation, cost of paint, labour, tools and tacklecomplete as per direction of Site Engineeer/ Engineer-in-Charge.

10.016
</>
Warning Sign Boards

U O EA 619.5800

10.017

10.018
Boundary pillars

Kilometer Posts
T Q EA

EA
114.2100

619.5800

10.019 Turning Points/ Crossing Markers/ Direct


N O EA 619.5800

10.02

10.021
Vent & Drain Pipes

Danger Markers D O EA

EA
481.9500

551.5400

10.022 Test Lead Points (TLPs) including cleani


S E EA 619.5800

10.023
E A
"Earth work in excavation in soil and with a lift upto 2 m for concreting in foundation, pipe trenches etc including rough dressing of deposited earth all CUM 333.3100

L
complete as per directions of Site Engineer/Engineer-in-Charge. "

(P
10.024 "Repair & Painting two coats of any sha SQM 400.9100

10.025
R
"Supplying & fixing GI chain link fencing (for CP station/AJBenclosure/MOV) of approx. size 3"" x 3"" diamond shape (10 guage) withhorizontal GI wire (8
SWG) at top & bottom for fixing chain link toexisting structures including necessary clamps, cleat, painting, alllabour & material etc complete as directed

O
by Site Engineer/Engineer-in-Charge. "
SQM 689.5800

10.026
S
"Removing the existing chain link fencing (in CP/ Anode JCB/ MOV stationenclosure) winding in bundles, transporting and stacking in stores asdirected SQM 133.6300

ED
by Site Engineer/ Engineer-in-Charge inclusive of labour, tools& tackles etc."
10.027 "Providing & laying Cement Concrete of mix 1:2:4 (1 Cement: 2 Sand: 4Stone aggregate of 20mm nominal size) in foundation, floors and at otherplaces CUM 6213.7200
as per specification or as directed by Site Engineer/Engineer-in-Charge "
10.028
I C
"PIPELINE PAINTING AND MARKERS WORK The work includes removal of rust ,loose paint, oil bound dust etc by mechanical means and SQM 433.8300

P R
surfacepreparation as per the recommendation of the paint manufacturer, primingwith 01 coat of approved red oxide zinc chromate primer/epoxy primer
andthen applying two coats of Aluminum paint for chain link fencing/ Gates/Electric Poles/ Cable Markers etc. at Terminals/ SV/ IP/ RT/ CP stationsalong
ROW. The application of primer coat and paint coats shall be doneonly after each coat has completely dried or as per the drying timementioned by

UN
manufacturer. The work includes the cost of supply ofmaterial , manpower, tools & tackles, consumables, transportation to siteand any other work
required to complete the job in all respects and asper the specifications and drawings mentioned in the tender document.
E)
10.029 <H>MISCELLANEOUS ROW/SV/IP/RT MAINTENANCE WORKS (For items below)</> 0.0000

10.03 "Supply & fixing of Glass Panes 3mm to 4mm thick: The work includesrenewing broken glass panes at SVs/ IPs/ RTs with putty, Rubber Sealingand nails SQM 1137.5900
etc. wherever necessary with glass panes. Supply and fixing ofthe window glass panes 3 to 4 mm thick as per requirement with goodquality glass putty,
nails/ clips. Glass, nails/ clips and any otherrequired consumable, manpower with associated transportation are in thescope of the Contractor "
E R
10.031
E
Finishing Boundary Walls with Water Proofing Cement: The work includesExterior finishing of station walls including boundary wallswith water proofing
pre mixed cement paint (colour shade to be specifiedby E-I-C) of reputed make and shade to give an even shade at old workwith minimum two or more
SQM H 76.4000

I C
coats on one coat of cement primer. Iteminclude rubbing/ Scrapping the surface to remove old cement paint beforeapplying the paint to the surface and

10.032
the jobs inall respects.
<H>ROW WASHOUT RESTORATION WORKS (For items below)</>
R
watering to make good thedurability of applied paint. The item includes cost of Material andLabour & associated transportation required for completing

P 0.0000

10.033
T E
"The work includes Earth filling from brought out earth (excluding rock)in trenches, open pits, over pipeline trenches etc. in layers notexceeding 20 cms in CUM
depth, consolidating each deposited layer by rammingand watering to any lead and lift etc. complete as directed byEngineer-In-Charge at washout sites
423.4100

O
along the pipeline (The compactionfactor @ 20% shall be considered for voids in filled earth & accordinglysame shall be reduced from "

U
10.034
Q
"The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled with
ement sand in the ratio 1:10 (1 cement:10 coarse sand),sewing the bags, handling, placing & watering etc. complete as directedby Engineer-In-Charge at
washout sites along the pipeline "
T
EA 94.9700

10.035

10.036 N O
The work includes Providing and laying in position empty HDPE cementbags (Good condition & with filled material load bearing strength)filled cement
bags after sewing the bag, including placing ,handling, watering as directed by Engineer-In-Charge at washout sitesalong the pipeline
"Supply of rubble stones inclusive of labour, transportation, levelingetc., as per instruction of Site Engineer/ EIC "
EA

CUM
27.4300

2767.7100

10.037
D O
The work includes Random rubble masonry with hard stone in foundation /Superstructure in cement mortar 1:6 (1 Cement: 6 Coarse Sand) in P/L
ROWas per requirement as per instructions of EIC
CUM 3459.3800

SE
10.038 "Providing and laying random rubble stone pitching laid with cementmortar 1:6 (1 cement: 6 sand) in horizontal layers, slopes, 230 mmaverage thickness SQM 968.4500
including pointing with Cement mortar 1:3 (1 cement :3 sand), curing, etc., inclusive of cost of labour, material, cementmortar and pointing complete as

EA
per instruction of Site Engineer/Engineer-in-Charge."
10.039 <H>"WASHOUT REPAIR, AS PER SITE CONDITIONS & DRAWINGTHEREOF (For items below)"</> 0.0000

10.04
PL
The work includes Earth work in foundation trenches not exceeding 1.5 min width or 10 sqm on plan all kind of soil. CUM 337.3100

10.041 (
"The work includes providing & placing in position cement work in 1:4:8 as directed by EIC" CUM 6205.6900

10.042
O R
"The work includes Providing and laying in position Plain cement concrete PCC 1:1.5:3 grade (1 cement: 1.5 coarse sand: 3 graded stone CUM 7767.4500

S
aggregate20mm nominal size)] at various locations of specified grade includingthe cost of centering and shuttering in pavement & foundation, supply
ofaggregate, consumable, water, manpower, transportation etc as per scopeof work and directions of EIC "

ED
10.043 "The work includes Providing and laying in position Reinforced cement concrete (RCC 1:1.5:3) at various locations including the cost ofcentering and CUM 8095.4600
huttering in pavement & foundation, supply of aggregate ,consumable, manpower, transportation etc. except reinforcement as perscope of work and

10.044 C
directions of EIC "

I
"The work includes Supply and fixing of Reinforcement with TOR steel barsfor RCC work including cutting, straightening, bending, placing inposition and KG 93.9700

10.045 R
binding complete in all respect Item includes supply,transportation of all requisite material, manpower, tools and tackles atsite "

P
"The work includes Repair of plaster to thickness 12mm to 20mm in patchesof the area 2.5 sq.m and under including cutting the patch in propershape SQM 297.2000

10.046 UN
and preparing and plastering the surface of the walls completewith 1:4 cement mortar Including disposal of the rubbish to the dumpingground within
meter lead"
"The work includes Pumping out of water caused by rains, broken watermains/ drains etc. including supply of pump-motor, necessary labour ,disposal of H 222.1800
rubbish etc. (Minimum capacity of Pump 3 HP). "
E)
10.047 <H>"EMERGENCY REPAIR WORKS IN PIPELINE-PIPELINE LEAK/ PILFERAGE (For items below)</> <H>"</> 0.0000

10.048 Shifting of empty drums to the site from owner premises and oil filleddrums from site to owners premises back. The payment shall be made forper drum EA 270.2700

10.049
shifted to site and back to owners premises.
Shifting of oil soaked soil from the leak/ pilferage site to other klocation with a range for below in all respcet as per direction of Site engineer EA
E R 0.0000

10.05 0-50 KM

E
CUM H 555.9500

10.051 50-100 KM
I C CUM 1111.9000

10.052 100-150 KM

P R CUM 1667.8500

TE
10.053 "Providing fresh soft soil at the leak site in place in all respect andas per instructions of Engineer-in-Charge. " CUM 471.4100

10.054 <H>"REPAIR & MAINTENANCE JOBS OF CP (CATHODIC PROTECTION) SYSTEM OF MAINLINE (For items below)"</> 0.0000

10.055
U O
Excavation and backfilling in all types of soil except hard rock to a maximum depth of 2.0m for cable trench 0.S/1.0m wide for laying LT/ HTcables. The CUM 298.7700

10.056

T Q
job includes shorting. Dewatering if required, consolidatingthe trench bed, as per drawing and/or the direction of the EIC.
Cutting bituminous or water bound macadam road, stacking the materialand making good the same as previous including supply of extra quantityof
aggregate, moorum grit and bitumem etc. required, disposal of surplusearth if any/ complete as per the description of EIC. Job includessupply of all
CUM 2591.0400

10.057
labour, equipments etc.

N O
"Supply and spreading approved II class brick of 3" thickness in cabletranch for cable protection including all labour andmaterial complete as per
drawing, specification and direction of Site engineer. Actual areaof levelling should be marked. Standard size of brick is considered as230 mm x 110 mm
SQM 936.4500

10.058
x 80 mm. "
Providing sand by forming bed
D O CUM 1256.7200

SE
10.059 "Auguring of 10 inch to 12 inch dia bore-hole upto a depth of 10m jobcomplete in all respect including arrangement of auguring equipments ,tools etc as M 2304.5300
per direction of EIC/ site engineer "
10.06

E A
<H>"Providing & laying Plain Cement Concrete (PCC of different grades) infoundation, floor or at other places by using crushed stone aggregatesas
directed where necessary and curing with water excluding cost ofcentering and shuttering."</>
0.0000

10.061

PL
1:4:8 (1 Cement: 4 Sand: 8 stone aggregate 40mm nominal size) CUM 6074.6900

10.062
(
1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 40mm nominal size) CUM 6755.0000

OR
10.063 1:3:6 (1 Cement: 3 Sand: 6 stone aggregate 20mm nominal size) CUM 6894.2700

10.064
S
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM 7230.0400

ED
10.065 <H>"Providing and laying Concrete in foundation,footingetc. All work up to plinth level as directed where necessary andcuring with water.complete in all 0.0000
respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For items below)"</>

10.066
I C
1:1.5:3 ((1 Cement:1.5 sand ,3 stone aggregate of 20mm size CUM 8095.4500

10.067
P R
1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) infoundation and plinth excluding form work and the cost reinforcementbars CUM 7090.7700

10.068
UN
<H>"Providing and laying Reinforced Cement Concrete in coulmns, beams, slaball work in superstructure as directed where necessary and curing
withwater, etc. complete in all respects including the cost of allmaterials. (excluding cost of reinforcement, centering and shutteringand finishing) (For
0.0000

items below)"</>
10.069 1:1.5:3 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal size) CUM

E )
9585.5800

10.07 "1:2:4 (1 Cement: 2 Sand: 4 stone aggregate 20mm nominal " CUM
R 8669.7400

HE
10.071 <H>Centering & shuttering including strutting, propping etc. and removal ofform work (for items below)</> 0.0000

10.072 Foundations, Footings, Bases for columns SQM 608.0800

C E
10.073

10.074
Suspended floors, roofs, landings, balconies and access platform

Lintels, beams, plinth beams, girders and cantilevers


RI SQM

SQM
513.6100

608.0800
P
TE
10.075 Columns, Pillars, Piers, Abutments, Posts and Struts SQM 608.0800

10.076 "Demolishing brick work in cement mortar including stacking ofserviceable material and disposal of unserviceable material within 50meters lead" CUM 2028.5300

10.077
U O
"Supplying fabrication and erection of 50mm Nominal Bore medium classG.I. Pipes (of make TATA) for cable protections/ support/ floor leaveetc. Job M 743.2200

10.078
DIRECTIONS OF EIC/SITE ENGINEER
T Q
includes supply of all materials labour, marking bell mouth sthreadin bending, welding etc. if required as directed by EIC."
15mm cement plaster of mix 1: 4 (I Cement : 4 Fine Sand) INCLUSIVE THE COST OF ALL LANOUR, MATERIALS ETC. COMPELTE AS PER SQM 293.6200

10.079

10.08
N O
Brick work with locally available best quality bricks in foundation and plinth in cement mortar of mix 1:4 (I Cement: 4 Coarse Sand) CUM

"Laying of all types of cable/ bunch (group) of cables in trenches, incable racks in trays in protective pipes in poles, on structures incolumn, in conduits, M
6326.0800

270.2700

D O
n panels etc. including supply and installation ofrequired materials such as fixing clamps, cable glands screw cablestraps,lugs, tags etc. as required other
than the supply of conduit ,cables and pipes complete in every respect as per IS specifications andinstructions of site engineer including cost of
ransportation of ow nersupplied cables/cable drums to site from owner store, rolling &unrolling of cable drums, returning the left over cable drum to

S E
ownerstore,Laying & terminating the respective length of anode ca ble to thenearest TLP/AJB boxes through entrouting the cable inside the TLP
oxes{i.e.by taking the cable inside the pipe provided for boxes) on copperstrip with lugs,nut-bolts all labour, tools, materials, etc. (Cable sizes up to 35

10.081 A
sq. mm single core PVC armoured aluminium/ copperconductor cables) . "

E
"Laying of all types of cable/ bunch (group) of cables for anode/ cathode/ other connections in trenches usually to be buried at a depth of 75 cm from the M 377.5500

L
ground level including supplying and spreading of fine river sand togive a uniform padding of 3"" around the cable and brick paving on top of that with

(P
second class bricks size 9""x4""x3"" as per ISspecification,direction & instruction of site engineer including cost oftransportation of owner supplied
ables/cable drums to site, rolling &unrolling of cable drum, returning the left over cable drum to ownerstore,Laying & terminating the respective length of
anode cable to thenearest TLP/AJB boxes through entrouting the cable inside the TLP boxes(i.e.by taking the cable inside the pipe provided for boxes)

10.082 R
on copperstrip with lugs,nut-bolts ,all labour, tools, materials, etc. "

O
<H>Making pig tail conection, T-joints between anode header cable andanode/ rail lead cable or straight through joints on 1100 V grade PVCinsulated 0.0000

S
steel armoured aluminium conductor cable of the followingsizes including the supply of all required materials such as cablejointing kits of reputed make
M-seal/ tarpaulin/ Raychem consisting ofcable compound bimetallic lugs, brass nut bolts and washers, pouringcable compound etc. Job complete in all

below:</>
E D
respects in accordance withspecifications and instructions of site engineer inclusive of cost ofall materials, labour, equipment, services etc. for items

10.083

I C
Straight through joint of 1 x 25/ 35 sq mm PVC insulated armouredaluminium cables per joint. (Unit "EA" shall mean "Fer Joint") . EA 1604.1300

10.084

P R
"Mazking conductor cable) from the existinganode bolt for high silicon cast iron/ canistered anodes/ Mixed metaloxide titanium andes/ sacrificial anode
head with help of brass nuts/bolt, washers, M-seal, cold proving compound, tools, labour, complete in all respects as per instructions of site engineer/
EA 3341.8800

10.085 N
EIC. (Unit ""EA"" shall mean ""Per Joint""). "

U
Supply of XLPE insulated , PVC sheathed cable, 1100 v grade conforming to IS: 7098 (P-1) as per specifications and approved make 0.0000
E)
10.086 Copper Cable size 1cx50 sq. mm Armoured M 169.2500

10.087

10.088
Copper Cable size 1cx35 sq. mm Armoured

Copper Cable size 1cx25 sq.mm Armoured


M

M
E R 234.8500

313.1300

10.089 Copper Cable size 2cx6 sq.mm Armoured


E M H 443.7600

10.09
I C
Supply & filling of black cotton soil around anodes/ rails in anode bedas per instructions of Site Engineer inclusive of cost of black soil ,materials, CUM 1027.8100

10.091
transportation to site, labour etc

P R
<H>"Supplying & putting following back fill materials around high silicon/cast iron anodes/ scrap rails earthing electrodeas per the instructionsof Site
Engineer including the back fill materials, t ransportation tosite, labour etc. (For items below)"</>
0.0000

TE
10.092 Coke Breeze (4-10mm size) KG 83.0500

10.093

10.094
Bentonite Powder

Salt
U O KG

KG
12.6900

12.6900

10.095 Charcoal
T Q KG 51.8600

10.096

10.097
Gypsum

N O
"Checking of ground bed of anode without excavation as per direction ofthe Site Engineer including cost of all labour, ground bed tools andtackles etc.
KG

EA
12.6900

3265.8800

10.098
Rate is on basis of per Bed"

D O
"Supply & Installation of Anode junction boxes (AJB) at location or asper direction of site engineer including supply of vandal proof AJB Box( 2mm MS
thick plate) with proper size of lug, washer & brass nut bolt,Bakalite insulation plate, interconnection/ termination of cables, 2""dia GI pipe(B class) of 2
EA 35185.2000

S E
mtr length threaded at one end to fit thevandal proof AJB Box & other end with T connection with a piece of GIpipe for cable entries with a base plate
welded at bottom, applying thealuminium paint (two coats) over one coat and zinc chromate primer ontheAJB and GI pipe, complete in every respect as

E A
per drawing ,specifications and instructions of site engineer inclusive of the costof Laying & terminating the respective length of anode cable on
Bakeliteinsulating plate with copper lugs,brass nuts/bolts, washer lugs insidethe Anode junction box (AJB) enrouting the cable through inside of theAJB

L
box pipe to the nearest AJB boxes ,copper lugs, nut-bolts, alltools, machinery, all labour, materials etc with the foundation as (for items below)"

10.099
(P
"Grouting the AJB pipe over concrete foundation (TLP grouting) withcement concrete mixture 1:2:4 (1 Cement: 2 Sand: 4 Grit of 20mm nominalsize) " EA 5225.4200

OR
10.1 Buring the AJB pipe in ground with minimum depth of 0.5 mtr.theground level or as per Site Engineer EA 2612.7100

10.101
S
"Repair of AJBs at various locations of Pipeline,by extension of Anodelead wire by straight through joint or laying new 16 sqmm multi strandor 7/16 uage EA 6531.7700

D
PVC fexible copper cable of required length which to beto be properly terminated on Bakelite insulating plate with copper lugs,brass nuts/bolts, washer
lugs inside the Anode junction box (AJB)enrouting the cable through inside of the AJB box pipe, Supply of frontcover plate, copper/brass nut
E
bolts,bakelite sheet, connection of cables,allen screw for vandal proof AJB Box, including excavation andbackfilling materials,if required the uprooting of

I C
TLPs & removal ofdamaged wire, materials, labour, tools etc.and as per the direction ofsite engineer . Exculding the cost of 16sqmm multi strand or
7/16gauage PVC insulated flexible copper cable "
10.102
P R
<H>Supplying, fabricating and erecting including embedding in RCC/ PCC inposition MS structural steel section such as angle, tees, channels ,beams
and ther standard sections, painting two coats of syntheticenamel paint of 25microns DFT each over a coat of Red Oxide steel primerof 25micron DFT
0.0000

UN
including cleaning the surface of mill scales, rusts,oil, grease and weld slags etc. by hand cleaning, welding as per IS BOO ,including the cost of all
materials, ransportation, welding, labour ,tools, tackles, consumables, power etc. complete in all respects as perspecifications and directions of Engineer-
in-charge/ Site Engineer. Itemshall be paid for in Metric Tone.(For items below)</>
10.103 Members fabricated from rolled sections/ plates/ strips etc. andfoundation bolts TO
)
117571.8500

E
10.104 Members fabricated from rolled steel sections/ plates/ strips etc. formanhole covers, gates, grills and other items TO
R 117571.8500

HE
10.105 Members fabricated from square, round of all size tubular sections. TO 124103.6200

10.106 "Welding, erection, fabrication of IOC supplied steel structure. "

C E TO 42240.6200

10.107

RI
"Repair of earthing connections by locating the earthing wire in side thePCC flooring including dismantling of required area of PCC flooring ,extending
the existing wire using suitable length of 10 sqmm brasscopper conductor , lugs and brass nut/bolts etc. restoration of the PCCof flooring after the job ,
EA 958.1800

P
checking of earthing , resistance jobcomplete in all respects as per instructions and specificationsincluding labour, materials and tools etc. (Cost of 10
sq.mm brasscopper conductor not to be included in this rate). Unit IIEAIsIhall me anv Per CP"

TE
10.108 "Repair of earthing connections wherever the earthing wire/ GI strips snapped inside the earth y locations of snapped eathing/ GI strips (if required at EA 958.1800
different places) inside the earth by excavating , extension of the existing earthing wire suitable length of 10 sqmm/ same dimension

O
GIstrips,Interconnections of wires/ GI strips, providing Bars copperconductor, lugs, brass nuts/ bolts etc. checking of earthing resistanceafter restoration
of the earthing connection, job complete in allrespects as per instructions and specifications including labour ,materials, tools etc. Only excavation &
backfilling cost not included inthis job else every material cost is included. Unit nEAn shall mean nPerCpn "
U
10.109
T Q
"Supplying and providing G.I. Pipe Earthing Electrode as per IS: 3043standard/ specifications.The rate indicated is per G.I. Pipe EarthingElectrode to be EA
constructed and laid at the location as specified atsite by Engineer-in-Charge/ Site Engineer at CP Station. Supply, fixing,laying and commissioning of
16504.8900

N O
earthing electrode GI pipe as per IS: 3043standard and as per specifications provided. The Earthing electrode GIpipe shall be of 50mm nominal
diameter and of length 2.5 m for eachearth pit. The GI pipe shall be of medium quality, Class-B, Jindal/ TATAmake, fabricated as per the provided
drawing. The G.I. pipe should behot dip galvanised with a hot dip Galvanized Coating Thickness of 100microns. Job includes drilling holes for providing

D O
perforations (12mmdia) in the pipe (04 nos perforations to be provided per GI pipe atalternating opposite faces of the GI pipe at distance of 1.2m, 1.8m
,2.4m from the upper mouth of the GI pipe). Job also includes verticallyburying the GI pipe into the earth pit filled up with well mixedalternating layers of
charcoal, excavated soil and salt in theproportion 2:1:1 (2 Charcoal: excavated soil : 1 salt).notethat this item is inclusive of excavation, disposal of

S E
excavated soil, backfilling, associated earthwork complete with transportation of allmaterials and associated items to site, labour etc. as per
theinstructions of site engineer/ EIC. Supply, fixing, laying andcommissioning of Crossbar (Electrode Connector GI plate) as per IS: 3043standard and

E A
drawings/ specifications provided. The GI connector plateshall be of size 500mm x 60mm x 6mm and shall be welded to the GI pipeof 50mm internal
diameter. The G.I. connector plate should be hot dip galvanised with a hot dip Galvanized Coating Thickness of 100 microns.Provision of 04 nos (two on

L
each half) holes shall be made on theconnector GI plate so as to receive receive 50 mm long 13 mm bolt, nutand double G.I. washer screwing system.

(P
Please note that this item isinclusive of excavation, disposal of excavated soil, backfilling ,associated earthwork complete with transportation of all
materials andassociated items to site, labour etc. as per the instructions of siteengineer/ EIC. Providing earthing inspection chamber with PCC of

R
mix1:2:4 (inclusive of cost for providing PCC-1 cement: 2 coarse sand: 4graded stone aggregate 20 mm nominal size) with internal dimension 650mmx
650mm, wall thickness of 125mm and height of 600mm (Out of which hebottom 100mm PCC portion of Inspection Chamber shall be below groundlevel,

O
while the remaining 500mm of PCC portion of Inspection Chambershall be bove ground level). The Inspection chamber shall be providedwith C.I. cover

S
of dimension 750mm x 750mm x 4mm thick. The C.I. covershall be provided ith proper arrangement of lifting handles (02 Nos)and shall be painted with

D
01 coat of Red Oxide Primer and 02 Coats ofEnamel Paint (Black) on both the top "

E
C
RI
10.11 Providing Silicon/ Magnesium anode pig tail connection with single corel0 - 35 sq-mm PVC insulated copper conductor cable from the existinganode EA 4224.0700
bolts including supply of cables, brass nuts/ bolts/ washer/M-seal, cold pouring compound tools labour complete in all respect asper the instruction of site

10.111
P
engineer/ EIC.
"Removal of scrap rails from the excavated ground bed at a lead of 50meter, cleaning the same completely by removing rusted chips, scales ,dust, mud EA

N
etc. to give good conducting surface and positioning the samein the excavated trench including supply of materials like sand paper,brushes, cloths,
3265.8800

10.112 Ulabour, tools etc. as per the instructions of the siteengineer/ EIC. "
uprooting of old TLP Box length and backfilling pipe top with soft earth. Retrieved pipeand other materials to be deposited back to owners store at
Sendraincluding transporation of material to owner store, all tools, tackles,labours required for job etc.
EA 4877.2400
E)
10.113 <H>"Shifting of the a TLP box from one location to another location completein all respect including cost of transportation of TLP to otherlocation, 0.0000
lobours, material etc & as per direction of site engineer(For items below)"</>
10.114

10.115
"(a) Uprooting of TLP as per specifications detailed in item sr.no.120 & new Cathode connection as per specifications andinstruction of Site Engineer/
Engineer-in-Charge. "
EA

"(a) Uprooting of TLP as per specifications detailed in item sr. no.12S.00 above & (b) shifthing of cathode connection by extension ofexisting wire through EA
E R 6140.4200

6488.6000
proper straight through joint with same size cableor laying of new 6 sqrnmcable from existing pipe connection upto TLptermination. Excluding the cost of

E
6 sq.mm cable. The straight throughjoint or new cable laying will be as per site condition & at thediscreation of Site Engineer/ Engineer-in-Charge " H
10.116
I C
"CAD welding of the cable with piepline: The job is inclusive of thefollowing: (a) Preparation of the Cable and Pipeline for Cad Welding (b)Proper Cad EA 4834.0700

P R
elding of the Cable with the Pipeline Trench (c) EncapsulatJ..onof the Cad Welded Pipeline portion (d) Checking holidqay on the pipeline. The job is also
inclusive of all necessary labour ,sundry materials and accessories required to carry out the job in aproper manner and shall be carried out to the
complete satisfaction ofthe Engineer-in-Charge/ Site Engineer "

TE
10.117 "Installation of MMO Anodes/ High Silicon Cast Iron Anodes/ sacrificialMg anodes/ Lida anodes inside the pit/ bore-hole excluding the cost of xcavation/ EA 4224.0700
auguring & backfilling work complete in all respects as perdrawings, specifications & instructions inclusive of all tools,machinary, labour etc. "

10.118

U O
"Rewinding of CP transformer/ choke 4.0 KVA / 5.0 KVA#inclusive of alllabour, transportation, materials, tools & tackles etc" EA 7360.4200

10.119

10.12
T Q
"Rewinding of CP transformer/ choke 1.5 KVA inclusive of all labour ,transportation, materials, tools & tackles etc. "

<H>"Providing end termination of power/ control cable including cutting ,stripping, providing & fixing lugs, cable insulation, providing &glanding double
EA 2264.5300

0.0000

N O
compression heavy duty brass cable gland conforming toIS: 12943 (Dowell's or approved equivalent), wherever specified ,providing aluminium lugs,
rimping/ soldering, as necessary ,restoration of insulation/ clamping of cable, tagging with aluminium tag,earthing of armour, connection to the quipment
terminals etc. allcomplete with labour and materials as per standard and direction of the Engineer - in -charge. Rate inclusive of cost of all lugs. Cost of

10.121 2 Core Cable (Up to and including 25 sq.mm)


O
Doublecompression heavy duty Flame Proof brass cable gland shall be paidseparately. (For items below):"</>

D EA 1306.3600

10.122 3/3.5/4 Core Cable (Up to and including)


S E EA 1436.9900

10.123
E
Double compression heavy duty flame proof brass cable gland A EA 1567.6300

L
(P
10.124 <H>"Making straight through joints for medium voltage PVC armoured power &control cables (up to 1.1 KV grade) including cutting, stripping ofcable 0.0000
insulation, including supply of cast resin straight through cablejointing kit and ferrules. All complete with labour and materials as perdrawings,

10.125
R
pecifications and directions of Engineer-in-charge. For thefollowing nominal cross section area of main conductor in sq mm asindicated in brackets
including lower and upper size limits inrespective categories. (For items below)"</>

O
"1 Core Cable (up to and including 70 sq.mm) " EA 1659.1300

S
10.126

10.127
E D
2 Core Cable (up to and sq. mm)

3/ 3.5/ 4 Core Cable (up to and including 16 mm2)


EA

EA
2051.0300

1301.7600

C
10.128

P RI
3/ 3.5/ 4 Core Cable (25-50 sq.mm) EA 1497.9900

UN
E)
10.129 <H>Horizontal and vertical laying of one or more owner supplied armoured/unarmoured PILCA/ PVC insulated and PVC sheathed/ XLPE LT power 0.0000
ables(voltage grade upto 1.1 KV) and control/ telephone/ instrument/ CCTV/computer and other cables in pre-excavated trenches or existing trench/RCC
or Hume or Stoneware or Metal pipe/ masonry duct, on cable trayracks/ wall and steel structures up to any height. Job also includesfixing of saddles,
aluminium strip, number tags (if required), testingplus transportation from stores to site, unpacking, straightening ,dressing of cable and returning the
empty drum with unused cable, ifany, to stores etc. all complete with labour and materials as per thedrawings, specifications and directions of the
E R
10.13
Engineer-in-charge. (For items below)</>
Up to 10 Sq.mm
E EA H 177.2500

10.131 16-35 Sq.mm


I C EA 273.2700

10.132
P R
<H>"Dismantling/ pulling out the LT/ HT, PVC/ XLPE, power/ control/telephone/ computer, armoured/ unarmoured cables of various voltagegrades/
types/ sizes/ makes from the trench (up to 1.5 metres deep)/pipes/ structures/ racks or trays, rolling it into empty cable drums,returning the filled up cable
0.0000

T E
drums to the store/another site includingtransportation of empty cable drums from stores to site and filled upcable drums from site to stores/another site,
etc. including cutting ofcables at joints/ termination, dismantling of clamps etc. all completewith labour and materials as perdirections of the Engineer-in-

10.133
Charge (For items below)"</>
Up to 10 Sq.mm

U O EA 74.5500

10.134

10.135
16-35 Sq.mm

T Q
"Supply & laying of G.I. strip of dimension 50mm width & 5mm thickness ofsuitable length including cost of drilling of holes/ wielding job
EA

EA
101.9700

477.9500

10.136
O
forinterconnection as per site requirement, labours, materials ,tools-tackles etc. complete in all respect as per specifications &direction of Site Engineer. "

N
"Testing of anode bed feasibility at a location decided by the site engineer/ EIC. The job includes (1) Excavation of 1.0m x1.0m x 1.5m pits (max. 10 EA 16408.2500

D O
nos.) & backfilling the same after laying ofAnodesi (2) Connecting anodes (M.S. rods) with cables (T-joints),interconnection of Anodes through cables
including making straightthrough joints as required & laying of cables till CP unit/ AJBprovided. (3) Supply & filling requisite quantity of backfill
aterialsaround anodes (salt, CPC & bentonite) as directed by theEngineer-in-Charge. The salt & bentonite powder shall be supplied by theContractor

S E
(Salt = 100 Kg max. & Bentonite Powder = 25 Kg max.) (4)Supply & watering around anode pits (5 KL max.) formed. (5) Aftercompletion of this job,
energizing the temporary anode bed & any defectfound then it to be rectified by the Contractor it self on its own cost& expenses. (6) All petty items

E A
required like, washers, nut bolts ,connectors as required for anode cable interconnection shall be suppliedby the Contractor. (7) The Owner supplied
materials shall be taken bythe Contractor to the site decided at its own cost & expenses. Aftertesting is complete, the Owner supplied material shall be

L
returned tothe Owner's store by the Contractor at its own cost & expenses. (8)Additionally labour cost, transportation of materials, cosumables etc.shall

(P
be included in the rates & shall be borne by the Contractor. Thejob shall be completed as per the direction of Engineer-in-Charge/ SiteEngineer. (Unit
""EA"" shall mean ""Per Anode"") "

OR
10.137 "Retrival of LIDA/ Mg/ Zinc Anodes from Abdoned/ working Anode Beds ornear pipline suface after excavating the earth at a depth of 5 to 10 ft from the EA 6836.7700
earth surface having sufficient TLP/AJB boxes systematically, backfilling the excavated earthas its original profile & returning the excavated Anodes back
to ownersstores. The job includes supply of all materials, labours,tools-tackles, transportation cost & to be completed as per theinstructions of Site

S
Engineer/ EIC.disconnecting the Anodesfrom their "
10.138

10.139
E D
"COATING REFURBISHMENT: C&W refurbishment of exposed pipeline of size( 16""to 28"") with owner supplied coating material including tools
,tackles, mobilization, manpower consumables etc in all respect as per instructions of E-I-C. "
<H>OPERATION OF MOSRU/ DG SET (For items below) :</>
SQM 1640.6300

0.0000

C
RI
10.14 "Opearation of MOSRU (Mobile Oil Spill Recovery Unit) including cost ofOpartor & Helper and cost of diesel, oil, lube etc. " H 793.3000

10.141

N P
"Tranportation of MOSRU from one location to another location by drivingincluding all cost of Operator, Disel, Lube and other incidel cost exepttoll tax &
octoroi and goverment charges. "
KM 27.8600

10.142
UOperation of the Owner's DG Set in RCP station including all cost ofdiesel, lube, operator, etc. H 452.7900
E)
10.143 <H>DIGGING & PIPELINE INSPECTION (BELL HOLE TEST) OF pipeline Earth Work (For items below)</> 0.0000

10.144 SITE GRADING: Surface dressing (cleaning, levelling, stripping etc whatsoever to make approachable access for movement of machinaries at intended SQM 14.6000
site) of the ground including removing vegetation and in - equalities not exsceeding 15 cm deep and siposal or fubbish, lead upto 50 m and lift upto 1.5 m
- All kinds of soil surface, as per job requirement & directions of Engineer-in-charge.
E R
10.145 EARTH EXCAVATION UP TO DEPTH OF 4 METER (sorrounding High Pressure pipe Line - Operating Pressure 90 kg/cm2, Live OFC Cable) :-Earth

E
Escavation for all type of soil for safe Excavation of soil over areas (up to 4 meter in depth., exceeding 1.5 m in width and as well as 10 sqm on plan) by
mechanical means i.e. hydraulic excavator and manual means including dressing of sides with required slope as per standard practice, disposal and
CUM
H 581.9800

I C
storing of surplus excavated soil lead upto 50m and Lift up to 4 m, disposed earth to be levelled and neatly dressed as per site requirement. This job shall

P R
also include manual dressing of soil beneath the pipe, manual digging for safe execution of the excavation work for protection of Gas Pipeline & OFC
cable in the trench. Resource requirement:1) JCB-Model-3DX-1 no with experienced operator, 2) Required Civil Labour for manual excavation after
certain depth, 3) Site Supervisor- 1 No

TE
10.146 "EARTH EXCAVATION EXCEEDING 4 METER (sarrounding Live pipes Line-Operating Pressure 90 kg/cm2, OFC Cable):-Earth Excavatation for all CUM 681.0600
type of soil for safe Excavation of soil over areas (exceeding 4 meter in depth, exceeding 1.5 m in width and as well as 10 sqm on plan) by mechanical

O
means i.e. hydraulic excavator and by manual means including dressing of sides with required slope as per safe practice, disposal and storing of
excavated soil - lead upto 50m and Lift exceeding 4 m, disposed earth to be levelled and neatly dressed as per job requirement. This job shall also

U
include manual dressing of soil beneath the pipe, manual digging for safe iddentification & safe execution of the excavation work for protection of Gas

Q
Pipeline & OFC cable in the trench. Resources to be deployed for excavation of any trench at any particular location : 1) JCB-MODEL 4DX-1 no in
continous operating condition with experienced operator, 2) Required Civil Labour for manual excavation after certain depth, 3) Site Supervisor - 1no"
T
10.147

N O
Excavation in all types of Rock (hard / Ordinary) :Excavation Work in Rock (all types : hard / Ordinary) by mechanical means (Hydraulic / Pneumatic
Excavator & Hand Operated ) and Manual means for all ty pes of Rock (Hard / Ordinary) including disposal of excavated Rock as per instruction of EIC
and neaty dressed - for all type of Rock (Blasting Prohibited). This job shall also may include of depth 1meter beneath bottom surface of the pipe. Site
CUM 1061.4400

10.148
supervision & resource to be eployed as per direction of EIC

D O
Backfilling of Excavated Pit / Trecnch:Backfilling of the excavated pit/trench by Hydraulic means (JCB)/Manual Means, soil (excluding rock) removed
during excavation of trench (stored within 50 m radius of the excavated trench).
CUM 198.1900

SE
10.149 <H>Other associated Earth Work related activities</> 0.0000

EA
10.15 Transportation of earth, debris etc from site Transportation of earth, debris etc. up to 1 Km, lead from the area of excavated trench, all complete including CUM 331.2900
loading, unloading and leveling as per instruction of EIC. This shall also include, all loading, unloading & transportation machinaries, manpower, tools

10.151
whatsoever required for the job.

PL
Supply & stacking of soft soil, Supply & Stacking of soft soil, at site of any excavated trench (not from anywhere within 50 m radius of excavated trench) CUM 452.8800

10.152 (
by deploying all sort of lifting / unloading machinaries, transportation means, manpower whatsoever required.
"Supply & Stacking of Morrum : Supply & Stacking of Morrum by deploying all sort of lifting / unloading machinaries, transportation means, manpower CUM 466.3800

10.153
whatsoever required."

O R
"Laying, Spreading of Morrum for Foad Diversion : Laying, Spreading of Morrum by deployment of all required machinaries, tools, manpower, whatsoever CUM 168.9000

10.154 S
for making Road Diversion as per job requirement and as per IOCL's requirement."
"Supplying and laying of HDPE cement bags filled with Stone Agrregate (Single Size): 06 mm nominal size: Supplying and laying in position HDPE EA 41.8400

Engineer-in-charge"
E D
cement bags filled with Stone Agrregate (Single Size) : 06 mm nominal size including sewing the bags, handling, placing at work site as directed by

10.155
I C
<H>PROTECTION MEASURES OF EXCAVATED PIT / TRENCH (For items below):</> 0.0000

P R
UN
E)
10.156 Cetering and Shuttering to prevent Earth Collapse of Excavated Pit / Trench: Providing and fixing Centering and shuttering including strutting, propping SQM 58.8000
etc. and removal of form, with double scaffolding system (cup lock type) and MS centring plates (with bolting arrangement) all - around inner side of
excavated pit to retain the earth and prevent collapsing of trench. Cup Lock made with 40 mm dia M.S. tube, placed 1.5 meter centre to centre,
horizontal & vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube challis, M.S. clamps. MS Shuttering Plates should be connected with
nut bolt system to each other and these are tied (with the outer face of the erected scaffold structure) cup lock scaffolding by MS binding wire. The
E R
scoffolding system shall be stiffened with bracings, runners at required locations with essential safety features for the workmen etc., complete as per

E
directions and approval of Engineer - in - charge. Same items are to be removed, after completion of the of the requirement of the same. This shall also
include, transportation, material handling equipment, manpower, tools whatsoever requied for the job and duration of installed structure in the trenach,
H
I C
shall be as required for safe completion of the job as per IOCL'S descrition. The elevational area of the scaffolding shall be measured for payment

10.157
purpose.

P R
"Supply & Installation of Shelter: Supply & Installation of Rain Proof Water Shed by Tarpouline & Bomboo structure and removal of the same, as per job
requirement and as per IOCL discretion. This shed is to be erected for preventing entrance of Rain Water from sky into the trench. Measurement of this
SQM 109.6000

10.158
SOR, shall be as per surface Ground area covered at actual by erectred shed"

T E
PCC Slab of required thickness :providing and making PCC Slab of required thickness for pipeline / road protection at site wherever required PCC 1:2:4 CUM 6213.7200

O
(1 Cement : 2 Coarse sand : 4 stone aggregate 20 mm nominal size). Rate shall include cost of all labour, tools, tackles, equipement, hire charges,
supply of all materials, shuttering etc as per requirement.

QU
10.159 Providing and laying rubble soiling : Providing and laying rubble soiling of 230 mm thick with morrum spreading and proper compaction SQM 452.4900

10.16

10.161
<H>Coating Job: refurbishment of old coating (for items below)</>

O T
Coating Removal & Peel off Test: Surface Preparation of Pipe : Removal of Three Layer Polyehylene Coating (3 LPE): Coating of the pipe surface is to SQM
0.0000

290.5900

N
be removed by mechanical means i.e. by chiesel and onward surface preparation by Grinder for cleaning the coating bond material with portable power
grinder driven emery paper (duty approved by IOCL). This shall be inclusive of pipe fitter, Grinder, helper required for cleaning of the pipe surface.

10.162
D O
Application of Primer & Cold Tape: Supply & application of Cold Tape along with primer : The coating material should be of make Denso / RAYCHEM
equivalent make of Disired Length with 67% overlapping ,, with prior application of primer on pipe surface as per manufacturer specification. This shall
SQM 10034.4100

Match stick wherever is required for minor difects


S E
be inclusive of applicator along with all requisite tools, with 67% overlapping. Installation shall be acceptable only after acceptance in holiday test. Also

10.163

E A
<H>Supply of additional Services : Supply of additional services, if required to be deployed for Attending the job at site, as per job requirement & at
IOCL's descrition. One day shall be of 8 hours duration of uninterrupted availability for continuous usage of the deployed service, i.e. for the first Eight
0.0000

L
hours or part thereof from the time of deployment - contractor shall be paid amount equal to one day. (i.e. 1 equipment day = 8 hrs of deployment and

(P
availability for contnuous usage). The working hours shall start from the time of deployment of the pumping set at site. This will be inclusive of
Mobilisation & Demobilisation Charges, Operational Charges (Fuel, Consumables, Operator etc whatsoever is required for intended operational at site);

R
Job is to be carried out as per Tender Document and as per Instruction of EIC. Any additional deployment beyond Eight (8) hours, shall be paid extra as
additional proporationate Day, and shall not be liable for any short of overtime / payment in any form. (e for deployment of any sort of following services

O
for a period of 10 hours in a day, same shall be paid as 1.25 Days (For items below)</>

S
10.164

10.165
E D
Tractor :Tractor with Fuel, operator for Transportation as per Job requirement Dewatering Pump

Dewatering Pump: providing diesel engine driver (of capacity not less than 2.5 HP) water pump set including mobilisation and demobilisation charges,
D

D
3435.7900

2433.8800

C
RI
Operator, fuel, hose length of suction / discharge side of atleast 15 meter for continuous functioning of the same at site
10.166 Portable DG Set: Providing Portable DG set (5 KVA) for 230 volt power supply for lighting / buffing / grinding / UT / X-ray etc. including mobilisation and D 4864.7000
demobilisation charges, Operator, fuel etc for continuous functioning of the same at site
10.167

N P
Halogen / focus set: Halogen / focus set with 30 mtr. Extension cabel including spare lamp 1000 watt for illumination of working area D 486.4700

10.168
UService Crew for Mechanical Miscllaneous Job :Service Crew for Mechanical Miscllaneous Job : This must be inclusive of 1 Pipe Line fitter & 2 Rigger
with Technician Tool boxes for size upto 32 mm
D 2587.9100
E)
10.169 <H>Repair of shorted casing (For items below)</> 0.0000

10.17 Excavation & backfilling. CUM 758.8800

10.171 Padding with soft soil CUM


E R 1189.6500

10.172 Cutting of casing by grinding at various point to remove damage insulator,Zn ribbon etc to resolve the shorting problem.Please refer scope of work
for detail
E IN H 218.5600

10.173 Assistance in removal of damage insulator & round the clock monitoring of excavated pipeline. Please refer scope of work for detail
I C D 1147.4400

10.174 Welding of cut out window of casing using metallic strip. Please refer scope of work for detail (Note:IM is defined as Inch-mm)
P R IM 24.4300

TE
10.175 Restoration of Zn Ribon by Pin Brazing. Please refer scope of work for detail EA 4569.3800

10.176

10.177
<H>Supply & installation of casing end seal as per technical specification (For items below)</>

End seal for carrier pipe having size 12" & casing having size 18"
U O EA
0.0000

34019.2100

10.178
24 hrs. Please refer scope of work for detail
T Q
Providing the air compressor of suitable capacity for flushing of annular space of carrier casing as per direction of EIC. One day shall be equivalent to D 17046.7400

10.179

10.18 N O
Providing tent of minimum size 10m x6 m, chair-50 nos, etc. Please refer scope of work for detail D

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 EA
9218.9500

0.0000

D O
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

E
labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer.

S
10.181 a) Depth upto 1.5 m (measured from orig

E A CUM 223.6600

10.182 b) Depth between 1.5 m to 5 m


L CUM 289.3800

10.183 BURST SITE


(P EA 0.0000

OR
10.184 Mobilization & De-mobilization EA 203000.0000

10.185 Providing JCB


S EA 0.0000

ED
10.186 Night Hours STD 1624.0000

10.187 Day hours

I C STD 1276.0000

10.188

10.189 P R
Providing 02 Nos of compressor

Operation of compressor
D

STD
3480.0000

1160.0000

10.19
UN
Deployment of Labour EA 0.0000
E)
10.191 Day hours EA 754.0000

10.192 Night Hours EA 986.0000

10.193 Supply of PVC sheet for oil earth LS


E R 25520.0000

10.194 Supply of water tankers EA

E H 1740.0000

10.195 Supply of Black RiverSoil mud plugging

I C EA 2900.0000

10.196

10.197
Providing Sand Blasting set up

Providing Pic up at site P R D

D
8120.0000

6960.0000

10.198 Providing supervisors


T E D 2088.0000

10.199 Providing welder, cutter, grinder team


UO D 3480.0000

10.2

10.201
Blaster and Insulator

Providing welding m/c & cutting m/c


T Q D

D
5800.0000

5800.0000

10.202 Providng hydra at two instance


N O EA 5220.0000

10.203

10.204
Providing truck shifting material to sen

Pilferage Site D O LS

SU
9280.0000

0.0000

10.205 Mobilization & Demobilization


S E EA 24756.4900

10.206 Labors
EA EA 448.0000

L
(P
10.207 Removal of pilferers arrangement EA 8663.2900

10.208 Welding of fitted leak clamp SU 0.0000

10.209 12"
O R EA 13906.9600

10.21 22" S EA 25496.0900

10.211 24"
E D EA 29898.1500

C
RI
10.212 Sleeve Welding SU 0.0000

10.213

10.214 N P
12"

22"
EA

EA
8716.0800

14696.4400

U
10.215 24" EA

E )
19776.0900

10.216 Coat and Wrap Work M


R 1651.8200

HE
10.217 Excavation, making repair pit & backfill CUM 234.7800

10.218 Providing backhole machine

C E STD 1038.7000

10.219 Tent arrangement

RI STD 200.4700

10.22 Gully Sucker/Sewage Tank FROM SITE TO


P SU 0.0000

TE
10.221 0-50 KM EA 6402.4000

10.222

10.223
50-100 KM

100-150 KM
U O EA

EA
12804.8000

19207.2000

10.224 CP Maintenance

T Q SU 0.0000

10.225

10.226
Repair of the existing Test Lead Points

Repair of the existing Test Lead Points N O EA

EA
1895.9200

2647.4500

10.227 Supply and pouring of water around anode


D O KL 90.1600

SE
10.228 Preparation of surface by removing dust, SU 0.0000

10.229 In respect of CP fencing, structures, do

E A EA 1722.3100

10.23 In respect of cp unit painting with smok

PL EA 679.8600

10.231 Painting lines,dashes,arrows,letters etc


( SQM 97.7800

OR
10.232 Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying EA 5890.6200
of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of

10.233 S
Site Engineer/ Engineer-in-Charge uder following stations
Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per EA 7060.9800

D
specification in accordance with dwg no. 9200-99900-404-611-00

E
I C
P R
UN

Vous aimerez peut-être aussi