0% found this document useful (0 votes)
2K views1,945 pages

Krishnapatnam-Hyderabad Pipeline Tender

This document provides an overview of the tender for engineering, procurement, construction and management (EPCM) services for the Krishnapatnam-Hyderabad multiproduct pipeline project. It includes the table of contents listing the various specifications, standards, and documents that are part of the tender. The project involves the laying of pipelines and horizontal directional drilling works to construct a multiproduct pipeline between Krishnapatnam and Hyderabad.

Uploaded by

coolare
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
2K views1,945 pages

Krishnapatnam-Hyderabad Pipeline Tender

This document provides an overview of the tender for engineering, procurement, construction and management (EPCM) services for the Krishnapatnam-Hyderabad multiproduct pipeline project. It includes the table of contents listing the various specifications, standards, and documents that are part of the tender. The project involves the laying of pipelines and horizontal directional drilling works to construct a multiproduct pipeline between Krishnapatnam and Hyderabad.

Uploaded by

coolare
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

EPCM SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT

PIPELINE

ENQUIRY DOCUMENT - TENDER

(Document No : B414-TENDER_DOC-B414-000-83-41-MK-T-9510)

Page 1 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B414- A ENQUIRY DOCUMENT - TENDER 10
TENDER_DOC-
B414-000-83-41-MK-
T-9510
B414-000-83-41-MK- 1 PIPELINE LAYING & HDD WORKS 815
T-9510
B414-000-83-41- B SCOPE OF WORK FOR PIPELINE LAYING AND HDD WORKS 816
SOW-0001 (PIPELINE ENGINEERING DEPARTMENT)
B414-000-83-41-LL- B LIST OF ATTACHMENTS FOR PIPELINE LAYING AND HDD 871
9510 WORKS (PIPELINE ENGINEERING)
B414-000-83-41- A BATTERY LIMIT SCOPE 882
30004
B414-000-83-41-3- H SCHEMATIC ARRANGEMENT OF PIPELINE FACILITIES 883
0001
B414-000-83-41-3- A OVERALL PIPELINE ROUTE MAP 884
0002
B414-400-83-41-1- A PIPING GAD FOR SV STATIONS (SV-01 TO SV-14) 885
0001
B414-000-83-41-SP- 2 PIPING MATERIAL SPECIFICATION 886
0010
B414-000-6-41- 0 WELDING SPECIFICATION CHART 945
WSC-0001
B414-000-6-41- 0 WELDING SPECIFICATION 952
WSP-0001
09-2-42-B414-02-42- 0 MISCELLANEOUS DOCUMENTS-FREE NUMBER FORMAT 997
PCS-1001
B414-000-83-41-SP- 0 JOB SPECIFICATION FOR GEO-TEXTILE BAGS FOR ANTI 1018
0015 BUOYANCY
B414-020-83-41-AD- 1 ADDENDUM TO STANDARD SPECIFICATION FOR 1023
0001 SUBMERGED ARC LONGITUDINAL WELDED (SAWL) LINE
PIPE (ONSHORE) (6-71-0001, Rev 6)
B414-020-83-41-AD- 2 ADDENDUM TO STANDARD SPECIFICATION FOR HIGH 1025
0005 FREQUENCY WELDED (HFW) LINE PIPE (ONSHORE) (6-71-
0005, Rev 5)
B414-000-83-41-AD- 1 ADDENDUM TO STANDARD SPECIFICATION FOR 3 LAYER 1027
0041 POLYETHYLENE COATING OF LINEPIPES (6-71-0041, Rev 4)
B414-000-83-41-AD- 0 ADDENDUM TO STANDARD SPECIFICATION FOR 1031
0059 DOCUMENTATION FOR PIPELINE CONSTRUCTION (6-71-
0059, Rev 6)
B414-000-83-41-AD- 0 ADDENDUM TO STANDARD SPECIFICATION FOR 1033
0151 TECHNICAL NOTES FOR PIPES (6-44-0051, Rev 7)
B414-000-83-41-ST- 0 TYPICAL RIGHT OF USE FOR PIPELINES 1035
0001
B414-000-83-41-ST- 0 TYPICAL TRENCH DIMENSIONS 1036
0005
B414-000-83-41-ST- A KILOMETER MARKER 1037
0008
B414-000-83-41-ST- 0 TYPICAL DETAILS OF WARNING MAT FOR PIPELINES 1038
0031
B414-000-83-41-ST- 0 SELECT BACKFILL FOR PIPELINE STATION APPROACH 1039
0032
B414-000-83-41-ST- 0 SELECT BACKFILL FOR PIPELINE IN SEISMIC ZONE 1040
0033
6-71-0001 6 Standard specification for submerged arc longitudinal welded 1041
(SAWL) line pipe (onshore)
6-71-0005 5 Standard specification for high frequency welded (HFW) line pipe 1077
(onshore).

Page 2 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-71-0014 6 Standard specification for pipeline ball valves (onshore) 1109
6-71-0016 6 Standard specification for pipeline lubricated plug valves 1127
(onshore).
6-71-0021 6 Standard specification for long radius bends for onshore pipelines. 1141
6-71-0023 6 Standard specification for flanges and welded fittings {size DN 450 1152
mm (18") & above}
6-71-0024 6 Standard specification for seamless fittings and flanges (size upto 1160
DN 400 mm (16") ).
6-71-0035 6 Standard specification for casing insulators and end seals 1167
6-71-0041 4 Standard specification for 3 layer polyethylene coating of linepipes. 1177
6-71-0044 5 Standard specification for field joint coating (onshore pipelines). 1210
6-71-0046 5 Standard specification for concrete weight coating of onshore 1225
pipelines.
6-71-0048 2 Standard specification for repair of polyethylene coating 1237
6-71-0051 5 Standard specification for pipeline construction (onshore). 1243
6-71-0052 5 Standard specification for construction of pipelines crossing roads, 1281
rail roads and minor water crossings
6-71-0053 5 Standard specification for major water crossings (conventional 1292
trenching)
6-71-0054 5 Standard specification for major river / water crossing using 1305
directional drilling method
6-71-0055 4 Standard specification for hydrostatic testing of onshore pipelines. 1320
6-71-0057 6 Standard specification for pipeline markers 1340
6-71-0059 6 Standard specification for documentation for pipeline construction. 1346
6-71-0061 5 Standard specification for blasting 1355
6-71-0071 4 Standard specification for pipeline surveys (onshore). 1365
6-44-0012 5 Standard specification for fabrication and erection of piping 1390
6-44-0013 5 Standard specification for inspection, flushing and testing of piping 1405
systems.
6-44-0016 8 Standard specification for non destructive examination 1414
requirements of piping
6-44-0018 1 Standard specification for fabrication of piping spools 1435
6-44-0051 7 Technical notes for pipes. 1446
6-44-0052 7 Technical notes for valves. 1456
6-44-0053 7 Technical notes for flanges, spectacle blinds and drip rings. 1476
6-44-0054 7 Technical notes for butt welded, socket welded and screwed 1484
fittings.
6-44-0056 6 Technical Notes For Gaskets. 1493
6-44-0057 5 Technical notes for bolts and nuts. 1498
6-44-0064 2 Technical notes for hoses & hose couplings 1503
6-76-0001 4 Standard specification for erection of equipment & machinery 1509
6-76-0002 3 Standard specification for application of torque and hydraulic bolt 1531
tension for flange joints
6-78-0001 2 Specification For Quality Management System Requirements 1566
From Bidders
6-78-0002 2 Specification For Documentation Requirement From Contractors 1573
6-78-0003 2 Specification for Documentation Requirement from Suppliers 1583
6-79-0020 0 Standard specification for surface preparation and protective 1594
coating (new construction)
6-81-0001 4 Standard specification for positive material identification (PMI) at 1653
supplier's works

Page 3 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-82-0002 4 Standard specification for positive material identification (PMI) at 1661
construction sites
6-82-1010 2 ITP for incoming material checking for contractor's supplied 1671
materials
7-71-0006 5 Pipeline symbols. 1679
7-71-0007 5 Topographical symbols. 1680
7-71-0009 5 Typical ROU boundary marker. 1681
7-71-0010 5 Aerial marker. 1682
7-71-0011 5 Direction marker. 1683
7-71-0012 5 Pipeline warning sign. 1684
7-71-0013 5 Existing pipeline on sleeper crossing. 1685
7-71-0014 5 Navigable waterway pipeline crossing warning sign. 1686
7-71-0015 5 Pipeline-road/highway uncased crossing. 1687
7-71-0016 5 Pipeline road/highway cased crossing. 1688
7-71-0018 5 Typical stream crossing. 1689
7-71-0019 5 Details of casing-vent and drain off. 1690
7-71-0020 5 Casing pipe details. 1691
7-71-0021 5 Existing underground pipe crossing (type-I). 1692
7-71-0022 5 Existing underground pipe crossing (type-II). 1693
7-71-0024 5 Underground cable crossing. 1694
7-71-0025 5 Overhead power line crossing. 1695
7-71-0026 5 For two pipelines in common trench 1696
7-71-0027 3 Typical slope breaker details 1697
7-71-0028 3 Bank protection details for water crossing 1698
7-71-0029 3 Typical details of railway crossings 1699
7-44-0002 5 Abbreviations. 1700
7-44-0003 5 Symbols of piping elements on drawings. 1702
7-44-0029 5 Piping dimensions fittings, weldolets and sockolets. 1706
7-44-0166 4 Dimensions for handle projection for spacers and blinds, 1/2"-24" 1707
NB (150CL,300CL, & 600CL FF)
7-44-0170 5 Gasket thickness. 1708
7-44-0250 7 Stud bolts RF 150# dimensions (ASME B16.5). 1709
7-44-0252 5 Jack screw for spectacle blind fig.8 and spacer & blind (150CL, 1712
300CL, 600CL RF).
7-44-0350 6 Vents and drains (on lines 1 ¿¿ and below) 1713
7-44-0351 6 Vents and drains (on lines 2¿ and above) 1714
7-44-0353 6 Wells installation 1¿¿ dia. taps (Up to class 600) 1715
7-44-0354 6 Pressure tappings (PA, PG, PC, PT, PIC etc) 1717
7-44-0476 5 Welding of pipe with different thickness. 1718
7-44-0477 5 Butt welding end preparation. 1719
7-44-0478 5 Fillet weld details. 1720
7-44-0479 5 Welding Details For Branch Connections (Not Breaking Into). 1721
7-44-0480 5 Butt weld details (dimensions). 1722
7-44-0481 5 Butt weld details (sequence of welds). 1723
7-44-0482 5 Welding detail for branch connections (stub in). 1724
7-44-0486 5 Tolerances for fabrication. 1725
7-44-0506 4 Table of basic span 1726
7-44-0507 4 Maximum spacing of guides for vertical and horizontal pipes 1727

Page 4 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-44-0606 6 Pipe saddle for bare pipe size 2" thru 48" type-S6A (for temp. upto 1728
343 deg. C)
7-44-0608 5 Pipe saddle for bare CS pipe size 10" thru 80" Type-S8. (for temp. 1729
upto 343 deg.C)
7-44-0621 6 Low support sliding for bare & insulated pipe size 2" thru 36" type 1730
L1 & L1A
7-44-0623 6 Low support fixed for bare and insulated pipe size 2" thru. 36" type 1731
L3 and L3A.
7-44-0625 6 Low support sliding for bare pipe size 3/4" thru. 36" type L5A. 1732
7-44-0626 6 Low support sliding for bare and insulated pipe size 2" thru. 36" 1733
type L6.
7-44-0627 6 Low support fixed/restrained for bare and insulated pipe size 2" 1734
thru. 36" type L7 and L7A.
7-44-0628 6 Restrained low support for bare & insulated pipe size 2" thru 36" 1736
type L8 & 8A
7-44-0636 6 Low support stanchion for bare & insulated CS/AS/SS pipe type 1737
L16 and L16A.
7-44-0637 6 Adjustable low support with four bolts for pipe size 8" thru 24" 1738
type-L17 & 17A
7-44-0638 6 Adjustable low support for bare & insulated pipe size 2" thru 24" 1739
type L-18 & L18A.
7-44-0639 6 Adjustable low support with guide and cross-guide for bare & 1740
insulated pipe size 2" thru 24" type- L19 & L19A.
7-44-0641 5 Pipe clamp for bare CS / AS / SS pipe size ¿" thru 24" type- C1 1741
7-44-0644 5 U-bolt for bare C.S. pipe size ¿¿ thru 24" type-C4 (for operating 1742
temp. Upto 232oC)
7-44-0665 5 Turn Buckle (Heavy) for pipe size ¿" thru 24" 1743
7-44-0739 6 Dummy pipe support for bare pipe size 2" thru. 24" type B-39. 1744
7-44-0742 5 Pipe support brackets type B-42. 1745
7-44-0751 5 Guide support for bare pipe size 1/2" thru 24" type G1. 1746
7-44-0752 5 Guide support for bare pipe size 1/2" thru 24" Type- G2 & G2A. 1747
(for temp. upto 343 deg.C)
7-44-0753 5 Cross guide for bare pipe, size 2" thru 24" Type-G3. (upto 343¿C) 1748
7-44-0754 5 Cross-guide for bare pipe on sleeper / rcc beam size 2" thru 24" 1749
Type-G4 (for temp. upto 343¿C).
7-44-0755 5 Anchor for bare pipe on sleeper/RCC beam, size 2" thru 24" Type- 1750
G5 (upto 343¿C).
7-44-0792 5 Supporting arrangement for angle & relief valves type SP2. 1751
7-44-0793 5 Typical anti-vibration support for control valve type SP3. 1752
B414-000-83-41-DS- B DATA SHEET FOR BALL VALVES [BV, BELOW 2 INCH, 800#, 1753
0008 SW]
B414-000-83-41-DS- B DATA SHEET FOR PLUG VALVE [BV, BELOW 2 INCH, 800#, 1755
0009 SW]
B414-000-83-41-DS- B DATA SHEET FOR GATE VALVE [GV, BELOW 2 INCH, 800#, 1757
0010 SW]
6-81-0003 6 Itp For Seamless Pipes 1758
6-81-0004 6 ITP for valves 1764
6-81-0005 8 ITP for forged, seamless & welded fittings. 1771
6-81-0006 5 ITP for flanges, spectacle blinds & drip rings 1777
6-81-0007 5 Itp For Bolting Material 1783
6-81-0008 5 Inspection and test plan for gaskets 1790
6-81-0071 4 ITP for small size & assorted length pipes 1795
6-81-0072 4 ITP for small size ball valves (¿ 1 ¿¿) 1801

Page 5 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-81-0088 4 ITP for long radius bends for onshore pipelines 1807
6-81-0091 4 ITP for onshore CS flanges and seamless fittings (upto 16" NB) 1812
6-81-0109 4 ITP for concrete weight coating of onshore pipelines 1817
6-81-0135 3 ITP for hose pipe and coupling 1823
6-81-0153 1 Inspection & test plan for piping spools 1828
9510_SURVEY 0 COMBINED SURVEY DATA 1836
DATA
B414-000-83-41-VL- B LIST OF APPROVED VENDORS (PIPELINE ENG.) 3798
9510
B414-000-83-41- A VENDOR DATA REQUIREMENTS [PIPELINE ENG.] 3822
VDR-9510
B414-000-06-45- 0 SCOPE OF WORK FOR CATHODIC PROTECTION SYSTEM 3824
CSW-01 FOR PIPELINES (CP SYSTEM)
B414-000-06-41- 1 ANY DOCUMENT TYPE SPECIFIC TO DEPT. 3848
EGP-0001
B414-000-06-45- A B414-000-06-45-CDB-01 Rev.B (Pipelline CP SYSTEM DESIGN 3861
CDB-01 BASIS) - Rev-B -31-12-2021-9510
B414-000-06-45- 0 DATA SHEET FOR SACRIFICIAL ANODE CATHODIC 3872
CDS-01 PROTECTION SYSTEM FOR PIPELINES
B414-000-06-45- 0 DATA SHEET FOR IMPRESSED CURRENT CATHODIC 3880
CDS-02 PROTECTION SYSTEM
B414-000-06-45- 0 DATA SHEET FOR CP TRANSFORMER RECTIFIER UNIT (CP 3887
CDS-03 SYSTEM)
B414-000-06-45- 0 DATA SHEET FOR CATHODIC PROTECTION POWER SUPPLY 3896
CDS-04 MODULE
B414-000-06-45- 0 DATA SHEET FOR COMPUTERIZED TEST STATION UNIT 3901
CDS-05 (CTSU)
6-45-0024 1 Specification for cathodic protection power supply module 3904
(CPPSM)
6-45-0025 1 Specification for cathodic protection transformer rectifier unit 3919
6-45-0026 1 Specification for Corrosion Survey 3935
6-45-0027 2 Specification for sacrificial anode cathodic protection system for 3942
pipelines
6-45-0028 1 Specification for Impressed Current Cathodic Protection System 3961
for Pipelines
6-45-0029 1 Specification for Equipment / Material for Cathodic Protection 3985
System for Pipelines
7-45-0601 2 Prepacked zinc anode 4002
7-45-0602 1 Prepacked magnesium anode 4003
7-45-0604 1 Test station with foundation details 4004
7-45-0605 1 Test station connection schemes 4005
7-45-0606 1 Galvanic anode installation 4009
7-45-0612 1 Shallow anode ground bed (PCP) 4010
7-45-0613 1 Anode lead junction box 4011
B414-000-06-45- 0 VENDOR DATA REQUIRMENT-for Tender-9510 4012
VDR-9510
B414-000-16-51- 1 SCOPE OF WORKS- INST. (TELECOM) 4016
SOW-9510
B414-000-16-51-LL- 1 LIST OF ATTACHMENTS-INSTRUMENTATION (TELECOM)) 4025
9510
B414-000-16-51- 0 VENDOR DATA REQUIREMENTS- INST.(TELECOM) 4028
VDR-9510

Page 6 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B414-000-16-51-CF- 0 COMPLIANCE FORMAT-TELECOM 4031
9510
B414-000-16-51-SP- 1 Job Specification¿OFC Installation and Associated works 4033
80
B414-000-16-51-SP- 0 Optical Fibre Cable Specification 4055
81
B414-000-16-51-SP- 0 Procedure for Optical Fibre Cable testing 4066
082
B414-000-16-51- 0 Arrangement of OFC with respect to Pipeline 4076
4701
B414-000-16-51- 0 OFC installation (Inside Terminals) 4077
4702
B414-000-16-51- 0 OFC installation (Cased Crossing) 4078
4703
B414-000-16-51- 0 OFC Joint Identification Marker 4079
4704
B414-000-16-51- 0 OFC Jointing Pit 4080
4705
B414-02-42-12-000- 2 LEGENDS AND GENERAL NOTES-1 4081
1191
B414-02-42-12-000- 2 LEGENDS AND GENERAL NOTES-2 4082
1192
B414-02-42-12-000- 2 LEGENDS AND GENERAL NOTES-3 4083
1193
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - INLET MANIFOLD 4084
1111
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - BOOSTER PUMPS 4085
1112
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - FLOW METERING 4086
1113 ASSEMBLY
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - MAINLINE PUMPS 4087
1114
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - SCRAPPER 4088
1115 LAUNCHER
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - SUMP TANK AND 4089
1116 SUMP PUMP
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - CORROSION 4090
1117 INHIBITOR SYSTEM
B414-02-42-12-100- 2 KRISHNAPATNAM DESPATCH TERMINAL - INTERLOCK 4091
1194 SUMMARY
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4092
1119 SCRAPPER RECEIVER
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4093
1120 FLOW METERING ASSEMBLY
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4094
1121 SCRAPPER LAUNCHER
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4095
1122 ONGOLE RT
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4096
1123 SUMP TANK SUMP PUMP & SLOP TRANSFER PUMP
B414-02-42-12-200- 2 INTERMEDIATE PIGGING STATION-1 & ONGOLE TAP OFF - 4097
1195 INTERLOCK SUMMARY
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - INTERLOCK SUMMARY 4098
1196
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - SUMP TANK SUMP 4099
1128 PUMP & SLOP TRANSFER PUMP

Page 7 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - SCRAPPER 4100
1127 LAUNCHER
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - FLOW METERING 4101
1126 ASSEMBLY
B414-02-42-12-201- 2 INTERMEDIATE PIGGING STATION-2 - SCRAPPER RECEIVER 4102
1125
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - SCRAPPER 4103
1131 LAUNCHER
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - SCRAPPER RECEIVER 4104
1130
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - SUMP TANK SUMP 4105
1132 PUMP & SLOP TRANSFER PUMP
B414-02-42-12-202- 2 INTERMEDIATE PIGGING STATION-3 - INTERLOCK SUMMARY 4106
1197
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - SCRAPPER RECEIVER 4107
1134
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - FILTERS 4108
1135
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - FLOW METER 4109
1136
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - RECEIPT MANIFOLD 4110
1137
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - SUMP TANK AND SUMP 4111
1138 PUMP
B414-02-42-12-300- 2 HYDERABAD RECEIPT TERMINAL - INTERLOCK SUMMARY 4112
1198
B414-02-42-12-400- 2 IPS2 - IPS3 - SV STATIONS 4113
1129
B414-02-42-12-400- 2 IPS3 - HYDERABAD RECEIPT TERMINAL - SV STATIONS 4114
1133
B414-02-42-12-400- 2 IPS1 - IPS2 - SV STATIONS 4115
1124
B414-02-42-12-400- 2 KRISHNAPATNAM DESPATCH TERMINAL-IPS1 - SV 4116
1118 STATIONS
B414-000-83-41- A SCOPE OF WORK & SUPPLY(structural) 4117
SOW-5001
7-68-0051 6 Standard lifting hooks in precast slabs & chequered plates. 4131
7-68-0056 7 Metal insert plates. 4132
7-68-0060 1 Handrail - Tube and Ball Type 4139
7-68-0061 7 Handrail fixing to RCC structure. 4141
7-68-0062 6 Typical cranking detail of rebar at beam & col. junctions. 4142
7-68-0065 6 Expansion joints in buildings. 4143
7-68-0067 2 Structural details of misc arch features 4144
7-68-0201 6 Standard lugs. 4148
7-68-0202 7 Typical grating support. 4149
7-68-0203 7 Typical chequered plate support. 4150
7-68-0417 8 MS anchor bolt assemblies 4151
7-68-0501 8 Handrails 4158
7-68-0507 8 Details of steel ladder 4166
7-68-0509 7 Steel ladder joint details 4169
7-68-0626 5 Cable trench 4173
7-68-0627 2 Precast cable trench and joint detail 4190
7-68-0654 4 Detail Of Moment Connection For Mc [ ] Column To [ ] Beam 4192

Page 8 of 4779
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-68-0655 5 Cable trench for class-aa tracked / 70R-wheeled vehicle (crane 4194
approach)
7-68-0660 3 Typ. Detail Of Moment Connection With Mb Col. / Mc Box Col. To 4201
Mb Beam
7-68-0688 1 Welded shear connection details for parallel flange beam with 4205
parallel flange column
7-68-0689 4 Shear connections welded type - beam to beam 4207
7-68-0691 3 Detail of sliding T-support 4211
7-68-0695 3 Electrical cable tray supporting structure 4213
7-68-0697 5 Electroforged grating type-I & type-II 4222
7-67-0008 8 Pedestal For Stair/Ladder. 4230
6-68-0001 5 Standard specification civil and structural works - general scope. 4231
6-68-0002 6 Standard Specification Civil & Structural Works Materials. 4235
6-68-0003 6 Standard Specification Civil & Structural Works Earthwork. 4251
6-68-0004 8 Standard specification civil & structural works plain and reinforced 4265
cement concrete
6-68-0006 7 Standard specification civil & structural works structural steel 4296
works.
6-68-0007 7 Standard specification civil & structural works structural steel 4321
works (tubular/ hollow sections)
6-68-0008 7 Standard specification civil & structural works miscellaneous steel 4337
works
6-68-0009 5 Standard Specification - Civil & Structural Works - Brick Masonary. 4349
6-68-0012 5 Standard specification civil & structural works demolition and 4358
dismantling.
6-68-0013 5 Standard specifications civil and structural works miscellaneous 4365
items.
6-68-0014 1 Standard specification civil & structural works precast concrete 4374
6-68-0017 1 Standard specification - civil & structural works - bipolar concrete 4380
penetrating corrosion inhibiting admixture
6-68-0035 1 Standard specification civil & structural works water-proofing of 4394
underground concrete structures
6-68-0056 4 Standard specification civil & structural works bonding fresh 4425
concrete to old concrete by epoxy resin bonding system.
B414-000-83-41-SP- A JOB SPECIFICATIONS 4431
5001
Approved supplier A Approved supplier list(STRUCTURAL)- B414-9510 4446
list(STRUCTURAL)-
B414-9510
6-82-3100 1 Inspection & test plan (ITP) for civil, structural & architectural 4451
works (item rate contracts - with categorization)
B414-00-000-19-41- 0 TECHNICAL COMPLIANCE FORMAT- CONSTRUCTION 4516
TC01
B414-00-000-19-41- 0 CONSTRUCTION SUPERVISION & MANAGEMENT 4518
0001

Page 9 of 4779
BHARAT PETROLEUM CORPORATION
LTD. (BPCL),
KRISHNAPATNAM-HYDERABAD MULTI
PRODUCT PIPELINE (KHPL)
(BIDDING DOCUMENT NO. SM/B414-000-MK-T-9510/12)

PART BPCL TENDER ID CRFQ NO


A 11397 1000391235
B 11423 1000391237
C 11424 1000391800
D 11425 1000392000

BIDDING DOCUMENT
FOR
PIPELINE LAYING AND HDD WORKS FOR
KRISHNAPATNAM-HYDERABAD MULTI
PRODUCT PIPELINE (KHPL)

COMMERCIAL SECTION

Prepared by:

Page 10 of 4779
MASTER INDEX

NAME OF WORK : PIPELINE LAYING AND HDD WORKS FOR KRISHNAPATNAM-


HYDERABAD MULTI PRODUCT PIPELINE (KHPL) OF M/s BPCL

BIDDING DOCUMENT NO. : SM/B414-000-MK-T-9510/12


PART – I: COMMERCIAL SECTION

SL.
DESCRIPTION
NO.
1. COVER PAGE
2. MASTER INDEX
3. INVITATION FOR BID (IFB)
4. BID DATA SHEET (BDS)
5. ACKNOWLEDGEMENT CUM CONSENT LETTER

6. PROFORMA OF COVERING LETTER FOR SUBMISSION OF OFFERS

7. INSTRUCTIONS TO BIDDERS (ITB)


8. ANNEXURE TO ITB
i) MAKE IN INDIA (MII) POLICY
ii) DOMESTICALLY MANUFACTURED IRON & STEEL POLICY
iii) PROCUREMENT FROM A BIDDER FROM A COUNTRY SHARING LAND BORDER WITH INDIA
iv) SOCIAL MEDIA GUIDELINES
v) BPCL HOLIDAY LISTING POLICY
9. PROPOSAL FORMS
10. GENERAL CONDITIONS OF CONTRACT (GCC)
11. SPECIAL CONDITIONS OF CONTRACT (SCC)
12. ANNEXURE TO SCC
i) TIME FOR COMPLETION
ii) TERMS OF PAYMENT
iii) MEASUREMENT OF WORK
iv) MINIMUM DEPLOYMENT OF MANPOWER
v) QUALIFICATION & EXPERIENCE REQUIREMENT OF KEY CONSTRUCTION PERSONNEL
AND PENALTY FOR THEIR NON-MOBILIZATION
vi) QUALITY MANAGEMENT SYSTEM
vii) MINIMUM CONSTRUCTION EQUIPMENT
viii) RATE HIRING/ RECOVERY RATE FOR EQUIPMENT
ix) CALIBRATION REQUIREMENTS OF MONITORING AND MEASURING DEVICES AT
CONSTRUCTION SITE
x) CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS
xi) REQUIREMENT OF DOCUMENTATION
xii) PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL BY SUB-
CONTRACTOR
xiii) FORMAT FOR OBTAINING SUB-CONTRACTOR’S APPROVAL.
xiv) SPECIFICATIONS ON HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT
xv) OISD 192 & 207
13. PRICE PART / SCHEDULE OF RATES
i) PREAMBLE TO SCHEDULE OF RATES
Page 1 of 2

Page 11 of 4779
SL.
DESCRIPTION
NO.
ii) FORM SP-0 (PRICE BID) FOR PART A, PART B, PART C AND PART D
iii) FORM SP-1 (SOR) FOR PART A, PART B, PART C AND PART D
TECHNICAL SECTION: INDEX OF TECHNICAL PART ATTACHED SEPARATELY WITH
14.
TECHNICAL SECTION

02 Master Index Page 2 of 2

Page 12 of 4779
INVITATION FOR BIDS (IFB)
FOR
PIPELINE LAYING AND HDD WORKS FOR
KRISHNAPATNAM-HYDERABAD MULTI PRODUCT PIPELINE
(KHPL) OF M/s BPCL
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
(DOMESTIC COMPETITIVE BIDDING)
(e-Tendering on BPCL Portal)
1.0 INTRODUCTION:
M/s Bharat Petroleum Corporation Ltd. (BPCL), a Maharatna Company envisages to lay a
16” OD X 422 km (approx.) cross country multi product pipeline from BPCL, Krishnapatnam
Dispatch Terminal situated at Krishnapatnam Coastal Installation to its New upcoming
Terminal at Hyderabad with intermediate Tap off point at Ongole Depot en route, to meet
the growing demand of Petroleum products in state of Andhra Pradesh and Telangana.
Engineers India Ltd. (EIL), New Delhi has been appointed as the Engineering, Procurement,
and Construction Management (EPCM) Consultant for this project. EIL, invites e-bids under
Single Stage Two Part Bid System, for the subject enquiry from eligible bidders with sound
technical and commercial capabilities meeting the Bidder’s Qualification Criteria stated in
Cl. 5.0 below:

2.0 BRIEF SCOPE:


The scope of work for the proposed multi-product pipeline from Krishnapatnam
Dispatch Terminal to Receipt Terminal at Malkapur (Hyderabad) has been indicated
in schematic drawing no. B414-000-83-41-3001 and as described below:

2.1. PART – A
Part-A covers approx. 138.200 km long 16” OD pipeline and associated works from Ch.
0.000 km (Krishnapatnam Dispatch Terminal in Andhra Pradesh) to Ch. 138.200 km
(scrapper receiver at IP-1 cum Tap off Point at Ongole in Andhra Pradesh). This part
includes Pipeline laying works, installation of scrapper launcher at Krishnapatnam
Dispatch Terminal in Andhra Pradesh, installation of scrapper receiver at Intermediate
Pigging Station IP-1 cum Tap off Point at Ongole, installation of all station isolation valves
(SIVs), MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig signallers
on the main pipeline section & all station piping works at seven (7 nos.) sectionalizing
valve (SV) stations (SV-1 to SV-7) including installation of SVs as detailed subsequently.
This part also include works such as installation of pipeline using HDD technique across
rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as specified elsewhere in bid
document.
2.2. PART – B
Part-B covers approx. 95.300 km long 16” OD pipeline and associated works from Ch.
138.200 km (from scrapper launcher at IP-1 cum Tap off Point at Ongole in Andhra
Pradesh) to Ch. 233.500 km (scrapper receiver at IP-2 in Andhra Pradesh). This part
includes Pipeline laying works, installation of scrapper launcher IP-1 cum tap off point at
Ongole, installation of scrapper receiver at Intermediate Pigging Station IP-2, installation
of all station isolation valves (SIVs), MOVs (Motor Operated Ball Valves), flow tees,
insulating joints (IJs), pig signallers on the main pipeline section & all station piping works
at two (2 nos.) sectionalizing valve (SV) stations (SV-8 & SV-9) including installation of
SVs as detailed subsequently. This part also include works such as installation of pipeline
using HDD technique across rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as
specified elsewhere in bid document.

Page 1 of 24

Page 13 of 4779
2.3. PART – C
Part-C covers approx. 75.182 km long 16” OD pipeline and associated works from Ch.
233.500 km (from scrapper launcher at IP-2 in Andhra Pradesh) to Ch. 308.682 km
(upstream side of Krishna river) (centerline chainage of Krishna river is 308.944km). This
part includes Pipeline laying works, installation of scrapper launcher at IP-2 and all station
piping works at two (2 nos.) sectionalizing valve (SV) stations (SV-10 & SV-11) including
installation of SVs as detailed subsequently. This part also include works such as
installation of pipeline using HDD technique across rivers/ canals/ fish ponds/ Railways/
NH/ SH crossings as specified elsewhere in bid document.
2.4. PART – D
Part-D covers approx. 113.729 km long 16” OD pipeline and associated works from Ch.
308.682 km (upstream side of Krishna river) (centerline chainage of Krishna river is
308.944km) to Ch. 422.411 km (BPCL’s Receipt Terminal (RT) at Malkapur, Hyderabad
in Telangana). This part includes Pipeline laying works, installation of all station isolation
valves (SIVs), MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig
signallers on the main pipeline section, installation of scrapper launcher/ receiver at IP-3,
installation of scrapper receiver at BPCL’s Receipt Terminal (RT) at Malkapur, Hyderabad
in Telangana & all station piping works at three (3 nos.) sectionalizing valve (SV) stations
(SV-12 to SV-14) including installation of SVs as detailed subsequently. This part also
include works such as installation of pipeline using HDD technique across rivers/ canals/
fish ponds/ Railways/ NH/ SH crossings as specified elsewhere in bid document.
For Detailed scope, please refer Technical Section of Bidding Document.

3.0 COMPLETION PERIOD:


PART-A:
Mechanical Completion within TEN (10) Months from the date of issue of Letter of Acceptance
plus TWO (2) months for Commissioning assistance.

Permanent Cathodic Protection (PCP) Completion including interference survey and its mitigation,
Documentation related to it and submission of ROU NOCs: Within SIX (06) months from date of
Mechanical Completion as defined above for Part A .

PART-B:
Mechanical Completion within TEN (10) Months from the date of issue of Letter of Acceptance
plus TWO (2) months for Commissioning assistance.

PART-C:
Mechanical Completion within NINE (9) Months from the date of issue of Letter of Acceptance
plus TWO (2) months for Commissioning assistance.

PART-D:
Mechanical Completion within TEN (10) Months from the date of issue of Letter of Acceptance
plus TWO (2) months for Commissioning assistance.

Permanent Cathodic Protection (PCP) Completion including interference survey and its mitigation,
Documentation related to it and submission of ROU NOCs: Within SIX (06) months from date of
Mechanical Completion as defined above for Part D.

Detailed completion schedule shall be as per Annexure I of SCC in the Bidding document.

4.0 SALIENT DETAILS:


a) Bidding Document & : The complete Bidding Document can be viewed
subsequent Amendment (if and downloaded from BPCL Portal.
any) available on Website

Page 2 of 24

Page 14 of 4779
for viewing & downloading, Tender details are also available in EIL website
and its fee http://tenders.eil.co.in
Cost of Bidding Document: NIL
b) Bidding Document : From 11.04.2023 to 02.05.2023
available on Website

c) Last date of Receipt of : On 20.04.2023


Bidder’s Queries for Pre-
Bid Meeting
d) Date of Pre-Bid Meeting : at 1430 Hrs. (IST) on 21.04.2023 (*) online
through video conferencing at the following link:
Pre-bid meeting shall be held online through Video
Conferencing Systems [through Webex Meeting
platform].

Non-attendance of the pre-bid meeting shall


not be a cause of disqualification of the bidder.
Link for online video conferencing Pre-Bid Meeting:
https://eil1.webex.com/eil1/j.php?MTID=mf5463400c25d9385a383dfca380f3ea9
Meeting No: - 2652 373 5596
Meeting password: - 12345
Host key: - 445357

e) Last Date and time of : Up to 1200 Hrs. (IST) on 02.05.2023


Online submission of Bids Online submission (e-Bids) through BPCL
(Bid Due Date) and Mode Portal (e- Procurement portal)
of Bid Submission
Bid submitted through any other mode shall
not be acceptable.

f) Online Opening of Techno- : 1100 Hrs. (IST) on 03.05.2023 (*)


commercial Unpriced Bid (On next day of Bid due date)

g) Earnest Money Deposit :


(EMD) INR 10,00,000/- (INDIAN RUPEES TEN LAKH
ONLY) for any one or more than one Part.

MSE bidders are exempted for submission of


EMD.

h) Date of Opening of Priced : Date & time shall be intimated later


Bids
i) Reverse Auction (RA) : Not Applicable
j) Contact details of dealing : Name : Ms. Sunita Mitra
officer Designation: Sr. GM (SCM)
Phone No. & Extn :+91-11-2676 3499 /
3169/ 3504
E-mail:[email protected]
; [email protected]; [email protected]

Page 3 of 24

Page 15 of 4779
k) Communication address : Engineers India Ltd,
for submission of EI Bhawan,
documents, in hard copy
1, Bhikaji Cama Place,
(as applicable)
New Delhi – 110066
Ms Sunita Mitra – Sr.GM (SCM)
(Job no. B414)

If dates identified as (*) above happen to be a declared holiday in EIL New Delhi, the next
working day shall be considered.
All amendments, time extension, clarifications, etc. will be uploaded in the BPCL portal
(https://bpcltenders.eproc.in) only. There will not be any publication of the same through
newspapers or any other media. Bidders should regularly visit the BPCL portal to keep
themselves updated and submit their Bids based on the latest information/instructions hosted
in the BPCL portal.
Time extension shall also be published on EIL tender portal
(https://tenders.eil.co.in/newtenders)
Time and date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
Request for extension or queries received from any bidder on a date which is less than four
days prior to the bid due date may be ignored, since there will not be adequate time for proper
communication with Client and other Bidders.
5.0 BIDDER QUALIFICATION CRITERIA(BQC):
Bidder shall meet the criteria as specified below:

5.1 EXPERIENCE CRITERIA (TECHNICAL):


5.1.1 The bidder for the proposed Pipeline laying works shall be an Indian bidder who on his own
has completed the job of cross-country Pipeline laying works for hydrocarbon application
within India.
5.1.2 The Bidder should have completed at least one contract in last 10 (Ten) years to be
reckoned from the Original Bid Due Date, involving laying/ installation, testing of cross-
country (*) hydro carbon steel pipeline of diameter and length given below-

(*) Non Piggable City Gas Distribution Pipeline shall not be considered as cross-country
pipeline.

Part No Minimum Size (diameter) Minimum length in one contract (#)

(1) (2) (3)

Part A 12 Inch 69.10 Km

Part B 12 Inch 47.65 Km

Part C 12 Inch 37.59 Km

Part D 12 Inch 56.87 Km

(#) In case more than one contract(s) are awarded under one Tender, these Contracts shall
be considered as single contract for evaluation of credentials of a Bidder for meeting their
experience criteria.

Page 4 of 24

Page 16 of 4779
5.1.3 In case a Bidder intends to get qualified for more than 1 (one) part, Bidder shall
meet, in a single contract, the requirement of minimum Length on cumulative
basis for combination of all qualified quoted parts as mentioned in column (3)
of table in clause no 5.1.2.
In case of any shortfall, the bidder will not be qualified for cumulative quoted parts, however
bidder may get qualified for individual parts.

5.1.4 NOTES:
5.1.4.1 Experience of Own Projects:
A job executed by a Bidder for its own plant/projects shall not be considered as
experience for the purpose of meeting the Qualification Criteria of the Enquiry
document.
However, Jobs executed for Subsidiary/ Fellow Subsidiary / Holding company shall be
considered as experience for the purpose of meeting BQC, subject to submission of
additional document towards “tax paid invoice(s) duly certified by Statutory Auditor of
the Bidder or consolidated statement issued by Statutory Auditor of the Bidder towards
payments of statutory tax” in support of the job executed for Subsidiary/ Fellow
subsidiary / Holding company.
In case referred Project falls under “No Tax Area” (like SEZ), Bidder can submit
certificate from their Statutory Auditor to this effect in place of Tax paid invoice.
Chartered Accountant (CA) (in place of Statutory Auditor) is acceptable where audited
accounts are not mandatory as per law for latest financial year. Also CA shall not be an
employee/ Director and not having any interest in the Bidder’s company/Firm.

5.1.4.2 A job completed by a bidder as an authorized sub-contractor by owner / end user /


PMC shall be considered for the purpose of meeting the experience criteria of BQC
subject to submission of following documents in support of meeting the "Bidder
Qualification Criteria":
(a) Copies of work order/ Purchase Order along with SOR, associated Tax Invoices and
completion certificate having details like work order no. /date, brief scope of work,
ordered& executed value of the job, completion date etc. issued by main contractor.
(b) Copy of completion certificates from the end user / Owner / PMC mentioning that
the work has been executed by bidder as sub-contractor OR a copy of approval by end
user / Owner/ PMC for engaging the bidder as sub-contractor.
(c) Copy of TDS certificate has to be submitted in case of sub-contract work orders or
in case where the tender issuing Authority specifically asks for the same. The said
documents must be for the work executed between the periods indicated there only.
5.1.4.3 Bidder shall also furnish with their bid, the details {Name, Email ID, Designation and
Contact No. of the Issuing Authority (Client)} of the Purchase orders submitted with
their bid for verifying the Bid Qualification Criteria. BPCL/ CONSULTANT also reserves
the right to get the document submitted by the bidder verified/ confirmed by the issuing
authority of these documents.
BPCL/CONSULTANT may call the bidders during bid evaluation stage along with the
originals for verification of the documents submitted by the bidder for fulfilling BQC.

Page 5 of 24

Page 17 of 4779
5.2 FINANCIAL QUALIFICATION CRITERIA
5.2.1 Turnover:
Theaverage annual turnover during three preceding financial years of the bidder as per the
audited annual financial results shall be minimum as under:

PART AVERAGE ANNUAL TURNOVER (IN INR)


A 53,05,75,200/-
B 29,64,04,200/-
C 26,88,98,400/-
D 38,78,77,800/-
In case, Bidder intends to quote/qualify for more than one Part (s), then Bidder
shall meet the above requirement of Average Annual Turnover on cumulative
basis for those corresponding parts.
Turnover (for the Financial Statement pertaining to post GST regime): Turnover shall
be taken as Revenue from operation (excluding GST) as stated in Financial Statement
of the Bidder, excluding other Income.
5.2.2 Net-worth:
The financial net worth of the bidder as per the immediate preceding year’s Audited
Financial Statements should be positive.
Calculation of Net-worth:
Net worth means paid up share capital, Share Application Money pending allotment* and
reserves# less accumulated losses and deferred expenditure to the extent not written off.
# Reserves to be considered for the purpose of net worth shall be all reserves created out
of the profits and securities premium account but shall not include reserves created out of
revaluation of assets, write back of depreciation and amalgamation.

*Share Application Money pending allotment will be considered only in respect of share to
be allotted.
Accordingly, the definition of Net-worth shall be as follows:
Paid up share capital XXXX
Add : Share Application Money pending allotment XXX
Add : Reserves (As defined Above) XXXX
Less : Accumulated Losses XX
Less : Deferred Revenue Expenditure to the extent
not written off XX
Net worth XXXX
5.2.3 Working Capital:
Working Capital of the Bidder as per the immediate preceding year’s audited annual
financial results should be at least:

PART WORKING CAPITAL (IN INR)


A 17,68,58,400/-
B 9,88,01,400/-
C 8,96,32,800/-
D 12,92,92,600/-

Page 6 of 24

Page 18 of 4779
In case, Bidder intends to quote/ qualify for more than one Part (s), then Bidder
shall meet the above requirement of Working Capital on cumulative basis for
those corresponding parts.

Working Capital (WC) shall be Current Assets minus Current Liabilities

If the bidder’s working capital is negative or inadequate, then the bidder shall submit
a letter from their bank having net worth not less than Rs.100 crores (or equivalent
in USD), confirming the availability of line of credit for working capital mentioned
herein above [required Working Capital for the Quoted Part (s) on cumulative basis
(in case quoted for more than one Part].

In such a case, Bidder shall furnish a declaration from the bank for availability of unutilized
fund-based line of credit for the required value as explained above in the format (enclosed
as Appendix-II to this IFB). The letter shall provide the status of Fund based Line of
Credit as on any date between the date of Enquiry and final Bid Due Date.

Notes to working capital:


a) Currency for seeking the amount of line of credit from the bank shall be as stipulated
in IFB/NIT.
b) If the bank letter submitted in the bid is carrying certain shortcomings, then the
bidder shall be asked to clarify or make simple corrections in the language of the
bank letter only if techno-commercial clarifications on other issues are being sought
from the bidders. In case of such clarifications/ corrections, the same shall be
submitted as a supplementary letter from the bank.
c) However, the following changes shall not be allowed in the bank’s letter:
• The amounts given in the letter submitted along with the bid, shall not be
permitted to be altered by any subsequent letter from the same bank or any
other bank.
• Replacement of the letter by another letter from the same or different bank.
d) In case of non-submission of required letter from bank in the bid, bidder shall not be
given another opportunity to submit the letter even if techno-commercial
clarifications are being sought from the bidders and this may become a cause of
disqualification.
e) Declaration letter for the working capital shall be from a single bank only. Letters
from multiple banks will not be acceptable. However, banking syndicate will also be
allowed wherein a group of banks can jointly underwrite and jointly lend money to
the bidder. In case of banking syndicate also, declaration letter for meeting the
working capital shall be from a single bank only.
f) In case a Bidder submits Letters from multiple banks, the highest WC amongst all
the Banks shall only be considered for BQC evaluation.
g) Line of Credit towards Working Capital shall also be submitted in Original
besides uploading a copy of the same along with the unpriced bid.
5.2.4 Financial years/ previous period as above shall be reckoned from the original bid due
date of submission of bids.
5.3 EQUIPMENT DEPLOYMENT CRITERIA:
Bidder shall meet the Key construction equipment requirement as per the list included in
the Annexure VII to SCC of bidding document.
In case a Bidder intends to get qualified for more than 1 (one) part, Bidder shall meet
the cumulative requirement of construction equipment specified for quoted
individual part(s).
Page 7 of 24

Page 19 of 4779
5.4 DOCUMENTS AND DATA REQUIRED WITH BID
Bidders are required to submit all such past experience (s) (PTR) meeting the BQC along
with relevant supporting documents in the first instance itself, along with the bid to justify
that the bidder meets the Qualification criteria as given above. Accordingly, only such past
experience (s) shall be considered for qualification, details of which are provided in the bid
by the bidder and subsequently no additional past experience (PTR) shall be sought from
the Bidder.
5.4.1 Documents towards Experience Criteria:
The bidder in his own interest shall furnish the following documents in support of his meeting
the Bidder Qualification Criteria as per clause no. 5.1 of this document:

i) Detailed Work Order.

ii) Completion Certificate.


The Execution Certificate (for part completion) submitted by bidder in place of completion
certificate can also be considered for meeting the stipulated criteria provided that:

a. The provision for phase-wise execution of the work is permitted in the contract and these
phases are clearly identified in the contract.
b. Phase(s) for which the execution certificate has been issued is ready for commercial use.
Ready for commercial use for the above purpose shall mean the pipeline shall be
mechanically complete in all respects i.e., Hydro-testing, EGP OR Drying OR Nitrogen
purging (if applicable) has been completed.

iii) Schedule of Rates and/or any other documents, as required, to establish diameter wise
quantities and single Stretch length.

The failure to meet the above qualifying criteria(s) will render the bid to be summarily
rejected. Therefore, the bidder shall in his own interest furnish complete documentary
evidence including certificates(s) of the work executed, to justify the qualifying criteria.

5.4.2 Documents towards Financial BQC:


Bidder shall submit Complete Audited Standalone Financial Statement (which includes
‘Balance Sheet’ and ‘Profit & Loss Account’ along-with all the Schedules, Notes referred to
therein and the Auditor’s report) of the preceding 3 (Three) financial years to substantiate
the Financial BQC.
In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a single
consolidated annual financial year statements is prepared and audited which includes the
financial details of their wholly owned subsidiaries, consolidated audited annual financial
year statements shall be considered for establishing the financial criteria subject to
Statutory Auditor/ CEO/ CFO/ Company Secretary or any member of the Board of Directors
of the bidder certifying that standalone Financial Statements of bidder (without the financial
data of subsidiaries, etc.) is not separately prepared and audited.
Further, in case a bidder is a Subsidiary Company and separate Financial Statements of
the Bidder is not prepared & audited, but only a consolidated audited Financial Statements
of their Parent Company/Holding Company are available, consolidated audited Financial
Statement shall be considered for establishing the financial criteria subject to Statutory
Auditor/ CEO/ CFO/ Company Secretary or any member of the Board of Directors of the
Parent/Holding company (whose Audited Financial Statements are submitted for

Page 8 of 24

Page 20 of 4779
qualification) certifying in their letterhead that Financial Statements of Bidder are not
separately prepared and audited.
In case of a foreign subsidiary company who does not publish its financial results but has
only a consolidated annual report, then the consolidated annual report shall be considered
for evaluation provided the statutory auditor/chartered accountant certifies that separate
annual report of the bidder (without the financial data of subsidiaries) is not prepared and
audited and as per the laws of the country of incorporation of the subsidiary company, the
parent company is obligated to financially support the subsidiary, in case of the subsidiary’s
inability to discharge its obligations.
Further, Bidding company which is a wholly owned subsidiary of a foreign or Indian
company can be qualified based on the financials of its parent company provided the parent
company declares under a memorandum of understanding with the Indian subsidiary
(bidding company) that it would be jointly and severally responsible for all the jobs being
carried out by the bidding company.
In case the financial year closing date is within 9 months of final bid due date and audited
annual report of immediate preceding financial year is not available, Bidder has the option
to submit the financial details of the three previous years immediately prior to the last
financial year. Otherwise, it is compulsory to submit the financial details of the immediate
three preceding financial years.
For example, in case audited annual report of immediate preceding financial year (year
ending 31st March) is not available and where bid closing date is up to 31stDecember, the
financial details of the three previous years immediately prior to the last financial year may
be submitted. However, in case the bid closing date is after 31st December, it is compulsory
to submit the financial details of the immediate three preceding financial years only.

Note:
For meeting the Financial Criteria, bidders shall be required to submit the Audited
Annual Reports / Financial Statements of the Company as per the provision
mentioned above, duly audited and issued till the final bid due date. Bidder shall be
evaluated based on the Financial Statements of the Company submitted in the bid.

5.4.3 Failure to meet the above Qualification Criteria will render the Bid to be summarily rejected.
Therefore, the bidder shall in his own interest furnish complete documentary evidence in
the first instance itself along with their bids, in support of their fulfilling the Qualification
Criteria as given above.

5.4.4 Eligibility and Conditions:


The subject enquiry is issued on domestic basis. Hence, as per “Public Procurement
(Preference to Make in India) (PPP-MII) Order, 2017” revised and issued by DPllT vide
Order no. P-45021/2/2017-PP-(BE) dated 16.09.2020, only Class-I local supplier and
Class-II local supplier (for definition, refer order) shall be eligible to bid. However, Purchase
preference shall be applicable for Class I Local supplier.

5.4.5 Bidders are required to submit all such past experience (s) (PTR) meeting the BQC
along with relevant supporting documents in the first instance itself, along with the
bid. Accordingly, only such past experience (s) shall be considered for qualification,
details of which are provided in the bid by the bidder and subsequently no additional
past experience (PTR) shall be sought from the Bidder.

5.4.6 Bidder shall ensure that any certificate / reports issued / attested by a practicing chartered
accountant in India and submitted in the bid shall mandatorily include the UDIN number.
Certificate / reports issued / attested without UDIN number of practicing Chartered
accountant in India shall not be considered for evaluation.

Page 9 of 24

Page 21 of 4779
5.4.7 Authentication of Bidder’s BQC documents
a) It is Bidder’s prime responsibility to submit genuine and authentic documents. No
amount of checking or verification by EIL/BPCL shall absolve Bidder from his
responsibility.
b) All supporting documents, pertaining to “Bidder’s Qualification Criteria (Technical as
well as Financial)” including MSE certificateshall be duly verified and certified by TPIA
which is registered under “NABCB accredited bodies as per requirement of
ISO/IEC17020 as Type A” in QCI NABCB
websitehttp://nabcb.qci.org.in/accreditation/reg_bod_inspection_bodies.php
as on date of verification of documents and shall be submitted along with the unpriced
bid.Valid accreditation certificate of the TPI under “NABCB accredited bodies as per
requirement of ISO/IEC 17020 as Type A” in QCI’s NABCB website, should also be
furnished by the bidder.
c) All charges of the Third Party Verification shall be borne by the Bidders.
d) In case of BPCL/EIL work order, P.O, certification by TPIA is not mandatory (for
documents pertaining to technical criteria).
e) BPCL/EIL reserves the right to accept / reject any or all bid- qualification documents
at their sole discretion without assigning any reason whatsoever.
f) BPCL/EIL, at its discretion reserves the right to verify information submitted and
inspect the facilities at party’s work to confirm their capabilities. BPCL/EIL also
reserves the right to independently assess the capability and capacity of the bidder
for execution of the project.

g) Submission of Original TPIA Verified Documents:


Hard copies of the TPIA certificate and its supporting documents as mentioned above
with original stamp certified with comment ‘Verified from Originals’, shall be
submitted only by the L1 bidder(s) (on whom the award of job is proposed) to EIL
Office (address is mentioned at sl.no. 4.0 above).

5.4.8 Language of Documents:


In case any of the supporting documents (either technical or financial) are not in English
language, then the English translation copy of the same shall also be furnished duly
certified, stamped and signed by local Chamber of Commerce or Indian embassy in their
country or their embassy in India.

5.4.9 Verification of BQC documents:


a) Bidders to note that verification of BQC credentials shall be taken up with issuing
Authorities for L1 Bidder. The verification procedure would be initiated immediately
upon establishing L1.
b) This may be carried out by EIL through e-mail / letter or visit. Bidder shall provide
complete assistance towards the same. It shall also be the responsibility of the bidder
to assist EIL in carrying out this exercise.
Accordingly, bidder shall ensure that bidder shall submit those executed works
meeting the qualification criteria for which they can arrange such verification from their
respective Clients/issuing authorities.
c) Project progress shall continue including releasing the LOA / PO. However, first
payment to the Bidder shall be released only on completion of verification.
d) Failure of cross verification shall entitle EIL/BPCL to reject the bid or terminate the
Purchase Order / Contract, if issued.
e) In case the BQC documents have already been verified by EIL for any other enquiry/
tender for this specific Project of BPCL, the same may also be considered verified on
Page 10 of 24

Page 22 of 4779
strength of previous verification and accepted by EIL. However, in such case, bidder
shall indicate in their bid that PTR documents submitted in this bid has already been
verified by EIL from Bidder’s Client in tender no.__________________ for Project.
f) In case bidder’s supporting documents are not in English language and bidder also
submits duly certified translated documents, verification from document issuing
authority shall be carried out only for the original documents issued by the Client.

6.0 EVALUATION METHODOLOGY:


Refer Appendix – V to this IFB.

7.0 PRE-BID MEETING


7.1. Bidders are requested to attend a pre-bid meeting as per the date and information
mentioned in Cl. 4.0 above.
7.2. The bidder may send their queries, if any, on Bidding Document by e-mail
[email protected]/[email protected] / [email protected] ; to reach EIL
by the cut-off date specified in the NIT after which BPCL/EIL shall reserve the right not to
entertain any queries. The queries received within cut-off date shall be replied during the
Pre-bid meeting. The queries raised (without identifying the sources of the query) and the
responses given will be transmitted to all who have been provided access to the Bidding
Documents.
7.3. Bidder to ensure that authorized representatives attending the pre-bid meeting should be
competent to discuss and conclude the technical and commercial issues, so that they are
able to submit a ‘Zero Deviation Bid’.
7.4. Bidders are requested to bring their qualification documents for review and get their
qualification status evaluated so that on submission of these documents in the bid, faster
processing of the tender is facilitated.
7.5. Bidder should clearly understand the requirement of submission of documents / data along
with the bid during pre-bid meeting itself so that bids received are in compliant with
requirement of Bidding Document / RFQ.
7.6. It is to be noted that if bidders fail to attend the pre-bid meeting and submit their bid, they
shall be considered for evaluation in the same manner if their bid is acceptable and their
offer is in line with the bid requirement. Non-attendance of the pre-bid meeting will not be a
cause for disqualification of a bidder.
8.0 INTEGRITY PACT:
8.1. Proforma of Integrity Pact (IP) attached with the bidding document shall be returned by the
Bidder along with the bid, duly signed by the same signatory who is authorized to sign the
bid. All the pages of the Integrity Pact shall be duly signed. However, if IP is not submitted
along with the bid, the same shall be asked in CQ, if raised. Bidder’s failure to submit the
IP duly signed shall lead to rejection of offer
8.2. If the Bidder has been disqualified from the tender process prior to the award of the contract
in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand
and recover from Bidder, Liquidated Damages amount by forfeiting the EMD/Bid Security
as per provisions of the Integrity Pact.
8.3. If the contract/PO has been terminated according to the provisions of the Integrity Pact, or
if BPCL is entitled to terminate the contract/PO according to the provisions of the Integrity
Pact, BPCL shall be entitled to demand and recover from Contractor Liquidated Damages
amount by forfeiting the Security Deposit/Performance Bank Guarantee as per provisions
of the Integrity Pact.
8.4. The bidder confirms that all declarations made in this Integrity Pact are true and correct. In
case of any declaration turning out to be false, the bidder shall not be allowed to take the
defence that the correct declaration is given elsewhere in the offer. For example, any and
all cases of transgression as defined in the Integrity Pact must be reflected in the Integrity
Pact itself or attached as an appendix to the Integrity Pact with a corresponding reference

Page 11 of 24

Page 23 of 4779
marked in the transgression provision in the Integrity Pact so that Integrity Pact remains a
single and unified document with regard to the objective of Integrity Pact.

In this regard, bidder shall submit an affidavit (on non-judicial stamp paper of Rs. 100 in
case of Indian bidders duly notarized) towards transgression in terms of Integrity Pact. Non-
submission of same shall lead to rejection of the offer.

8.5. In case of partnership firm, Integrity Pact must be signed by all partners.

8.6. In case Bidder engages Sub-contractor, than Integrity Pact shall also be signed by that Sub-
Contractor and shall be submitted in the bid. However, affidavit for transgression shall be
submitted by the Principal Bidder only, including the confirmation of transgression status of
sub-Contractor as per Format enclosed in Bidding document.

8.7. In case bidder engages sub-Contactor(s) after award of work, then Integrity Pact shall also
be signed by the sub -Contractor(s).

8.8. Bidders may raise disputes/complaints, if any, with the Independent External Monitor, as
nominated from time to time.

9.0 EARNEST MONEY DEPOSIT (EMD):


9.1. Bids must be accompanied with Earnest Money Deposit / Bid Security as mentioned above.
Bids not accompanied with requisite Earnest Money deposit / Bid Security shall be
considered as non-responsive and such Bids shall be summarily rejected.
9.2. EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand
Draft or in the form of a Bank Guarantee in the prescribed pro-forma enclosed as
APPENDIX-I to this IFB, from Scheduled Commercial banks in India/ Indian Branch of
Foreign Bank recognized as scheduled bank by RBI or Electronic Fund Transfer made to
BPCL account. The B.G. shall be valid for a period of 6 months from the final Bid due date.
9.3. Bidder shall upload the scanned copy of EMD / Proof of Electronic Fund Transfer to BPCL
on e-Tendering website along with the e-bid. SWIFT payment acknowledgement
message/ Cheque/ Cash shall not be acceptable. In case bidder fails to upload scanned
copy of EMD on e-tendering website by the bid due date & time, such bid shall not be
considered for evaluation.
If the Bidder is unable to submit EMD in original within the due date and time for Bid
submission, bidder may submit the original EMD within 5 calendar days from the date of
un-priced bid opening, provided copy of the same have been uploaded on E-Tendering
website. In case the Bidder fails to submit the same in original within 5 calendar days, the
bid shall be rejected, irrespective of bidder status / ranking in tender and notwithstanding
the fact that a copy of EMD was earlier uploaded by the Bidder. The date of issuance of
EMD shall be on or before the final due date of bid submission.
9.4. In case the bidder opts for electronic fund transfer in lieu of EMD, the bidder shall upload
the proof of electronic fund transfer to BPCL account for the amount of EMD as per the
bidding document along with Bank Commission Charges, if any, before the due date and
time of submission of un-priced bid along with the bank mandate form duly certified by
bidder’s banker from where the electronic fund transfer has been executed. Such bids shall
be opened on the bid due date and the scanned copy of proof of fund transfer and bank
mandate form uploaded by the bidder shall be forwarded to BPCL for confirmation.
However, such bids shall be considered for further evaluation only on receipt of confirmation
of receipt of funds by BPCL. If the same is not received within 7 days of the bid due date,
such bids are liable to be rejected.

Page 12 of 24

Page 24 of 4779
BPCL’s Bank Account details are as under:

Name of Bank :ICICI Bank


Branch :Mumbai Churghgate
BPCL'S Customer ID: 8PCL583493800
Account no. :
IFSC Code :ICIC0000393

9.5. If the Bidder, after submission, revokes the bid or modifies the terms and conditions thereof
during the validity of bid except where BPCL/EIL has given opportunity to do so, the earnest
money shall be liable to be forfeited. BPCL/EIL may at any time cancel or withdraw the
Invitation to Bid without assigning any reason and in such cases the earnest money
submitted by Bidder will be returned to him.
9.6. EIL/ BPCL shall return EMD to unsuccessful Bidders if it is submitted in the form of BG.
BPCL shall return the EMD submitted in the form of DD / Electronic Funds Transfer directly
to unsuccessful Bidders. In the case of successful Bidder, the EMD shall be returned to
them after the order / contract is effective and Contract Performance Bank Guarantees
submitted as per tender conditions. No interest shall be payable by BPCL on the EMD at
the time of returning the same.
9.7. Exemption of EMD:
EMD exemption shall be applicable for Micro and Small Enterprises (MSEs) as per
applicable Govt. guidelines.

On opening the un-priced bid, the MSE certificate (Udyam Registration Certificate) may
be verified for registration on Govt. websites. If the bidder meets this requirement, their bid
will be processed further. If not, the bidder will be asked to submit EMD. In case the bidder
does not submit the EMD within 7 calendar days of EIL intimation, then their bid shall be
rejected.
The MSE certificate (Udyam Registration Certificate) shall be valid as on date of opening
of un-priced bid.
The above document submitted by the bidder shall be duly certified (in original) by a
practicing Chartered Accountant (not being an employee or a Director or not having any
interest in the bidder’s company/firm) where audited accounts are not mandatory as per law
or duly notarized by any Notary Public in the bidder’s country.
If the bidder does not provide the appropriate document or any evidence to substantiate the
above, then it will be presumed that they do not qualify for any preference admissible in the
Public Procurement Policy, 2012.
9.8. There will be no waiver of EMD for Public sector undertakings of central / state Government
undertakings.

10.0 OTHER POINTS:

10.1. Zero Deviation Bidding


This Enquiry has been issued on zero deviation basis. Accordingly, bid to be submitted on
zero deviation basis and in strict compliance with the terms & conditions, scope,
specifications and other stipulations contained in the enquiry and without any deviations.

10.2. POWER OF ATTORNEY:

Bidder shall be required to submit the Power of Attorney in the name of authorized signatory
signing the bid. However, in case of General Power of Attorney, photocopy duly notarized /
signed by CEO/ CFO/ Company Secretary or any member of the Board of Directors shall
be submitted.

Page 13 of 24

Page 25 of 4779
10.3. Bid should be valid for 04 (Four) months from the date of Unpriced bid opening.
10.4. Documentation for MSE Bidder:
MSE bidder shall submit Udyam Registration Certificate for the purpose of availing
various benefits defined for MSEs in the Bidding Document. No other documents like NSIC,
UAM, EM-Part-II shall be considered.
However, any further Govt. guidelines in this regard shall prevail.
11.0 GENERAL
11.1. Unincorporated Joint Venture (JV) / Consortium Bids shall not be accepted.
11.2. Procurement from a Bidder from a Country Sharing Land Border with India
11.2.1. Department of Expenditure (Ministry of Finance) of Government of India through OM no.
6/18/2019-PPD dated 23.07.2020 & 24.07.2020 (Public procurement no. 1, 2 & 3) has
issued the guidelines regarding procurement from bidders from a country or countries
sharing Border with India. These guidelines are available on the website of DoE
(https://doe.gov.in/).
11.2.2. Any bidder from a country which shares a land border with India will be eligible to bid in any
procurement whether of goods, services (including consultancy services and non-
consultancy services) or works (including turnkey projects) only if the bidder is registered
with the Competent Authority specified in Annexure-I of the DoE OM dated 23.07.2020
(Public procurement no. 1).
However, above shall not be applicable to the bidders from those countries (even if sharing
a land border with India) to which the Government of India has extended lines of credit or
in which the Government of India is engaged in development projects.

11.2.3. “Bidder" (including the term 'tenderer', 'consultant' or 'service provider' in certain contexts)
means any person or firm or company, including any member of a consortium or joint
venture (that is an association of several persons, or firms or companies), every artificial
juridical person not falling in any of the descriptions of bidders stated herein before,
including any agency branch or office controlled by such person, participating in a
procurement process.
11.2.4. "Bidder from a country which shares a land border with India" for the purpose of this Order
means: -
i) An entity incorporated, established or registered in such a country; or
ii) A subsidiary of an entity incorporated, established or registered in such a
country; or
iii) An entity substantially controlled through entities incorporated, established or
registered in such a country; or
iv) An entity whose beneficial owner is situated in such a country; or
v) An Indian (or other) agent of such an entity; or
vi) A natural person who is a citizen of such a country; or
vii) A consortium or joint venture where any member of the consortium or joint
venture falls under any of the above
11.2.5. The beneficial owner for the purpose of (11.2.4) above will be as under:
i) In case of a company or Limited Liability Partnership, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more
juridical person, has a controlling ownership interest or who exercises control through
other means.
Explanation—
a) "Controlling ownership interest" means ownership of or entitlement to more than
twenty-five per cent of shares or capital or profits of the company;
Page 14 of 24

Page 26 of 4779
b) "Control" shall include the right to appoint majority of the directors or to control
the management or policy decisions including by virtue of their shareholding or
management rights or shareholders agreements or voting agreements;
ii) In case of a partnership firm, the beneficial owner is the natural person(s) who,
whether acting alone or together, or through one or more juridical person, has
ownership of entitlement to more than fifteen percent of capital or profits of the
partnership;
iii) In case of an unincorporated association or body of individuals, the beneficial owner
is the natural person(s), who, whether acting alone or together, or through one or
more juridical person, has ownership of or entitlement to more than fifteen percent of
the property or capital or profits of such association or body of individuals;
iv) Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official;
v) In case of a trust, the identification of beneficial owner(s) shall include identification of
the author of the trust, the trustee, the beneficiaries with fifteen percent or more
interest in the trust and any other natural person exercising ultimate effective control
over the trust through a chain of control or ownership.
11.2.6. An Agent is a person employed to do any act for another, or to represent another in
dealings with third person.
11.2.7. Bidders shall submit a certificate of compliance in the enclosed Appendix-III to this IFB.
This certificate shall be on the company’s letter head and shall be duly signed & stamped
by the authorized signatory of the bidder.

In case at any stage, if it is found the above certification given by the bidder is false, their
bid shall be rejected and shall be liable for other actions like placement on suspension/
banning or forfeiture of EMD. However, if this is found after order placement, this would be
a ground for immediate termination and further legal actions in accordance with law/
provision of bidding document including suspension/ banning and encashment of CPBG.

11.2.8. In addition to above, such bidders (falling under the clause 11.2.1 to 11.2.6 above) shall
also be required to submit evidence of registration with competent authority. In case of non-
submission of required evidence of registration or in valid registration, bid shall be rejected.
11.2.9. In respect of tenders, registration shall be valid at the time of submission of bids and at the
time of acceptance of bids/ order/ LOA placement. In respect of supply otherwise than by
tender, registration should be valid at the time of placement of order. If the bidder was validly
registered at the time of acceptance / placement of order, registration shall not be a relevant
consideration during contract execution.
11.2.10. Provision for Sub-Contracting in Works Contracts:
11.2.11. In works contracts, including turnkey contracts, contractors shall not be allowed to sub-
contract works to any contractor from a country which shares a land border with India unless
such contractor is registered with the competent authority. The definition of “contractor from
a country which shares a land border with India” shall be as per clause 11.2.4 above.
Bidders shall be required to submit a certificate in the enclosed Appendix-IV to this IFB.
11.3. EIL/BPCL reserves the right to evaluate the Bids using in-house information.

11.4. Bidder should not be under liquidation, court receivership or similar proceedings. Bidder
shall submit an undertaking in Company’s letterhead as per the format enclosed in the
bidding document [refer proposal Form-B in this regard].

Page 15 of 24

Page 27 of 4779
11.5. The bidders who are on Holiday/Negative list of BPCL or EIL on final due date of submission
of bid/date of unpriced bid opening/ during the process of evaluation of the bids, the offers
of such bidders shall not be considered for bid opening/evaluation/Award. If a supplier / an
agency is placed on holiday/ negative list/suspension/ banning after opening of unpriced
bids but before opening of priced bids, further evaluation shall be stopped and the
corresponding priced bid will not be opened.
Similarly, if a bidder is qualified based on engaging a sub-contractor/ sub-vendor who meets
stipulated qualification criteria, in case such a sub-contractor is on Holiday/ Negative
list/suspension/banning of EIL/BPCL on due date of submission of bid / during the process
of evaluation of the bids, the offer of such a bidder shall not be considered for bid
opening/evaluation/Award.
If a supplier/ an agency is placed on holiday/ negative list/suspension/banning list of
EIL/BPCL after opening of priced bids and such a supplier/ agency happens to be the lowest
bidder, the enquiry shall be refloated for the items/ parts for which the bidder is lowest.

11.6. In addition to above, bidders shall submit a declaration of Holiday Listing order issued by
BPCL / MOPNG debarring bidder to carrying on business dealings with BPCL/ MOPNG as
per the Format available under BPCL HOLIDAY LISTING POLICY FOR VENDORS -NOV
2022.
Further, any wrong declaration in respect of holiday listing shall render the vendor liable for
action under the holiday listing policy of BPCL/EIL.

11.7. BPCL / EIL shall not be responsible or liable for cost incurred in preparation, submission &
delivery of Bids, site visit, participating in discussions and other expenses incurred during
the Bidding process, regardless of the conduct or outcome of the Bidding process.

11.8. In case, any Bidder is found to be involved in cartel formation, their Bid shall not be
considered for evaluation/placement of order. Such Bidder shall be put on Holiday /
blacklisted / debarred from Bidding in future for BPCL/EIL.

11.9. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.

11.10. BPCL reserves the right to conduct price negotiation with L1 bidder.

11.11. EIL/BPCL reserves the right to reject any/or all the Bids received or annul the Bidding
process at any time at their sole discretion without assigning any reason thereof.

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

11.13. Policy for providing Preference to Domestically Manufactured Iron & Steel Products in
Government Procurement (DMI&SP) shall be applicable.

11.14. No BQC relaxation is applicable for Start-ups and MSE bidders.

11.15. For terms and conditions and other details/Specifications, refer complete Bidding document
and subsequent Amendment(s), if any.

Page 16 of 24

Page 28 of 4779
11.16. Clarification, if any, can be obtained from Mr. Prashant Sapkale /Ms. Sunita Mitra / Mr.
Manoj Kumar through following number.
Telephone No. +91-11-2676 3499/3169/3504 E-mail: [email protected];
[email protected]; [email protected]
This is not an Order.

For & on behalf of BPCL


(Authorized Signatory)

Name: Sunita Mitra


Designation: Sr. GM (SCM-C&P)
E-mail: [email protected]

Page 17 of 24

Page 29 of 4779
APPENDIX-I TO IFB

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (EMD)

(On non-judicial paper of Rs.100)

To
Bharat Petroleum Corporation Ltd.
Dear Sirs,

M/s._______________________________________________have taken tender for the


Work_______________________Bidding Document No/ PO No. for Bharat Petroleum
Corporation Ltd.
The tender Conditions of Contract provide that the Contractor shall pay a sum of Rs.
(Rupees ) as earnest money/security deposit in the form
therein mentioned. The form of payment of earnest money/security deposit includes guarantee
executed by Scheduled Bank, undertaking full responsibility to indemnify Bharat Petroleum
Corporation Ltd. in case of default.

The said________________have approached us and at their request and in consideration of


the premises we having our office at have
agreed to give such guarantee as hereinafter mentioned.

1. We hereby undertake and


agree with you that if default shall be made by M/s.__________in performing any of the
terms and conditions of the tender or in payment of any money payable to Bharat
Petroleum Corporation Ltd. We shall on demand pay to you in such matter as to you may
direct the said amount of Rupees only or
such portion thereof not exceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without effecting this guarantee
postpones for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said and to enforce or to for bear from
endorsing any power of rights or by reason of time being given to the said which under
law relating to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of Rs.____________


(Rupees_____________________________________________________) from us in
manner aforesaid will not be affected or suspended by reason of the fact that any dispute
or disputes have been raised by the said M/s.____________________and/or that any
dispute or disputes are pending before any officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the
said______________________but shall in all respects and for all purposes be binding
operative units payment of all money due to you in respect of such liabilities is paid.
5. Our liability under this guarantee is restricted to Rupees __________________
Our guarantees shall remain in force until_________________ unless a suit
or action to enforce a claim under___________________ Guarantee is
filed against us within six months
from______________________ (which is date of expiry of guarantee) all our
Page 18 of 24

Page 30 of 4779
rights under the said guarantee shall be forfeited and shall be relieved and discharged
from all liabilities there under.

6. We have power to issue this guarantee in your favour under Memorandum and Articles
of Association and the undersigned has full power to do under the Power of Attorney
dated granted to him by the Bank.

Yours faithfully

Bank by its Constituted Attorney Signature of a person duly authorized to sign on behalf of the
bank.

Page 19 of 24

Page 31 of 4779
APPENDIX – II to IFB

(To be declared by the Bank on their Letter Head)


DECLARATION FOR AVAILABILITY OF UNUTILIZED LINE OF CREDIT

‘M/s Bharat Petroleum Corporation Limited (BPCL)/ Engineers India Limited (EIL)
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
WORKS: PIPELINE LAYING AND HDD WORKS

Ref:_____________ Date:
_________

We ________________________<Insert Name of Bank>, a Bank, having its registered office


at _____________________________________________________<Insert full address of
the Bank with Country Name> and Branch at _________________________________ <Insert
full of Branch address with Country Name, in case different from registered office >, hereby
confirm that the Company M/s ___________________________<Insert Company Name in
favour of whom Declaration being issued>, having its registered office at
________________________________________________<Insert full address of Company
with Country Name> and their working Office address at
_________________________________ <Insert full working office address with Country
Name, in case different from registered office >, is having Bank account with our Bank.

The credit limits of the Company as on ________ <Insert any Date between the date of
Enquiry and final Bid Due Date>are as follows:

Fund Based Line of Credit (towards Amount in INR


Working Capital like CC Limit)
Sanctioned Line of Credit
Utilized Line of Credit
Balance Line of Credit

The Bank further hereby declare [Bank to specify as applicable]:


(a) that we are a Scheduled Commercial Bankin India having Net Worth more than INR 100
Crores(or equivalent USD) as per our latest audited financial statements.

Yours Faithfully,

Signature
Name:
Designation:
E-mail ID:
Mobile number

Page 20 of 24

Page 32 of 4779
APPENDIX-III TO IFB

BIDDER’S UNDERTAKING
(On Company’s Letter Head)
To,
M/s Bharat Petroleum Corporation Limited (BPCL)/ Engineers India Limited (EIL)
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
WORKS: PIPELINE LAYING AND HDD WORKS

"I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India enclosed in the subject tender; I hereby certify that this bidder
___________________ (name of the bidder) is:
i) Not from such a country and is eligible to be considered. : Yes / No (*)
ii) - If from such country, has been registered with the Competent Authority : Yes / No (*)
iii) If from such country, valid registration certificate from the competent : Yes / No (*)
authority have been submitted in the bid.
I hereby certify that the bidder fulfills all requirements in this regard and eligible to be
considered.
(*) Tick Yes or No, whichever is applicable

Place : Signature (#):


Date : Name :
Designation :
Seal :
(#) Undertaking shall be signed by the authorized signatory of the bidder.

Page 21 of 24

Page 33 of 4779
APPENDIX-IV TO IFB
(On Company’s Letter Head)

CERTIFICATE FOR WORKS INVOLVING POSSIBILITY OF SUB-CONTRACTING

To,
M/s Bharat Petroleum Corporation Limited (BPCL)/ Engineers India Limited (EIL)
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
WORKS: PIPELINE LAYING AND HDD WORKS

Dear Sir
"I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India enclosed in the subject tender and on sub-contracting to
contractors from such countries; I hereby certify that this bidder ___________________ (name
of the bidder) is:
i) Not from such a country : Yes / No (*)
ii) If from such country, has been registered with the Competent Authority : Yes / No (*)
If from such country, valid registration certificate from the competent : Yes / No (*)
authority have been submitted in the bid.

I further certify that the bidder will not sub-contract any work to a contractor from such countries
unless such contractor is registered with the Competent Authority.
I further hereby certify that the bidder fulfills all requirements in this regard and is eligible to be
considered.
(*) Tick Yes or No, whichever is applicable

Place : Signature (#):


Date : Name :
Designation:
Seal

Page 22 of 24

Page 34 of 4779
APPENDIX-V TO IFB

1 EVALUATION METHODOLOGY
1.1 Evaluation/ordering shall be carried out on Part basis. (as detailed below):
PARTA
Full quantities indicated against SOR 1 shall be grouped together and awarded to a single
bidder.
PARTB
Full quantities indicated against SOR 2 shall be grouped together and awarded to a single
bidder.
PARTC
Full quantities indicated against SOR 3 shall be grouped together and awarded to a single
bidder.
PART D
Full quantities indicated against SOR 4 shall be grouped together and awarded to a single
bidder.
1.2 Techno commercial Evaluation shall be done taking following into consideration:
• Bidder’s Experience Qualification
• Bidder’s Financial Qualification
1.2.1 Bidder’s Experience Qualification
Qualification of Bidder for laying works shall be established based on criteria specified in
the IFB. Quoted price for those Parts for which Bidder gets qualified shall be taken up for
Price Bid Opening.
1.2.2 Bidder’s Financial Qualification
Qualification of Bidder for laying works shall be established based on criteria specified in
the IFB. Quoted price for those Parts for which Bidder gets qualified shall be taken up for
Price Bid Opening.

1.3 The priced bids for the Techno–Commercially acceptable bidders shall be opened by
BPCL/EIL considered for evaluation.
1.4 Output GST and GST Compensation cess (if applicable) shall be considered for evaluation.
1.5 In case a bidder quotes for more than one Part and is qualified for the quoted Parts
individually but is not qualified for the combinations of the Parts together on cumulative
basis, bid shall be opened in the following order of precedence:

Part Order of precedence


A 1st
D 2nd
B 3rd
C 4th

Page 23 of 24

Page 35 of 4779
1.6 Public Procurement Policy on Procurement of Goods and services from Micro and Small
Enterprises (MSEs) Order 2012 shall not be applicable for this tender.
1.7 Purchase Preference (linked with local content) as per “Public Procurement (Preference to
Make in India) (PPP-MII) Order, 2017” revised and issued by DPllT vide Order no. P-
45021/2/2017-PP-(BE) dated 16.09.2020 for Class-I Local suppliers is applicable as per
provisions of bidding document.
For Methodology and other details, refer Appendix-I to ITB
2 PLACEMENT OF ORDERS
2.1 Order shall be placed for full quantity against each individual Part on L1 basis, considering
Bidder’s Financial Qualification.
2.2 All Parts (i.e., A, B, C& D) can be awarded to a single Bidder. In case a Bidder is
qualified on cumulative basis for combination of all parts, In this case, a single order
shall be placed. However, all terms & conditions including Delivery Schedule
specified in IFB, Price Reduction for delay, submission of CPBG, Defect Liability
Period and all other liabilities etc. shall be implemented separately and
independently for each Part.

Page 24 of 24

Page 36 of 4779
BIDDING DOC NO.: SM/B414-000-MK-T-9510/12

NAME OF WORKS: PIPELINE LAYING AND HDD WORKS FOR KRISHNAPATNAM-


HYDERABAD MULTI PRODUCT PIPELINE (KHPL) OF M/s BPCL

BID DATA SHEET (BDS)

S.NO. Content Applicability

1. Completion Period Refer Annexure I to SCC.

2. Payment Terms Refer Annexure II to SCC.

3. EMD Shall be as per clause no 4 g) & 9.0 of IFB.

4. Bidder Qualification Criteria Shall be as per clause no 5.0 of IFB.


(BQC)

5. Reverse Auction (RA) Not Applicable

6. Address for Original Ms. Sunita Mitra, SGM (SCM)


documentation wherever
EIB-1st, Engineers India Limited
applicable as per bidding
document. 1, Bhikaiji Cama Place,
New Delhi – 110066
INDIA
[email protected]/[email protected]
[email protected]
Ph: 011 2676 3452 / 3169 / 3504
7. Bid Validity 04 (Four) months from the date of unpriced Bid Opening.

8. Documentation required Shall be as per Clause 5.4 of IFB & clause no 10.0 of ITB.

9. Integrity Pact Applicable


Applicable
10. Power of attorney

Page 1 of 1

Page 37 of 4779
PROFORMA FOR ACKNOWLEDGEMENT LETTER

E-MAIL # : [email protected] , [email protected]; [email protected]


(PLEASE E-MAIL TO EIL WITHIN THREE DAYS ON RECEIPT OF BIDDING DOCUMENT)

Sr. GM (SCM)
EIB-1st Floor,
Engineers India Limited,
1, Bhikaji Cama Place,
New Delhi - 110066

Kind Attention : Ms. Sunita Mitra


Bidding Document No. : SM/B414-000-MK-T-9510/12

Name of Work : PIPELINE LAYING AND HDD WORKS


Due Date : 02.05.2023 up to 1200 Hrs. (IST)

Client : BHARAT PETROLEUM CORPORATION LTD. (BPCL)

Project : KRISHNAPATNAM-HYDERABAD MULTI PRODUCT


PIPELINE (KHPL) OF M/s BPCL

Dear Sirs,
We acknowledge with thanks receipt of your above cited Bidding Document along with enclosures.
We undertake that the contents of the above Bidding Document shall be kept confidential including all
the drawings, specifications and documents and the said documents shall be used only for the
purpose, for which they are intended.

Further, our response is as under:- (Bidders to put a tick , as applicable).


1. We will submit the bid within due date for Part A, Part B, Part C & Part D.

1 Part A
2 Part B
2 Part C
3 Part D

2. We regret to submit our offer/quote because of the following reasons:


a. _____________________________________________________
b. _____________________________________________________
Thanking you,
Very truly yours,
Name of Bidder :

Contact Person :

Contact Person Mobile No :

Bidder’s Address :

Bidder’s Phone No. :

Bidder’s Fax No. :

Bidder’s E-mail :

Page 38 of 4779
(to be typed on bidder’s letter head)
COVERING LETTER FOR SUBMISSION OF OFFERS

From:
_______________________

_______________________

Our Ref: ------------------------------------------------------- dated --------------------

To
SENIOR GENERAL MANAGER (SCM),
EIB-1st Floor,
Engineers India Limited,
1, Bhikaji Cama Place,
New Delhi - 110066

SUBJECT : PIPELINE LAYING AND HDD WORKS FOR KRISHNAPATNAM-


HYDERABAD MULTI PRODUCT PIPELINE (KHPL) OF M/s BPCL
(BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12)

ATTN: Ms. Sunita Mitra, SGM (SCM)

Dear Sir,

Please find herewith our offer in line with requirement of EIL Bidding Document. We confirm that:

1. We have downloaded the full document from the website.

2. Offer is in complete compliance with technical as well as commercial requirements of bidding


document and there is no technical or commercial deviation in the offer.

3. We understand that any technical or commercial deviation in the offer shall render our offer liable
for rejection.

4. Our offer shall remain valid for 04 (Four) months from the Unpriced Bid Opening.

We declare that the statement made and the information provided in our offer is true and correct in all
respect. In case, it is found that the information/ documents provided by us are incorrect/ false, our
application shall be rejected by EIL/BPCL without any reference to us.

Thanking you,
Very Truly Yours,

(Signature of Authorised person)


Full Name :
Designation:
Company Seal :

Page 39 of 4779
KRISHNAPATNAM-HYDERABAD MULTI PRODUCT
PIPELINE (KHPL) OF M/s BPCL

INSTRUCTIONS TO BIDDERS (ITB)

Page 1 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 40 of 4779
INDEX

1. SCOPE OF BID ........................................................................................................... 3


2. ELIGIBILITY TO BID ................................................................................................. 3
3. MULTIPLE / ALTERNATIVE BIDS .............................................................................. 4
4. COST OF BIDDING .................................................................................................... 4
5. SITE VISIT................................................................................................................. 4
6. LANGUAGE OF BID .................................................................................................... 5
7. CONTENTS OF BIDDING DOCUMENT ........................................................................ 5
8. CLARIFICATION ON BIDDING DOCUMENTS............................................................. 5
9. AMENDMENT OF BIDDING DOCUMENTS .................................................................. 6
10. DOCUMENTS COMPRISING THE BID, SUBMISSION AND OPENING OF BIDS .......... 6
11. BID PRICES ............................................................................................................... 8
12. DEADLINE FOR SUBMISSION OF BID ....................................................................... 8
13. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE ................. 8
14. BID VALIDITY ........................................................................................................... 9
15. BID CURRENCY ......................................................................................................... 9
16. EARNEST MONEY DEPOSIT/BID SECURITY: ............................................................ 9
17. INTEGRITY PACT....................................................................................................... 9
18. MODIFICATION AND WITHDRAWAL OF BIDS ........................................................ 10
19. BPCL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID............................... 10
20. COMPLIANCE WITH TENDER .................................................................................. 10
21. CONFIDENTIALTY ................................................................................................... 11
22. ACKNOWLEDGEMENT .............................................................................................. 11
23. UNPRICE BID OPENING .......................................................................................... 11
24. BID REJECTION CRITERIA ...................................................................................... 11
25. OFFER WITHOUT ANY DEVIATION ......................................................................... 11
26. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS ................. 11
27. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS ........... 12
28. PRICE BID OPENING ............................................................................................... 12
29. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICED BIDS: ................ 12
30. ARITHMETIC CORRECTION .................................................................................... 12
31. PREFERENCE TO MICRO OR SMALL ENTERPRISES ................................................. 13
32. PROVISION REGARDING MAKE IN INDIA (MII) POLICY........................................ 13
33. DOMESTICALLY MANUFACTURED IRON & STEEL POLICY ...................................... 13
34. PROCUREMENT FROM A BIDDER FROM A COUNTRY SHARING LAND BORDER WITH
INDIA ...................................................................................................................... 13
35. SOCIAL MEDIA GUIDELINES................................................................................... 13
36. QUANTITY VARIATION ........................................................................................... 13
37. AWARD OF WORK ................................................................................................... 13
38. NOTIFICATION OF AWARD ..................................................................................... 13
39. CARTEL FORMATION ............................................................................................... 14
40. CONTACTING THE BPCL / BPCL’S REPRESENTATIVE ............................................. 14
41. WAIVER OR TRANSFER OF THE AGREEMENT ......................................................... 14
42. CLARIFICATION REQUEST FROM BIDDER .............................................................. 14

Page 2 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 41 of 4779
GENERAL
1. SCOPE OF BID
1.1 EIL hereinafter called "the Consultant" on behalf of the M/s BHARAT PETROLEUM
CORPORATION LIMITED (BPCL), hereinafter called "the BPCL/
Purchaser/Employer/Owner” wishes to receive bids as described in the Bidding
Documents.
1.2 Scope of Bid: The scope of work shall be as defined in the Technical specifications
included in the Bidding Document.
1.3 The successful bidder will be expected to complete the Scope of Bid within the period
stated in bidding document.
1.4 Throughout this Bidding Documents, the term “Bid” and “Tender” and their derivatives
(“Bidder/Tenderer”, “Bid/Tendered/Tender”, “Bidding/Tendering”, etc.) are synonymous,
and day means calendar day. Singular shall also means plural and vice versa.
1.5 Throughout this Bidding Documents, the term "Contract" and "Purchase Order (PO)"
are synonymous.
2. ELIGIBILITY TO BID

2.1 Eligible bidder means, a bidder meeting the BQC criteria in case of open Enquiries and
bidder to whom the enquiry has been issued in case of limited enquiries. Agents /
authorised distributors / authorised dealers / authorised supply houses can bid only if
specifically permitted in the enquiry document.
2.1.1 Pursuant to qualification criteria specified in IFB/RFQ, the bidder, along with his bid,
shall furnish all necessary supporting documentary evidence to establish the Bidder
claim of meeting qualification criteria.
2.1.2 The documentary evidence of the Bidder's qualifications to perform the contract if their
Bid are accepted, shall establish to the BPCL's/EIL's satisfaction that, the Bidder has the
financial and technical capability necessary to perform the Contract.
2.2 Consortium, Un-incorporated JVs etc. can bid only if specifically permitted in the enquiry
document.
2.3 The bidders who are on Holiday/Negative list of BPCL or EIL on due date of submission
of bid/ during the process of evaluation of the bids, the offers of such bidders shall not be
considered for bid opening/evaluation/Award. If the bidding document were issued
inadvertently/downloaded from website, offers submitted by such bidders shall also be
not considered for bid opening/evaluation/Award.
Similarly, if a bidder is qualified based on engaging a sub-contractor/ sub-vendor who
meets stipulated qualification criteria, in case such a sub-contractor is on Holiday/
Negative list/suspension/banning of EIL/BPCL on due date of submission of bid / during
the process of evaluation of the bids, the offer of such a bidder shall not be considered
for bid opening/evaluation/Award
If a supplier/ an agency is placed on holiday/ negative list/suspension/banning after
opening of priced bids and such a supplier/ agency happens to be the lowest bidder, the
enquiry shall be re-floated for the items/ parts for which the bidder is lowest.
In addition to above, bidders shall submit a declaration of Holiday Listing order issued by
BPCL / MOPNG debarring bidder to carrying on business dealings with BPCL/ MOPNG
as per the Format available under BPCL HOLIDAY LISTING POLICY FOR VENDORS -
NOV 2022 (Refer Annexure-V to ITB)
Further, any wrong declaration in respect of holiday listing shall render the vendor liable
for action under the holiday listing policy of BPCL/EIL.

2.4 A bidder shall not be affiliated with a firm or entity:


Page 3 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 42 of 4779
i) that has provided consulting services related to the work to the BPCL during the
preparatory stages of the works or of the project of which the works form a part, or
ii) that has been hired by the BPCL as Engineer/Consultant for the contract.
3. MULTIPLE / ALTERNATIVE BIDS
3.1 A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either
directly (as a single bidder) or indirectly (as a sub-contractor) failing which following
actions shall be initiated:
(a) All bids submitted by such bidder (say ‘A’) as a single bidder or as a consortium,
shall stand rejected and Bid Security/EMD, if any, in case of all such bids
submitted by bidder ‘A’ shall be forfeited also action shall be taken as per
EIL/BPCL’s Banning Policy.
(b) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then
bidder ‘B’’s bid shall also be rejected. However, in case the bidder ‘B’ has also
proposed an alternative sub-contractor who is other than the bidder ‘A’, then
bidder ‘B’’s bid shall be evaluated with the proposed alternative sub-contractor
only. Hence, every bidder shall ensure in his own interest that his proposed sub-
contractor is not submitting alternative/ multiple bids.
Note: However, in case EIL has proposed a list of sub-contractors/ sub-vendors
in the enquiry document itself which shall be common for all the bidders, the
provision at (b) above shall not be applicable as long as only the sub-contractors/
sub-vendors are common in case of various bidders.
Alternative priced bids are not acceptable. A bidder who submits alternative bids
will cause all alternative bids to be disqualified.
4. COST OF BIDDING
4.1 The Bidder shall bear all costs associated with the preparation and submission of the
Bid, and BPCL / EIL, will in no case be responsible or liable for this cost, regardless of
the conduct or outcome of the Bidding process.
5. SITE VISIT
5.1 Bidder is advised to visit and examine the site, its surroundings and familiarise himself
with the existing facilities and environment, and collect all other information which he
may require for preparing and submitting the bid and entering into the Contract. Claims
and objections due to ignorance of existing conditions or inadequacy of information will
not be considered after submission of the Bid and during implementation.
5.2 Bidders to note that site visit from 17 Apr 2023 to 19 Apr 2023 will start from
Krishnapatnam to Hyderabad. BPCL officials mentioned at 5.4 may be contacted for
coordination with regard to site visit.
5.3 Any loss to the property / life of the bidder/ bidder’s representative due to bidder/
bidder’s representative negligence shall be the Bidder’s responsibility. Bidder shall keep
BPCL / EIL indemnified from any legal consequences arising there from.
5.4 Bidder may contact the following person for site visit purpose:
Shri Vara Prasad Palli
Project Manager (KHPL), Pipelines
House No. 264/A/1, First Floor,
Above Canara Bank, Road No. 10,
Jubilee Hills, Hyderabad - 500033
Email id : [email protected]
Mobile : 9414033389

Page 4 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 43 of 4779
Shri Abhay Kamble
Project Leader (KHPL), Hyderabad
Mobile : 9920832953

Shri Bhagwan Sukhri


Project Leader (KHPL), Ongole
Mobile : 9001997977

6. LANGUAGE OF BID
6.1 In case any of the supporting documents (either technical or financial) are not in English
language, then the English translation copy of the same shall also be furnished duly
certified, stamped and signed by local Chamber of Commerce or Indian embassy in their
country or their embassy in India.
7. CONTENTS OF BIDDING DOCUMENT
7.1 Details of the Tender can be viewed / downloaded from the following websites:
• E-Tendering platform/Portal: BPCL’s e-tender portal https://
bpcltenders.eproc.in
• Bidders are required to upload the techno-commercial offer along with BQC
related documents (for Open enquiries) and EMD/Bid security (if applicable) at
the BPCL’s e-tender portal. NO PHYSICAL BIDS / OFFERS SHALL BE
PERMITTED.
• All updates, amendments, Corrigendum including Bid time extension,
clarifications etc. (if any) will be uploaded / posted in the BPCL’s e-tender portal
only. There will not be any publication of the same through newspapers or any
other media. Bidders should regularly visit the BPCL’s e-tender to keep
themselves updated.
• The link to download Bidding Document has also been hosted on website
http://tenders.eil.co.in/newtenders/.
• Time extension shall also be intimated through EIL portal
(http://tenders.eil.co.in/newtenders/).

7.2 The Bidder is expected to examine Bidding Documents, Bidding guidelines as


available on BPCL’s e-tender, all instructions, formats, terms, specifications and
drawings etc., enclosed in the Bidding Documents. The invitation for Bid together
with all its attachment thereto, shall be considered to be read, understood and
accepted by the Bidder. Failure to furnish all information required by the Bidding
Documents or submission of a Bid not substantially responsive to the Bidding
documents in every respect will be at Bidder's risk and may result in the rejection
of the Bid.
8. CLARIFICATION ON BIDDING DOCUMENTS
8.1 A Bidder requiring any information or clarification of the Bidding Documents, may notify
the EIL in writing by e-mail/post at EIL's mailing address indicated in the IFB/RFQ. All
question/ queries should be referred to EIL at least 02 (two) days prior to date of pre-Bid
meeting or within cut-off date indicated in IFB/RFQ for receiving pre-bid queries,
whichever is earlier, as per Proposal Form provided in bidding document. Reply to
Pre-Bid Queries shall be hosted on BPCL’s e-tender portal only. The response to pre-
Bid queries shall not form part of the Bidding document. Any acceptable,
deviation(s)/provision(s)/ modification(s) to Bidding Document shall be issued in
the form of addendum and shall form an integral part of bidding document.

Page 5 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 44 of 4779
9. AMENDMENT OF BIDDING DOCUMENTS

9.1 At any time prior to the deadline for submission of Bids, the BPCL/EIL may, for any
reason, whether on its own requirement or in response to a clarification requested by the
Bidders, modify the Bidding Documents by issuing amendment (also named as
Addendum/Corrigendum).
9.2 Any amendment thus issued shall be part of the Bidding Documents. The amendment
will be hosted on BPCL’s e-tender portal. Bidders have to take into consideration of
all the amendment (s) issued/ hosted on BPCL’s e-tender portal before submitting the
Bid.
9.3 The BPCL may, at its discretion, extend the date of submission of Bids in order to allow
the Bidders a reasonable time to furnish their most competitive Bid taking into account
the amendments issued.
10. DOCUMENTS COMPRISING THE BID, SUBMISSION AND OPENING OF BIDS

No Physical Bids / Offers shall be permitted. Bidders are required to submit their Bid /
offer for the relevant quoted parts at respective Tender Id/ CRFQ No in the BPCL
tendering portal only.

PART BPCL TENDER ID CRFQ NO


A 11397 1000391235
B 11423 1000391237
C 11424 1000391800
D 11425 1000392000

Bidders are required to upload the Bid/offer along with all supporting documents
including Priced Bid on BPCL’s e-tender Portal only and the offers/Bids submitted
online through this Portal shall only be considered for evaluation and ordering .

The bid shall be submitted by uploading relevant document in respective covers


provided in the e-tendering website.

Part I:- BID SECURITY/EARNEST MONEY DEPOSIT

Part II- TECHNO-COMMERCIAL/UNPRICED BID

Part III: - PRICE BID

10.1 PART I- BID SECURITY / EARNEST MONEY DEPOSIT:


Copy of Original EMD to be scanned & uploaded in E-procurement Portal along
with Un-priced Techno-commercial Bid.

10.2 PART - II - TECHNO-COMMERCIAL/ UNPRICED BID


a) Offer Covering letter (in bidder’s letter head)
b) All technical and commercial amendments, if any.
c) Power of Attorney in favour of bid signatory;
d) Master Index of Bidding Document, Commercial and Technical Amendment (if
any)
e) Documentation against Bidder Qualification criteria as per IFB.
All documents furnished by the bidder in support of meeting the Technical and
Financial criteria of BQC including MSE certificate (if applicable) shall be
Page 6 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 45 of 4779
submitted in a separate section/booklet along with their offer. This section/booklet
shall be titled as “Documentation against Bidder Qualification Criteria (Technical
and Financial)” with proper index and page numbering. This should be originally
stamped & Signed Copy of BQC documents along with a certificate mentioning
detail of documents considered & verified by TPIA representative along with its
name, Phone no./Mobile/Email addresses as per IFB clause no 5.4.7.
a) Bidder’s General Information, as per Proposal Form -A
b) Declaration, as per Proposal Form-B.
c) Compliance to Bid Requirement, as per Proposal Form-C.
d) Affidavit towards IP, as per Proposal Form-D
e) Integrity Pact, duly signed and stamped on each page by the signatory holding
Power of Attorney, as per Proposal Form-E
f) Bank Certified Mandate Form duly signed and stamped with the Banker’s
certification along with cancelled cheque as per Proposal Form-F.
g) Bidder shall be required to submit the Power of Attorney in the name of
authorized signatory signing the bid. However, in case of General Power of
Attorney, photocopy duly notarized / signed by CEO/ CFO/ Company Secretary
or any member of the Board of Directors shall be submitted [refer BDS for
applicability]
h) Documentary evidence in case bidder is MSE bidder in accordance with IFB.
i) Documents submission against Make in India (MII) Policy in line with the
provisions of bidding document (As per Annexure-I to ITB).
j) Affidavit for Domestically manufactured Iron & Steel Policy (DMI&SP) in
accordance with attached DMI&S Policy (As per Annexure-II to ITB).
k) Under taking towards policy for Procurement from a Bidder from a Country Sharing
Land Border with India. (As per Annexure-III to ITB).
l) Acknowledgement for complying the social media policy of M/s BPCL (As per
Annexure-IV to ITB).
m) Declaration of Holiday listing order issued by BPCL or MOPNG debarring us from
carrying on business dealings with BPCL/ MOPNG as per format mentioned at
page no 17 of policy for holiday listings of vendors in BPCL. (As per Annexure-V
to ITB).
n) Unpriced copy of Price Bid and Excel sheet for SOR format issued with the Bidding
document duly indicating ‘Q’ in place of “price” and ‘NQ’ where “not quoted”
against each item where price to be quoted.
o) Unpriced copy of Built in CIF value of Import content as per Annexure I to Excel
sheet of SOR format issued with the Bidding document duly indicating ‘Q’ in place
of “price” and ‘NQ’ where “not quoted” against each item where price to be quoted.
p) All technical documents required as per Bidding Document.
q) Declaration regarding Land border share guidelines as per the provisions of IFB.
(As per Appendix-III &IV to IFB)
r) Any other information required in the Bidding Documents or considered relevant by
the Bidder.

10.3 PART-III (Priced Bid).

Bidder shall fill the prices directly at BPCL’s e-tendering Portal.

Page 7 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 46 of 4779
i. Bidder must quote price at BOTH in lumpsum price folder at e-tendering portal
and in a separate excel file for item wise breakup which is required to be
uploaded along with lumpsum price at e-tendering portal.
ii. Bidder must quote price for Details in Built in CIF value of Import content as
per Annexure I to Excel sheet to SOR.

a) Schedule of Prices/ Schedule of Rates with prices filled in (including rebate, if any).
The rates are to be filled in accordance with instructions provided in preamble to
Schedule of prices, in e-tendering portal, without making any changes in the
format/names of the file/worksheet.
b) Deviations to terms and conditions, presumptions, overwriting etc. shall not be
stipulated in Price part of bid. In case of any conditions stipulated in price bids, the
bids of such bidders shall be summarily rejected and shall not be considered for
further evaluation. Evaluation shall be carried out excluding such bidder(s.)
c) Bidder to note that if they submit prices in un-priced part of their bid, such prices
shall not be considered. The prices as submitted in the price part only shall be
considered for evaluation and ordering, if any. If prices are not found in the price
part the bid shall be rejected.
11. BID PRICES
11.1 The prices must be quoted strictly in the format provided in the Bidding Document.
Conditional discount, if offered, shall not be considered for evaluation.
11.2 Unless stated otherwise in the Bidding Document, the Contract shall be for the total
works as described in Bidding Document, based on the Schedule of Rates/ Prices
submitted by the bidder and accepted by EIL.
11.3 Bidder shall quote for all the items of Schedule of Rates/Prices after careful analysis of
cost involved for the performance of the complete item considering all parts of the
Bidding Document. In case any activity is not specifically covered in description of item
under `Schedule of Rates/Prices' but is required to complete the work as per Scope of
Work, Scope of Supply, Specifications, Standards, Drawings, General Conditions of
Contract, Special Condition of Contract or any other part of Bidding Document, the rates/
prices quoted shall be deemed to be inclusive of cost incurred for such activity.
11.4 Rates/ prices quoted by the bidder, shall remain firm, fixed and valid till the completion of
the Works and will not be subject to variation on any account except as otherwise
specifically provided in the Bidding Documents.
11.5 Discount, if any, must be indicated in the column provided in Schedule of Rates/Prices
only, provided in the Bidding Document.
11.6 All duties, taxes, and other levies payable shall be as per Special Conditions of Contract.

12. DEADLINE FOR SUBMISSION OF BID


12.1 The E-Bids must be submitted on or before the last date and time mentioned in the RFQ.
12.2 The BPCL / EIL may, in exceptional circumstances and at its discretion, on giving
reasonable notice to all prospective Bidders, extend the deadline for the submission of
e-Bids in which case all rights and obligations of the BPCL /EIL and Bidders, previously
subject to the original deadline will thereafter be subject to deadline as extended Which
shall be treated as Final bid due date.
12.3 However, for the Purpose of BQC, Financial years/ previous period shall be reckoned
from the original bid due date of submission of bids as per IFB/RFQ.
13. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
13.1 No Bid will be received after the deadline of submission of Bid.

Page 8 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 47 of 4779
13.2 Unsolicited Bids or Bids being submitted to address other than one specifically stipulated
in the Bid documents will not be considered for opening / evaluation / award.
14. BID VALIDITY
14.1 The bid shall remain valid for acceptance for the period mentioned in IFB/RFQ/BDS
from the date of opening of unpriced bid. Bidders shall not be entitled during the said
period without the consent in writing of the BPCL / EIL, to revoke or cancel their Bid or to
vary the Bid given or any term thereof. In case of Bidders revoking or cancelling their Bid
or varying any terms in regard thereof without the consent of BPCL / EIL in writing,
BPCL / EIL shall forfeit EMD (if applicable) paid by them along with their bids. Such
Bidder may also be put on Holiday list / Negative list of BPCL / EIL.
14.2 BPCL / EIL may solicit the bidder’s consent to an extension of the period of validity of
bid. The request and the responses there to shall be made in writing. If the Bidder
agrees to the extension request, the validity of Bank Guarantee towards EMD (if
applicable) shall also be suitably extended. However, bidders agreeing to the request for
extension of validity of bid will not be permitted to modify the bid. In case a Bidder
refuses to extend its Bid Validity, the Bid Security / EMD (if applicable) of such bidder
shall not be forfeited.
15. BID CURRENCY
15.1 Bidding currency shall be Indian Rupees.
15.2 Quoted prices shall be firm and Fixed and BPCL shall not compensate for any foreign
exchange rate fluctuation.
16. EARNEST MONEY DEPOSIT/BID SECURITY:
16.1 Please refer IFB for EMD details.
16.2 In case of exemption of EMD, the scanned copy of the requisite documents should be
uploaded in e-tender website however, copy of the same should be sent to EIL within 5
calendar days from of the date of Un-price Bid Opening.
16.3 In case the bidder fails to upload scan copy of EMD on e-procurement website, failing
which their technical bid shall not be opened. Further, if bidder fails to submit the EMD in
original within the stipulated time mentioned in the IFB and to EIL office address
mentioned at sl. no 4.0 (k)in the IFB, then their bid shall be rejected, irrespective of their
status / ranking in tender and notwithstanding the fact that a copy of EMD was earlier
uploaded by the bidder on E-Tendering Website.
17. INTEGRITY PACT
17.1 Proforma of Integrity Pact (IP) attached with the bidding document shall be returned by
the Bidder along with the bid, duly signed by the same signatory who is authorized to
sign the bid. All the pages of the Integrity Pact shall be duly signed. Non-submission of
IP shall lead to rejection of offer.
17.2 If the contract/PO has been terminated according to the provisions of the Integrity Pact,
or if BPCL is entitled to terminate the contract/PO according to the provisions of the
Integrity Pact, BPCL shall be entitled to demand and recover from Contractor
Liquidated Damages amount by forfeiting the Security Deposit/Performance Bank
Guarantee as per provisions of the Integrity Pact.
17.3 The bidder confirms that all declarations made in this Integrity Pact are true and
correct. In case of any declaration turning out to be false, the bidder shall not be
allowed to take the defence that the correct declaration is given elsewhere in the offer.
For example, any and all cases of transgression as defined in the Integrity Pact must
be reflected in the Integrity Pact itself or attached as an appendix to the Integrity Pact
with a corresponding reference marked in the transgression provision in the Integrity

Page 9 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 48 of 4779
Pact so that Integrity Pact remains a single and unified document with regard to the
objective of Integrity Pact.
In this regard, bidder shall submit an affidavit (on non-judicial stamp paper of Rs. 100 in
case of Indian bidders) towards transgression in terms of Integrity Pact. Non-
submission of same shall lead to rejection of the offer.
17.4 In case of partnership firm, Integrity Pact must be signed by all partners.
17.5 In case Bidder engages Sub-contractor (if allowed as per provisions of Bidding
document), than Integrity Pact shall also be signed by that Sub-contractor and shall be
submitted in the bid. However affidavit for transgression shall be submitted by the
Principal Bidder only, including the confirmation of transgression status of sub-
contractor/Manufacturer as per Format enclosed in Bidding document.
In case bidder engages sub-Contactor(s) after award of work, then Integrity Pact shall
also be signed by the sub -Contractor(s).
17.6 Bidders may raise disputes/complaints, if any, with the Independent External Monitor,
as nominated from time to time.
18. MODIFICATION AND WITHDRAWAL OF BIDS
18.1 After submitting the bid on the e-Tendering Portal before final bid due date and time, if
the bidder wishes to withdraw the bid, bidder can do so. However, in case, the bidder
withdraws the bid, bidder will be exempted from further participation in the tender and
will not be permitted with the same user id to submit his bid again for that particular
tender.
18.2 No Bid shall be modified subsequent to the deadline for submission of Bids.
18.3 No Bid shall be allowed to be withdrawn in the interval between the deadline for
submission of Bids and the expiration of the period of Bid validity. Withdrawal of a bid
during this interval shall result in the forfeiture of bidder's EMD/Bid security (if applicable)
and Bidder being put on holiday / blacklist as per the policy of BPCL / EIL.
19. BPCL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
19.1 The BPCL/EIL reserves the right to accept or reject any Bid, and to annul the Bidding
process and reject all Bids at any time prior to award of the order without thereby
incurring any liability to the affected Bidder or Bidders or any obligations to inform the
affected Bidder or Bidders of the ground for BPCL/EIL's action.
20. COMPLIANCE WITH TENDER
20.1 Enquiry has been issued on ZERO DEVIATION BIDDING basis, wherein bids with
deviations shall not be acceptable. In view of the same, Bidder in his own interest is
advised not to submit any deviation. BPCL reserves right to carry out bid evaluation with
available information in the bid without any post-bid correspondence. Accordingly, bidder
shall submit Techno-commercial compliance format duly signed as token of his
acceptance.
20.2 PRE-BID MEETING
20.2.1 Wherever pre-bid meeting is applicable, as specified in the enquiry document, bidders in
their own interest are advised to take part in the pre-bid meeting seriously by issuing
their genuine queries and also by attending the pre-bid meeting by their competent
personnel.
20.2.2 Bidder shall submit their queries strictly within cut-off date after which, BPCL /EIL shall
reserve the right not to entertain any queries.
20.2.3 Pre-bid meeting shall be attended by competent representative(s) of the Bidder.

Page 10 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 49 of 4779
20.2.4 For cases where Bidders are required to meet Bidder Qualification Criteria (BQC) for
their qualification against Bidding/RFQ Documents, Bidders may carry their qualification
documents, which they feel are meeting the BQC during the pre-bid meeting.
20.2.5 Conclusion of the pre bid meeting shall be uploaded as “Reply to Pre-bid Queries”,
containing clarifications to the queries on Tender portal. Any modification/ amendment to
the commercial or technical part of the bidding document shall be issued through an
amendment / addendum. This addendum / amendment shall be considered a part of the
bidding document. However, reply to Pre-bid Queries containing clarification shall not be
considered a part of bidding document.
20.2.6 Based on pre bid discussion and clarifications thereof, bidder shall endeavor to submit
techno-commercially compliance bid.
21. CONFIDENTIALTY
21.1 Information relating to the examination, clarifications, evaluation and comparison of Bids,
and recommendations for the award of Order shall not be disclosed to Bidders or any
other person officially concerned with such process.
22. ACKNOWLEDGEMENT
22.1 Within 5 days of issuing of Enquiry Document, bidder shall acknowledge and confirm his
intention to bid for the requested item / work on EIL website http://tenders.eil.co.in.
22.2 Bidders should respond to this enquiry either by submitting their bids or by explaining the
reason for non-submission of the offer. In case there is no response either way
continuously, the bidder shall be liable for suitable action including review of their
enlistment with EIL for that particular item.
23. UNPRICE BID OPENING

23.1 The un-priced Bids shall be opened online through BPCL’s e-tender portal, at the
specified date and time given in the RFQ document or extended otherwise.
23.2 As participating Bidders can view the Bid opening details online at their respective
places, the e-Bid opened online shall be deemed considered as public opening.
24. BID REJECTION CRITERIA
24.1 Bids are invited under Zero Deviation Bidding basis. Bids with deviations shall be
rejected.
24.2 Prices submitted in Priced part (designated priced folder on BPCL’s e-tender portal)
shall only be considered for evaluation and if a bidder submits prices in un-priced part of
bid, then no cognizance shall be taken of such Prices.

25. OFFER WITHOUT ANY DEVIATION

25.1 BPCL/EIL will appreciate submission of offer based on the terms and conditions in the
enclosed with the enquiry document, Scope of Work, and Technical Specification
enclosed with Material Requisition etc. to avoid wastage of time and money in seeking
clarifications on technical/ commercial aspect of the offer. Bids having any deviation to
the RFQ Terms & Conditions shall lead to the offer liable for rejection.
26. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
26.1 The BPCL/EIL will examine the Bids to determine whether they are complete, whether
any computational errors have been made, whether the documents have been properly
signed, and whether the Bids are generally in order.
26.2 Prior to the detailed evaluation, the BPCL/EIL will determine whether each Bid is of
acceptable quality, is generally complete and is responsive to the RFQ/Bidding
Documents. For the purposes of this determination, a responsive Bid is one that
conforms to all the terms, conditions and specifications of the RFQ/Bidding

Page 11 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 50 of 4779
Documents without deviations, objections, conditionality or reservations as
specified in bidding documents.
26.3 In case Exceptions and Deviations submitted by Bidder along with Bid are not
considered as acceptable and no Amendment is issued, then in such a case the Bidders
would be required to withdraw such Exceptions/Deviations in favour of stipulations of the
RFQ/ Bidding document, failing which such Bid(s) shall be considered as non-
responsive and rejected.
26.4 The BPCL/EIL determination of a Bid's responsiveness is to be based on the contents of
the Bid itself without recourse to extrinsic evidence. If a Bid is not responsive, it will be
liable for rejection by the BPCL/EIL and may not subsequently be made responsive by
the Bidder by correction of the non-conformity.
27. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS
27.1 In the event of any unsolicited price increase sought by any bidder, subsequent to the
bid due date, the bid of such a bidder shall be rejected, in case the bidder does not
agree to withdraw the price increase. In case, price increase is sought by the L1 bidder
after priced bid opening and the bidder does not agree to withdraw the price increase,
the order shall not be placed with price increase and the enquiry shall be refloated.
Wherever, decision is taken to reject a bid, EMD, if submitted/applicable, by the Bidder,
shall also be forfeited and case shall be referred to EIL PDD/BPCL for appropriate action
as per procedure.
27.2 In the event of any suo-moto decrease in price sought by a Bidder subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and
conditions specified in the enquiry document, the reduction in price shall not be
considered for evaluation, however, the same shall be considered for ordering in case
the Bidder happens to be lowest.
28. PRICE BID OPENING
28.1 Priced commercial part of only those bidders who meets the qualification criteria and
whose bids is determined to be technically and commercially acceptable to the BPCL /
EIL shall be opened. Bidders selected for opening of their price bids shall be informed
about the date of price bid opening.
28.2 The BPCL/EIL will open price Bids online on BPCL’s e-tender portal.
29. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICED BIDS:
29.1 After opening of price bid, if the party increases the price, though within the validity
period and even though the offer remains lowest, the bid should be rejected. Such
bidders shall be debarred for future enquiries for such action of bidders as a penal
measure.
29.2 Suo-moto Price reduction after priced bid opening are to be ignored for evaluation.
However, if the bidder happens to be the lowest based on original priced bids, the
benefit of such reduction shall be availed of while placing order.
30. ARITHMETIC CORRECTION
30.1 The prices quoted by bidders shall be checked for arithmetic correction, if any, based on
rate and amount filled by the bidder in the price schedule formats. If some discrepancies
are found between the rate / amount given in figures/words, the total amount shall be
corrected as per the following procedure, which shall be binding upon the bidder :
i) When there is a discrepancy between the rate in figures and in words for an item, the
rate which corresponds to the amount shall be taken as correct.
ii) When the rate quoted by the bidder in figures and words tallies but the amount is
incorrect, the rate quoted by the tenderer shall be taken as correct.

Page 12 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 51 of 4779
30.2 When Prices received in soft copies (wherever applicable) are used for Tabulation /
Priced Bid Comparison, in the event of any discrepancy between prices in soft copy &
hard copy, the prices given in hard copy (wherever applicable) shall govern.
30.3 In case of priced bids containing overwriting/cuttings/erasures in the quoted rates and in
case these are not attested by the signatory of the bid, such priced bids are liable to be
rejected without giving any further notice.
30.4 In the case of e-tenders, the bidders need to quote only the rate in figures.
31. PREFERENCE TO MICRO OR SMALL ENTERPRISES
Not Applicable
32. PROVISION REGARDING MAKE IN INDIA (MII) POLICY
Refer Annexure-I to ITB.
33. DOMESTICALLY MANUFACTURED IRON & STEEL POLICY
Refer Annexure-II to ITB
34. PROCUREMENT FROM A BIDDER FROM A COUNTRY SHARING LAND BORDER
WITH INDIA
Refer Annexure-III to ITB
35. SOCIAL MEDIA GUIDELINES
Refer Annexure-IV to ITB
36. QUANTITY VARIATION
36.1 The BPCL/EIL reserves the right to vary the quantity of goods, as specified in MR,
without any change in quoted unit price or other terms and conditions.
36.2 BPCL/EIL reserves the right to delete the requirement of any one or more items/Group
of MR without assigning any reason. No Compensation to be paid for decrease in
quantity.
37. AWARD OF WORK
37.1 The BPCL will award the order to the successful bidder (s) whose bid has been
determined to be substantially responsive, and/or have been determined as a lowest bid
in line with the provisions of Bidding document after considering the purchase
preference as per MSE, PPLC, if applicable and is determined to be qualified to
satisfactorily perform the Order.
37.2 BPCL reserves the right to conduct negotiation with lowest bidder. Lowest Bidder shall
attend such negotiation meeting and if requested by BPCL shall provide the analysis of
rates/break-up of amount quoted by him for any or all items of Price Schedule to
demonstrate the reasonability. As a result of negotiation, Bidder may offer rebate on his
earlier quoted price.
38. NOTIFICATION OF AWARD
38.1 Prior to the expiration of period of Bid validity BPCL will notify the successful Bidder (s)
in writing by e-mail, that his Bid has been accepted. The notification of award / Letter of
Acceptance (LOA)/Fax of Acceptance (FOA) will constitute the formation of the Order.
38.2 The Delivery Schedule shall commence from the date of issue of LOA/FOA.
38.3 Award of Contract/Order will be by way of issuing a LOA/FOA. LOA/FOA will contain
price, delivery and other salient terms of bid and RFQ Document. Bidder will be required
to confirm receipt of the same by returning “Copy of the LOA/FOA” duly signed and
stamped by the bidder as a token of acknowledgement to BPCL and EIL. Subsequently,
detail Purchase Order / Contract will be issued.
Alternatively, direct detailed Purchase Order may be issued without issuing LOA/FOA.

Page 13 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 52 of 4779
39. CARTEL FORMATION
39.1 In case any bidder is found to be involved in cartel formation, his bid will not be
considered for evaluation /placement of order. EMD (if applicable) submitted by such
bidder shall be forfeited and such bidder will also be put on Holiday / negative list of
BPCL / EIL debarring them from bidding in future.
40. CONTACTING THE BPCL / BPCL’s REPRESENTATIVE
40.1 From the time of the Bid opening to the time of the award, if any Bidder wishes to
contact the BPCL for any matter relating to the Bid, it should done in writing.
40.2 Any effort by a Bidder to influence the BPCL/EIL in any manner in respect of Bid
evaluation or award will result in the rejection of that Bid.
41. WAIVER OR TRANSFER OF THE AGREEMENT
41.1 The successful Bidder shall not waive the Agreement or transfer it to third parties,
whether in part or in whole, nor waive any interest that is included in the Agreement
without the prior written permission of the BPCL.
42. CLARIFICATION REQUEST FROM BIDDER
42.1 A bidder may seek clarification regarding the Enquiry Document provisions, bidding
process and / or rejection of his bid. EIL/BPCL shall respond to such requests within a
reasonable time. However, such information relating to the evaluation of bids and
recommendation of award shall not be disclosed to any other persons not officially
concerned with the bidding process.

Page 14 of 14
B414-ITB_BPCL PORTAL-REV.2

Page 53 of 4779
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

ANNEXURE – I TO ITB
MAKE IN INDIA (MII) POLICY

Engineers India Limited


New Delhi

Page 54 of 4779
ANNEXURE-I TO ITB

EVALUATION AND AWARD PHILOSOPHY IN LINE WITH MAKE IN INDIA POLICY

1. In case, a Bidder is eligible to seek benefit under Public Procurement (Preference to Make
in India) (PPP-MII) Order, 2017, as well as Public Procurement Policy for MSE 2012 (PPP-
MSE 2012), then the Bidder should categorically confirm its option to choose benefits against
only one of the two policies i.e. either PPP-MII Order, 2017 or PPP-MSE 2012, in the enclosed
FORM-1. The option once exercised cannot be altered subsequently.

2. The ‘Class-I local supplier’/ ‘Class-II local supplier’ shall be required to indicate percentage of
local content & details of the location(s) of the local value addition, and also provide self-
certification (as per FORM-2) / certificate from the Statutory Auditor or Cost Auditor or Practicing
Cost Accountant or Chartered Accountant (as per FORM-3), as applicable, depending on the
value of procurement.

3. While evaluating the Bids, for price matching opportunities, and/ or distribution of quantities/
Parts (wherever applicable) amongst Bidders, purchase preference shall be given as per
following order of precedence:
a. Purchase preference to MSE Bidders over Class-I local supplier under PPP-MSE, 2012
b. Purchase preference to 'Class-I local supplier' over 'Class-II local supplier' as well as
'Non-local supplier'

4. ‘Purchase preference' means the opportunity given to ‘MSE bidder’ or ‘Class-I local supplier’ for
matching the Price of L1 Bidder, despite its Price being not the lowest valid Price Bid (i.e. not
L1) but because it is within the margin of purchase preference prescribed as follows:
a. As per PPP-MSE policy 2012 : 15% of L1 price
b. As per PPP-MII policy 2017 : 20% of L1 price

5. Purchase preference benefits shall be extended to the Bidder based on the option declared in
FORM-1, subject to the Bidder meeting the requirements contained in the respective purchase
preference policy.

6. Eligibility of 'Class-I local supplier', 'Class-II local supplier' and 'Non-local suppliers ' to bid for
different types of procurement:
a. For Domestic procurement of all goods, services or works, where there is sufficient local
capacity and local competition: Only 'Class-I local supplier' shall be eligible to bid
irrespective of purchase value.
b. For other Domestic procurement of all goods, services or works: Only 'Class-I local
supplier' and 'Class-II local supplier'.
c. For Global procurement of all goods, services or works: 'Class-I local suppliers', 'Class-
II local suppliers' and 'Non-local suppliers'.

Eligibility and Conditions:

The subject enquiry is issued on domestic basis. Hence, as per “Public Procurement
(Preference to Make in India) (PPP-MII) Order, 2017” revised and issued by DPllT vide
Order no. P-45021/2/2017-PP-(BE) dated 16.09.2020, only Class-I local supplier and
Class-II local supplier (for definition, refer order) shall be eligible to bid. However,
Purchase preference shall be applicable for Class I Local supplier.

7. Purchase preference
A. Procurements of goods or works which are DIVISIBLE in nature
(i) If L1 (i.e. lowest Price Bid) is a ‘MSE’ Bidder, the contract for full quantity shall be awarded
to L1. Offer to match L1 price shall not be made to any Class-I local supplier even if they are
within 20% of the L1 price.
(ii) If L1 (i.e. lowest Price Bid) is 'Class- I local supplier' amongst all qualified bids, and there
are ‘MSE’ bidders within 15% of the L1 price, then all such MSE bidders shall be offered to
match the L1 price (from the nearest price bid of a MSE bidder onwards). Upon such matching
Page 1 of 7

Page 55 of 4779
of L1 price by any one MSE bidder, the contract for full quantity reserved for MSE bidders (i.e.
25%) shall be awarded to such MSE bidder and remaining quantity shall be awarded to 'Class-
I local supplier'. In case there are multiple MSE bidders falling within the margin of purchase
preference and matching the L1 price, the quantity reserved for MSE bidders (i.e. 25%) shall be
proportionately or equally distributed between such MSE bidders.

(iii) If L1 (i.e. lowest Price Bid) is 'Class- I local supplier' amongst all qualified bids, and no ‘MSE’
bidder is within 15% of the L1 price or ‘MSE bidder’ within 15% of L1 price does not match the
L1 price, then the contract for the full quantity will be awarded to L1 bidder.
(iv) If L1 is not a 'Class-I local supplier' and there is either no MSE bidder or MSE bidders do not
fall within the margin of purchase preference, 50% of the order quantity shall be awarded to
L1, subject to the lowest eligible 'Class-I local supplier' matching the price of L1 for the remaining
50% quantity.
In case such lowest eligible 'Class-I local supplier' fails to match the L1 price or accepts less
than the offered quantity, the next higher 'Class-I local supplier' within the margin of purchase
preference (i.e. 20%) shall be invited to match the L1 price for remaining quantity and so on,
and contract shall be awarded accordingly.
In case some quantity is still left uncovered on ‘Class-I local supplier’, then such balance
quantity may also be ordered on the L1 (non-Class-I local supplier) bidder.
B. Procurements of goods, services or works which are INDIVISIBLE in nature

(i) If L1 (i.e. lowest Price Bid) is a ‘MSE’ bidder, the contract for full quantity shall be awarded to
L1. Opportunity to match L1 price shall not be given to any ‘Class-I local supplier’ even if they
are within the margin of purchase preference (i.e. 20%) of the L1 price.
(ii) If L1 (i.e. lowest Price Bid) is 'Class- I local supplier' amongst all qualified bids, and there
are ‘MSE’ bidders within the margin of purchase preference (i.e. 15%) of the L1 price, then
lowest eligible MSE bidder(s) shall be offered to match the L1 price and the contract for full
quantity shall be awarded to such MSE bidder, subject to their matching the price of L1.
In case such lowest eligible MSE Bidder fails to match the L1 price, the next higher MSE Bidder
within the margin of purchase preference shall be invited to match the L1 price and so on, and
contract shall be awarded accordingly.
If no MSE Bidder matches the L1 price or there is no MSE bidder within the margin of purchase
preference (i.e. 15%), the contract shall be awarded to ‘Class-I local supplier’.
(iii) If L1 is not a 'Class-I local supplier' and there is either no MSE bidder or MSE bidders do
not fall within the margin of purchase preference, the lowest bidder amongst the 'Class-I
local supplier' within the margin of purchase preference (i.e. 20%) shall be invited to match the
L1 price, and the contract shall be awarded to such 'Class-I local supplier' subject to their
matching the L1 price.
In case such lowest eligible 'Class-I local supplier' fails to match the L1 price, the next higher
'Class-I local supplier' within the margin of purchase preference (i.e. 20%) shall be invited to
match the L1 price and so on, and contract shall be awarded accordingly.
In case none of the 'Class-I local supplier' within the margin of purchase preference matches
the L1 price, the contract shall be awarded to the L1 bidder.
Procurement for subject enquiry is INDIVISIBLE in nature (Evaluation is on Bottom-Line
wise basis for all Parts A, B, C & D i.e., all the items of a SOR shall be awarded to Single
bidder).
C. Procurements of goods or works for Tender/ MR having multiple Parts / Spreads, with
the provision of awarding one or more Parts/ spreads to one Bidder or more than one
Bidder
Wherever Multiple Parts/ Spreads/Groups or Items are involved, and there is a constraint for
award of work, either imposed by procedure or by virtue of qualification criteria/ capability of the
bidder, the above policy shall be applied considering the purchase preference separately for
each Part/ Spread/ Group/ Item before applying the award philosophy included in the Bidding
Document as per the methodology defined in clause no. 7 B (i) to (iii) above.

8. The definition and other terms and conditions shall be as per PPP-MII Order, 2017, and PPP-
MSE, 2012, included in the Bidding / RFQ document.
Page 2 of 7

Page 56 of 4779
FORM -1

UNDERTAKING/ DECLARATION UNDER PPP-MII ORDER, 2017


Declaration/ Undertaking for availing purchase preference under PPP-MII ORDER, 2017
To,
M/s Bharat Petroleum Corporation Limited (BPCL)/ M/s Engineers India Limited (EIL)

WORKS: PIPELINE LAYING AND HDD WORKS


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
Dear Sir,
We, M/s <Name of Bidder>, hereby confirm the following for
our Bid evaluation:
(Bidder to put ‘√’ mark in any one option box)

Sr. Parameter Bidder’s Declaration Remarks


no.
1. We confirm that we want to avail the Bidder to ‘√’
benefit of: only one
a) Purchase Preference under Public option
Procurement Policy for MSE, 2012 PART A between (a)
(PPP-MSE, 2012) and (b)
PART B

PART C

PART D

b) Public Procurement (Preference to PART A


Make in India), Order 2017 (PPP-MII,
2017) PART B

PART C

PART D

2. We confirm that we have submitted a) Self-Certificate


PPP-MII certificate as per Bidding/
RFQ document for claiming Purchase
Preference under PPP-MII ORDER, b) Certificate from:
2017. Statutory Auditor/ Cost
Auditor/
Cost Accountant/
Chartered Accountant

c) Not Submitted
(Refer 1 a) above)
3. We confirm that we have submitted a) YES
MSE certificate, as per provision of
Bidding/ RFQ document for claiming
Purchase Preference under PPP-MSE, b) NO <give reason>
2012 (Refer 1 b) above)

Page 3 of 7

Page 57 of 4779
We understand that in case we do not declare our choice of purchase preference in this
FORM-1 along with our Bid, we shall not be entitled to claim purchase preference under any of
the above policies later on, and we shall not be given any opportunity for such declaration after
our bid submission.

Signature of Bidder
Place: Name:
Date: Designation:
Seal:

Page 4 of 7

Page 58 of 4779
FORM – 2

SELF CERTIFICATION BY BIDDER UNDER PPP-MII ORDER, 2017


(FOR CLASS-I LOCAL SUPPLIER/ CLASS-II LOCAL SUPPLIER HAVING VALUE OF
PROCUREMENT UP TO INR 10 CRORE)

TOWARDS MANDATORY MINIMUM LOCAL CONTENT


To,
M/s Bharat Petroleum Corporation Limited (BPCL)/ M/s Engineers India Limited (EIL)

WORKS: PIPELINE LAYING AND HDD WORKS


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

Dear Sir,

We, M/s <Name of Bidder> hereby confirm that we meet the


mandatory minimum requirement of Local Content (LC) for Class-I local supplier / Class-II local
supplier (strike out which is not applicable) under Public Procurement (Preference to Make in India),
Order 2017 (PPP-MII, 2017) and the Group/Schedule shall have LC % as below:

PART A %

PART B %

PART C %

PART D %

The details of the location(s) at which the local value addition is/shall be made, is/ are as under:
………………………………………..
………………………………………..
………………………………………..

We further confirm that in case we fail to meet the minimum local content/domestic value addition, the
same shall be treated as false information and Owner reserves the right to take appropriate action for
debarment etc. as per provision of the PPP-MII Order, 2017, and as more specifically mentioned in the
Bidding/ RFQ document.

We also confirm that we are not debarred by any other procuring entity (GOI/PSU/PSE etc.)

or

Our debarment period is completed as on <insert date>, and as such we are eligible to avail
purchase preference under this Order.

(Strike out which is not applicable)

Signature of Bidder
Place: Name:
Date: Designation:
Seal:

Page 5 of 7

Page 59 of 4779
FORM – 3

CERTIFICATE UNDER PPP-MII ORDER, 2017 BY STATUTORY AUDITOR OR COST


AUDITOR, OR PRACTICING COST ACCOUNTANT OR CHARTERED ACCOUNTANT,
TOWARDS MANDATORY MINIMUM LOCAL CONTENT
(FOR CLASS-I LOCAL SUPPLIER/ CLASS-II LOCAL SUPPLIER HAVING VALUE OF
PROCUREMENT MORE THAN INR 10 CRORE)
To,
M/s Bharat Petroleum Corporation Limited (BPCL)/ M/s Engineers India Limited (EIL)

WORKS: PIPELINE LAYING AND HDD WORKS


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

Dear Sir,

We, , the Statutory Auditor or Cost Auditor of the Company


(in case of Companies) or are a practicing Cost Accountant or practicing Chartered
Accountant (in respect of supplier other than companies) of M/s.
<Name of Bidder>, hereby certify that as per definition
specified in above policy, M/s. <Name of Bidder> is a Class-
I Local Supplier / Class-II Local Supplier <as applicable>

We further confirm that M/s <Name of Bidder> meet the


mandatory minimum Local content requirement specified for Class-I Local supplier/ Class-II
Local supplier <as applicable> under Policy for Public Procurement (Preference to Make in
India), Order 2017 (PPP-MII) for their offer for the abovementioned Work/ Item and has /shall
have local content of % as below:

PART A %

PART B %

PART C %

PART D %

The details of the location(s) at which the local value addition is/shall be made, is/ are as
under:

………………………………………..
………………………………………..
………………………………………..

We further confirm that in case M/s <Name of Bidder> fail


to meet the minimum local content/domestic value addition, the same shall be treated as false
information and Owner reserves the right to take appropriate action for debarment etc. as per
provision of the PPP-MII Order, 2017, and as more specifically mentioned in the Bidding/ RFQ
document.

We also confirm that M/s <Name of Bidder> is not debarred

Page 6 of 7

Page 60 of 4779
by any other procuring entity (GOI/PSU/PSE etc.)

or

M/s <Name of Bidder>’s debarment period is completed as


on <insert date>, and as such M/s <Name of
Bidder> is eligible to avail purchase preference under this Order.

(strike out which is not applicable)

Signature of certificate issuing authority

Place: Name:
Date: Name of Audit Firm:
Designation
UDIN NO.:
Seal:

Page 7 of 7

Page 61 of 4779
Page 62 of 4779
Page 63 of 4779
Page 64 of 4779
Page 65 of 4779
Page 66 of 4779
Page 67 of 4779
Page 68 of 4779
Page 69 of 4779
Page 70 of 4779
Page 71 of 4779
BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

ANNEXURE-II TO ITB
DOMESTICALLY (INDIAN) MANUFACTURED
IRON & STEEL PRODUCTS IN GOVERNMENT
PROCUREMENT (DMI&SP)

Engineers India Limited


New Delhi

Page 72 of 4779
ANNEXURE-II TO ITB

DOMESTICALLY (INDIAN) MANUFACTURED IRON & STEEL PRODUCTS IN


GOVERNMENT PROCUREMENT (DMI&SP) VIDE NOTIFICATION “THE GAZETTE OF
INDIA, EXTRAORDINARY PART II NO. 324 DATED 29.05.2019” AND ITS “AMENDMENT
DATED 31.12.2020”
1. Background
1.1 Ministry of steel, Govt of India, vide their notification “The gazette of India, extraordinary
part II no. 385 (E) dated 29.05.2019” and amendment vide Gazette notification no. S-
13026/1/2020-IDD dated 31.12.2020 notified the revised policy for providing preference
to domestically manufactured iron & steel products in government procurement. A copy
of the same is available on the website of Ministry of steel (https://steel.gov.in/policies).
2. Definitions
2.1 Bidder may be a domestic/ foreign manufacturer of iron & steel or their selling agents/
authorized distributors/ authorized dealers/ authorized supply houses or any other
company engaged in the bidding of projects funded by Government agencies.
2.2 Domestically Manufactured Iron & Steel Products (DMI&SP) are those iron and steel
products which are manufactured by entities that are registered and established in India,
including in Special Economic Zones (SEZs). In addition, such products shall meet the
criteria of domestic minimum value-addition as mentioned in Appendix A of the policy.
2.3 Domestic Manufacturer is a manufacturer of iron & steel products conforming to
guidelines in section 7 and confirming to the definition of ‘manufacturer’ as per Central
Excise Act.
2.4 Government for the purpose of the Policy means Government of India.
2.5 Government agencies include Government PSUs, Societies, Trusts and Statutory
bodies set up by the Government.
2.6 MoS shall mean Ministry of Steel, Government of India.
2.7 Net Selling Price shall be the invoiced price excluding net domestic taxes and duties
2.8 Semi-Finished Steel shall mean Ingots, billet, blooms and slabs, which can be
subsequently processed to finished steel.
2.9 Finished Steel shall mean Flat and Long products, which can be subsequently
processed into manufactured items.
2.10 L1 means the lowest tender or the lowest bid or the lowest quotation received in a
tender, bidding process or other procurement solicitation as adjudged in the evaluation
process as per the tender or other procurement solicitation.
2.11 Margin of purchase preference means the maximum extent to which the price quoted
by a domestic supplier may be above L1 for the purpose of purchase preference. In case
of DMI&SP policy, the margin of purchase preference shall be 20% for items in Appendix
B of the policy.
2.12 Iron & Steel Product(s) shall mean such iron and steel product(s) which are mentioned
in Appendix A of the policy.
2.13 Domestic value addition shall be the net selling price (invoiced price excluding net
domestic taxes and duties) minus the landed cost of imported input materials at the
manufacturing plant in India (including all customs duties) as a proportion of the net
selling price, in percent. The ‘domestic value addition’ definition shall be in line with the
DPIIT (formerly DIPP) guidelines, and shall be suitably amended in case of any changes
by DPIIT in the future. For the purpose of this policy document, domestic value addition
and local content have been used interchangeably.

Page 1 of 4

Page 73 of 4779
3. Iron & Steel Products
3.1 The policy is applicable to iron & steel products as provided in Appendix A and to capital
goods for manufacturing iron & steel products in Appendix B of the policy.
3.2 Appendix A contains list of iron & steel products which are to be exclusively
domestically manufactured and cannot be imported without the approval of the
Ministry of Steel.
3.3 Appendix B contains a list (non-exhaustive) of capital goods for which purchase
preference shall be provided to domestically manufactured capital goods, if their quoted
price falls within 20% of the price quoted for corresponding imported capital good.
Since, Appendix B pertains to capital goods for manufacturing iron & steel products,
same be applicable for the projects of public sector steel manufacturers and all
agencies/ entities under their administrative control for purchase of capital goods for
manufacturing iron & steel products.
Appendix –B is not applicable to this enquiry/ tender.
3.4 The policy is also applicable to purchase of iron & steel products by private agencies for
fulfilling an EPC contract and/or any other requirement of Ministry or Department of
Government or their PSUs.
4. Tender procedure
4.1 The target of domestic value addition in iron and steel business activities has been set
as contained in Appendix A and Appendix B of the policy.
4.2 For iron and steel products in Appendix A, the procurement process shall be open only
to the manufacturers/suppliers having the capability of meeting / exceeding the domestic
value addition targets. Manufacturers/suppliers not meeting the domestic value addition
targets are not eligible to participate in the bidding.
4.3 The bidders who are selling agents/ authorized distributors/ authorized dealers/
authorized supply houses of the domestic manufacturers of iron & steel products are
eligible to bid on behalf of the domestic manufacturers under the policy. However, this
shall be subject to the following conditions:
a) The bidder shall furnish the authorization certificate issued by the domestic
manufacturer for selling domestically manufactured iron & steel products.
b) In case the procurement is covered under Appendix A of the DMI&SP policy, the
bidder shall furnish the Affidavit of self-certification issued by the domestic
manufacturer to the procuring agency declaring that the iron & steel products is
domestically manufactured in terms of the domestic value addition prescribed.
c) It shall be the responsibility of the bidder to furnish other requisite documents
required to be issued by the domestic manufacturer to the procuring agency as per
the policy.
5. Domestic value addition requirement
5.1 Minimum domestic value addition requirement to qualify the product as a domestically
manufactured iron & steel product or a Capital good are mentioned in Appendix A.
5.2 Domestic value addition shall be the net selling price (invoiced price excluding net
domestic taxes and duties) minus the landed cost of imported input materials at the
manufacturing plant in India (including all customs duties) as a proportion of the net
selling price, in per cent.
5.2.1 In case the iron & steel products are made using domestic input steel (semi-finished/
finished steel), invoices of purchases from the actual domestic producers along with
quantities purchased and the other related documents must be furnished to the

Page 2 of 4

Page 74 of 4779
procuring Government agency.
5.2.2 In case the iron & steel products have imported input steel, the invoices of purchases
from the actual producers along with quantities purchased and the other related
documents must be furnished separately. To derive the extent of domestic value
addition, the weighted average of both (imported & domestic) input steel shall be
considered to ensure that the minimum stipulated domestic value addition requirement
of the policy is complied with.
5.3 It is recommended that each bidder participating in the tender process should calculate
the domestic value addition using the below formula below so as to ensure the domestic
value addition claimed is consistent with the minimum stipulated domestic value addition
requirement of the policy.

6. Certification and audit


6.1 For products in Appendix A, each domestic manufacturer shall furnish the Affidavit of
self-certification to the procuring agency declaring that the iron & steel products are
domestically manufactured in terms of the domestic value addition prescribed. The
bidders who are sole selling agents/authorized distributors / authorized dealers /
authorized supply houses of the domestic manufacturers of iron & steel products are
eligible to bid on behalf of domestic manufacturers under the policy. The bidder shall
furnish the Affidavits of self-certification issued by the domestic manufacturers and the
certifications issued by the statutory auditors, to the procuring agency declaring that the
iron & steel products are domestically manufactured in terms of the domestic value
addition prescribed. The Affidavit of self-certification shall be furnished in Form 1
(attached).
6.2 It shall be the responsibility of the domestic manufacturer to ensure that the products so
claimed are domestically manufactured in terms of the domestic value addition
prescribed for the product. The bidder shall also be required to provide a domestic value
addition certificate on half-yearly basis (Sep 30 and Mar 31), duly certified by the
Statutory Auditors of the domestic manufacturer, that the claims of domestic value
addition made for the product during the preceding 6 months are in accordance with the
Policy. Such certificate shall be filed within 60 days of commencement of each half year,
to the concerned Government agencies and shall continue to be filed till the completion
of supply of the said products.
6.3 The procuring agency shall accept the Affidavit of self-certification regarding domestic
value addition in a steel product submitted by a bidder. It shall not normally be the
responsibility of procuring agency to verify the correctness of the claim. The onus of
demonstrating the correctness of the same shall be on the bidder when asked to do so.
6.4 In case a complaint is received by the procuring agency against the claim of a bidder
regarding domestic value addition in iron & steel products, the procuring agency shall
have full rights to inspect and examine all the related documents and take a decision. In
case any clarification is needed, matter may be referred to MoS with a request for
technical assistance.
However, there would be a complaint fee of Rs. 10 Lakh or 0.2 % of the value of the
DMI&SP being procured (subject to a maximum of Rs. 20 Lakh), whichever is higher, to
be paid by Demand Draft in favour of Procuring agency and shall be deposited to

Page 3 of 4

Page 75 of 4779
procuring agency along with the complaint by the complainant. In case, the complaint is
found to be incorrect, the procuring agency reserves the right to forfeit the said amount.
In case, the complaint is found to be substantially correct, deposited fee of the
complainant would be refunded without any interest. Further, no cognizance will be
taken to any complain received without the compliant fee mentioned above.
6.5 Any complaint referred to the procuring agency shall be disposed off within 4 weeks of
the reference along with submission of all necessary documents. The bidder shall be
required to furnish the necessary documentation in support of the domestic value
addition claimed in iron & steel products to the procuring agency within 2 weeks of filing
the complaint.
6.6 In case, the matter is referred to the Ministry of Steel, the grievance redressal committee
setup under the MoS shall dispose of the complaint within 4 weeks of its reference and
receipt of all documents from the bidder after taking in consideration, the view of the
procuring agency. The bidder shall be required to furnish the necessary documentation
in support of domestic value addition claimed in iron & steel products to the grievance
redressal committee under MoS within 2 weeks of the reference of the matter. If no
information is furnished by the bidder, the grievance redressal committee may take
further necessary action, in consultation with Government Agency to establish bonafides
of claim.
6.7 The cost of assessing the prescribed extent of domestic value addition shall be borne by
the procuring agency if the domestic value addition is found to be correct as per the
certificate. However, if it is found that the domestic value addition as claimed is incorrect,
the cost of assessment (i.e., Rs. 10 Lakh or 0.2 % of the value of the DMI&SP being
procured (subject to a maximum of Rs. 20 Lakh), whichever is higher) will be payable by
the bidder who has furnished an incorrect certificate. The manner of enforcing the same
shall be defined in the tender document.
6.8 In case of reference of any complaint to MoS by the concerned bidder, there would be a
complaint fee of Rs. 10 Lakh or 0.2 % of the value of the DMI&SP being procured
(subject to a maximum of Rs. 20 Lakh), whichever is higher, to be paid by Demand Draft
deposited with the grievance redressal committee under MoS along with the complaint
by the complainant. In case, the complaint is found to be incorrect, the Procuring agency
reserves the right to forfeit the said amount. In case, the complaint is found to be
substantially correct, deposited fee of the complainant would be refunded without any
interest.
6.9 In case of detection of mis-declaration by the bidder of the prescribed domestic value
addition, in the tender document, at any stage before or after award, the following
actions shall be taken by the procuring company:
a) Forfeiture of EMD/CPBG depending upon the stage of detection.
b) Banning of business dealings in line with the BPCL/Consultant extant policy.
7. Implementation monitoring by Ministry of Steel
7.1 The policy provisions shall be applicable for a period of 5 years from the date of
publication. The policy period may further be extended at the discretion of Ministry of
Steel.
7.2 MoS shall be the nodal ministry to monitor the implementation of the policy.
8. Reference to Ministry of Steel
In case of a question whether an item being procured is a DMI&SP to be covered under
the policy, the matter would be referred to the Ministry of Steel for clarification.

Page 4 of 4

Page 76 of 4779
रजिस्ट्री सं. डी.एल.- 33004/99 REGD. No. D. L.-33004/99

सी.जी.-डी.एल.-अ.-04012021-224171
xxxGIDHxxx
CG-DL-E-04012021-224171
xxxGIDExxx

असाधारण
EXTRAORDINARY
भाग II—खण्ड 3—उप-खण्ड (i)
PART II—Section 3—Sub-section (i)
प्राजधकार से प्रकाजित
PUBLISHED BY AUTHORITY

सं. 1] नई दिल्ली, िुक्रवार, िनवरी 1, 2021/पौष 11, 1942


No. 1] NEW DELHI, FRIDAY, JANUARY 1, 2021/PAUSHA 11, 1942

इस्ट्पात मंत्रालय

अजधसूचना

नई दिल्ली, 31 दिसम्बर, 2020


सा.का.जन. 1(अ).—सरकारी प्रापण में िेिी जनर्मित लोहा और इस्ट्पात उत्पािों को प्राथजमकता प्रिान करने हेतु
नीजत (डीएमआई एंड एसपी नीजत) – पररिोजधत, 2019 में संिोधनों को आम सूचना के जलए एतद्द्वारा प्रकाजित दकया
िाता है:

"सं. S-13026/1/-2020-आईडीडी
इस्ट्पात मंत्रालय
आईडी प्रभाग
उद्योग भवन,
नई दिल्ली 31 दिसंबर, 2020

जवषय : सरकारी खरीि में घरे लू जनर्मित लौहा और इस्ट्पात उत्पािों को प्राथजमकता प्रिान करने कन नीजत-पररिोजधत,
2019-में संिोधन/पररवधिन
सरकारी खरीिमें स्ट्विेिी जनर्मित लौहा और इस्ट्पात उत्पािों को प्राथजमकता प्रिान करने कन नीजत-पररिोजधत,
2019-(डीएमआईएंडएसपी पररिोजधत, 2019) में जनम्नजलजखत संिोधन/ पररवधिन तत्काल प्रभाव से लागू हैं। ये संिोधन/

3 GI/2021 (1)

Page 77 of 4779
2 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

पररवधिन ऐसी जनजविा या खरीि पर लागू नहीं होंगे जिनके जलए जनजविा आमंजत्रत करने वाला नोरिस अथवा अन्य प्रकार
का खरीि अजधयाचन इस अजधसूचना के िारी होने से पूवि िारी हुआ है।

I – संिोधन:ताजलका 1

क्रम डीएमआईएंडएसपी पररिोजधत 2019 ,में मौिूिा खंड डीएमआईएंडएसपी पररिोजधत 2019 ,में संिोजधत
सं. खंड
1 खंड 1.3: खंड 1.3:
यह नीजत सरकार के प्रत्येक मंत्रालय अथवा जवभाग और यह नीजत सरकार के प्रत्येक मंत्रालय अथवा जवभाग
उनके प्रिासजनक जनयंत्रण के अधीन सभी एिेंजसयों/ और उनके प्रिासजनक जनयंत्रण के अधीन सभी
प्रजतष्ठानों तथा सरकारी पररयोिनाओं के वास्ट्ते लौह एवं एिेंजसयों/ प्रजतष्ठानों तथा सरकारी पररयोिनाओं
इस्ट्पात उत्पािों कन खरीि के जलए इन एिेंजसयों द्वारा के वास्ट्ते लौह एवं इस्ट्पात उत्पािों कन खरीि के जलए
जवत्तपोजषत पररयोिनाओं पर लागू है। हालांदक, यह नीजत इन एिेंजसयों द्वारा जवत्त पोजषत पररयोिनाओं पर
वाजणजययक पुन: जबक्रन के उद्देश्य से अथवा वाजणजययक जबक्रन लागू है। के न्रीय क्षेत्र कन सभी योिनाएं (सीएस)/
के जलए वस्ट्तुओं के उत्पािन में उपयोग करने के उद्देश्य से के न्रीय प्रायोजित योिनाएं (सीएसएस) जिनके
लौह एवं इस्ट्पात उत्पािों कन खरीि पर लागू नहीं होगी। जलए राययों और स्ट्थानीय जनकायों द्वारा खरीि कन
िाती है, इस नीजत कन पररजध में आएंगी यदि उस
पररयोिना/योिना को भारत सरकार द्वारा
पूणितया/ अंित: जवत्तपोजषत दकया िाता है।
हालांदक, यह नीजत वाजणजययक पुन: जबक्रन के उद्देश्य
से अथवा वाजणजययक जबक्रन के जलए वस्ट्तुओं के
उत्पािन में उपयोग करने के उद्देश्य से लौह एवं
इस्ट्पात उत्पािों कन खरीि पर लागू नहीं होगी।
2 खंड 2.13: खंड 2.13:
घरे लू मूल्यवधिन जनवल जबक्रन कनमत(जनवलघरे लू करों और घरे लू मूल्यवधिन का तात्पयि है- भारत में वर्धित मूल्य
िुल्कों को छोड़कर बीिक कनमत) होगी जिससे प्रजतित में कन राजि िो खरीिी/बेची िाने वाली वस्ट्तुओं का कु ल
जनवल जबक्रन कनमत के एक अनुपात के रूप में भारत में मूल्य होगा (जनवल घरे लू अप्रत्यक्ष करों को छोडकर)-
जनमािण संयंत्र(सभी सीमा िुल्कों सजहत) में आयात कन गई खरीिी/बेची िाने वाली वस्ट्तुओं के कु ल मूल्य के
इनपुि सामग्री कन पहुंच लागत घिाई गई हो, ‘घरे लू समानुपात के रूप में प्रजतित में मि में आयाजतत
मूल्यवधिन’पररभाषा डी पी आई आई िी (पूवि में डी आई पी सामग्री का मूल्य (सभी सीमा िुल्कों सजहत)। घरे लू
पी) के दििाजनिेिों के अनुरूपहोगी और उसमें भजवष्य में डी मूल्यवधिन जनवल जबक्रन कनमत (जनवल घरे लू करों
पी आई आई िी द्वारा पररवतिन दकये िाने कन जस्ट्थजत में और िुल्कों को छोड़कर बीिक कनमत) होगी जिससे
उपयुक्त रूप से संिोधन दकया िायेगा। इस नीजत िस्ट्तावेि प्रजतित में जनवल जबक्रन कनमत के एक अनुपात के
के प्रयोिन के जलए घरे लूमूल्यवधिन और स्ट्थानीय जवषय रूप में भारत में जनमािण संयत्र ं (सभी सीमा िुल्कों
वस्ट्तु का उपयोग एक िूसरे के स्ट्थान पर दकया गया है। सजहत) में आयात कन गई इनपुि सामग्री कन पहुंच
लागत घिाई गई हो, ‘घरे लू मूल्यवधिन’पररभाषा डी
पी आई आई िी (पूवि में डी आई पी पी) के
दििाजनिेिों के अनुरूप होगी और उसमें भजवष्य में
डी पी आई आई िी द्वारा पररवतिन दकये िाने कन
जस्ट्थजत में उपयुक्त रूप से संिोधन दकया िायेगा।
इस नीजत िस्ट्तावेि के प्रयोिन के जलए घरे लू
मूल्यवधिन और स्ट्थानीय जवषय वस्ट्तु का उपयोग एक
िूसरे के स्ट्थान पर दकया गया है।

Page 78 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 3

3 खंड 5.1.5 खंड 5.1.5


यह नीजत सरकार के मंत्रालय अथवा जवभाग के द्वारा जवत्त- यह नीजत सरकार के मंत्रालय अथवा जवभाग के द्वारा
पोजषत सभी पररयोिनाओं और उनके प्रिासजनक जनयंत्रण के जवत्त पोजषत सभी पररयोिनाओं और उनके
अधीन सभी एिेंजसयों/ प्रजतष्ठानों पर लौह एवं इस्ट्पात प्रिासजनक जनयंत्रण के अधीन सभी एिेंजसयों/
उत्पािों कन खरीि के जलए लागू है। प्रजतष्ठानों पर लौह एवं इस्ट्पात उत्पािों कन खरीि के
जलए लागू है।के न्रीय क्षेत्र कन सभी योिनाएं (सीएस)/
के न्रीय प्रायोजित योिनाएं (सीएसएस) जिनके जलए
राययों और स्ट्थानीय जनकायों द्वारा खरीि कन िाती
है, इस नीजत कन पररजध में आएंगी यदि उस
पररयोिना/योिना को भारत सरकार द्वारा पूणितया/
अंित: जवत्तपोजषत दकया िाता है
4 खंड 5.1.6 खंड 5.1.6
यह नीजत उन पररयोिनाओं पर लागू होगी िहां लौह एवं यह नीजत उन पररयोिनाओं पर लागू होगी िहां लौह
इस्ट्पात उत्पािों का खरीि मूल्य 25 करोड़ रुपए से अजधक एवं इस्ट्पात उत्पािों (डीएमआई एंड एसपी नीजत का
होता हो। यह नीजत अन्य खरीि (गैर पररयोिना) के जलए भी पररजिष्ट-क) का खरीि मूल्य 5लाख रुपए से अजधक
लागू होगी िहां उस सरकारी संगठन के जलए लौह एवं होता हो। यह नीजत अन्य खरीि (गैर पररयोिना) के
इस्ट्पात उत्पािों का वार्षिक खरीि मूल्य 25 करोड़ रुपए से जलए भी लागू होगी िहां उस सरकारी संगठन के
अजधक होता हो। जलए लौह एवं इस्ट्पात उत्पािों का वार्षिक खरीि
मूल्य 5 लाख करोड़ रुपए से अजधक होता हो।
तथाजप, प्रापण इकाइयों द्वारा इस बात को सुजनजित
दकया िाएगा दक इस नीजत के प्रावधानों से बचने के
प्रयोिनाथि खरीि का जवभािन न दकया िाए।
5 खंड 7.2 खंड 7.2
घरे लू मूल्यवधिन जनवल जबक्रन कनमत (जनवल घरे लू करों और घरे लू मूल्यवधिन का तात्पयि है- भारत में वर्धित मूल्य
िुल्कों को छोड़कर बीिककनमत) होगी जिसमें से प्रजतित में कन राजि िो खरीिी/बेची िाने वाली वस्ट्तुओं का कु ल
जनवल जबक्रन कनमत के एक अनुपात के रूप में भारत में मूल्य होगा (जनवल घरे लू अप्रत्यक्ष करों को छोडकर)-
जनमािण करने वाले संयंत्र में आयात कन गई इनपुि सामग्री कन खरीिी/बेची िाने वाली वस्ट्तुओं के कु ल मूल्य के
पहुंच लागत (सभी सीमा िुल्कों को िाजमल करते हुए) घिाई समानुपात के रूप में प्रजतित में मि में आयाजतत
िायेगी। सामग्री का मूल्य (सभी सीमा िुल्कों सजहत)।

6 खंड 7.3 खंड 7.3


यह जसफाररि कन िाती है दक जनजविा कन प्रदक्रया में भाग यह जसफाररि कन िाती है दक प्रापण करने वाली
लेने वाले प्रत्येक बोली लगाने वाले को नीचे दिए गए सूत्र का सरकारी एिेंसी/ जनजविा कन प्रदक्रया में भाग लेने
उपयोग करते हुए घरे लू मूल्यवधिन कन गणना करनी चाजहए वाले प्रत्येक बोली लगाने वाले को नीचे दिए गए सूत्र
तादक यह सुजनजित दकया िा सके दक िावा दकये गये घरे लू का उपयोग करते हुए घरे लू मूल्यवधिन कन गणना
मूल्यवधिन इस नीजत के न्यूनतम जनधािररत घरे लू मूल्यवधिन के करनी चाजहए तादक यह सुजनजित दकया िा सके दक
अनुरूप है। िावा दकये गये घरे लू मूलयवधिन इस नीजत के न्यूनतम
जनधािररत घरे लू मूल्यवधिन के अनुरूप है।

लौह एवं इस्ट्पात उत्पािों के जलए लौह एवं इस्ट्पात उत्पािों तथा पूि
ं ीगत माल के जलए

% घरे लू मूल्यवधिन % घरे लू मूल्यवधिन

अंजतम उत्पाि कन जनवल जबक्रन कनमत- संयंत्र में आयात दकये खरीिी/बेची िाने वाली वस्ट्तु का कु ल मूल्य (जनवल
गये लौह अथवा इस्ट्पात कन पहुंच लागत------------------- घरे लू अप्रत्यक्ष करों को छोड़कर - मि में आयाजतत
X100% सामग्री का मूल्य (सभी सीमा िुल्कों सजहत) ---------
----------X100%

Page 79 of 4779
4 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

अंजतम उत्पाि कन जनवल जिकन कनमत खरीिी/बेची िाने वाली वस्ट्तु का कु ल मूल्य
पूि
ं ीगत माल के जलए
% घरे लू मूल्यवधिन
अंजतम उत्पाि कन जनवल जिकन कनमत- संयंत्र में आयात दकये
गये इनपुि सामग्री कन पहुंच लागत--------------------X
100%
अंजतम उत्पाि कन जनवल जिकन कनमत

II डीएमआईएंडएसपी पररिोजधत, 2019 के पररजिष्ट क में जनम्नजलजखत संिोधन दकया िाता है:- िहां कहीं न्यूनतम घरे लू
मूल्य वधिन आवश्यकता कॉलम के अंतगित डीएमआईएंडएसपी पररिोजधत, 2019 के पररजिष्ट क में 15% का न्यूनतम
घरे लू मूल्य वधिन जवजनर्ििष्ट होगा, वहां उसे 20% न्यूनतम घरे लू मूल्यवधिन से प्रजतस्ट्थाजपत कर दिया िाएगा
(पररिोजधत पररजिष्ि-क संलग्न है)
III– पररवधिन/सजिवेिन: ताजलका 2
क्रम सं डीएमआईएंडएसपी पररिोजधत, 2019 में िाजमल/िोड़े गये खंड
1 खण्ड 5.1.13 को खण्ड 5.1.12 के नीचे जनम्नवत िोड़ा िाता है:
खण्ड 5.1.13: लोहे और इस्ट्पात उत्पािों कन खरीि से संबंजधत जनजविाओं के जलए कोई वैजिक जनजविा
इन्वायरी (िीिीई) आमंजत्रत नहीं कन िाएगी (डीएमआईऔर एसपीनीजत का पररजिष्ट-क)। लोहे और इस्ट्पात
उत्पािों के जवजनमािण जिनका अनुमाजनत मूल्य 200 करोड़ रु तक हो, (डीएमआई और एसपी नीजत के
पररजिष्ट- ख) के जलए पूंिीगत सामानों कन खरीि से संबजं धत जनजविाओं के जलए कोई वैजिक जनजविा
इन्वायरी (िीिीई) व्यय जवभाग द्वारा यथा नाम-जनर्ििष्ट सक्षम प्राजधकारी के अनुमोिन के अलावा आमंजत्रत
नहीं कन िाएगी,
2 खंड6.9 को खंड 6.8 के नीचे जनम्नवत िोड़ा िाता है:
खंड 6.9: जनजविाओं और अन्य खरीि अजधयाचनों में जवजनिेिन:
6.9.1 प्रत्येक क्रय इकाई यह सुजनजित करे गी दक दकसी भी जनजविा या अजधयाचन में जनधािररत जपछले अनुभव
के संबंध में पात्रता कन ितों हेतु अन्य िेिों में आपूर्ति के प्रमाण या जनयाित के प्रमाण कन आवश्यकता नहीं है।
6.9.2 क्रय इकाइयााँ यह िेखने का प्रयास करें गी दक पात्रता कन ितें, िैसे िनिओवर, उत्पािन क्षमता और
जवत्तीय ताकत िैसे मामलों में वैसे स्ट्थानीय आपूर्तिकताि का अनुजचत अपवििन नहीं होता है 'िो आपूर्तिकताि कन
गुणवत्ता या साख संबंधी पात्रता सुजनजित करने के जलए िो आवश्यक है, उससे परे अन्यथा पात्र होंगे।
6.9.3 क्रय इकाइयााँ, इस नीजत के िारी होने के 2 महीने के भीतर ऊपर उप-पैराग्राफ 6.9.1 और 6.9.2 के
संिभि में सभी मौिूिा पात्रता मानिंडों और ितों कन समीक्षा करें गी।
6.9.4 यदि इस्ट्पात मंत्रालय इस बात से संतष्ट ु है दक लौह और इस्ट्पात उत्पािों के भारतीय आपूर्तिकतािओं को
प्रजतबंधात्मक जनजविा ितों के कारण दकसी भी जविेिी सरकार द्वारा खरीि में भाग लेने और / या प्रजतस्ट्पधाि
करने कन अनुमजत नहीं है, जिसका भारतीय कं पजनयों को प्रजतबंजधत करने पर प्रत्यक्ष या अप्रत्यक्ष प्रभाव पड़ता
है, िैसे दक प्रापण िेि में पंिीकरण, प्रापण िेि इत्यादि में जवजिष्ट मूल्य कन पररयोिना का जनष्पािन इत्यादि।
यदि उपयुक्त समझा िाएगा तो उस िेि के बोलीिाताओं को इस्ट्पात मंत्रालय से संबंजधत उस वस्ट्तु तथा/ या
अन्य वस्ट्तुओं कन खरीि के जलए पात्रता से प्रजतबंजधत या अपवर्िित दकया िा सकता है।
6.9.5 ऊपर उप-पैरा 6.9.4 के प्रयोिन से, दकसी आपूर्तिकताि या बोलीिाता को उस िेि से माना िाएगा यदि
(i) इकाई को उस िेि में जनगजमत दकया गया है, या (ii) उसकनिेयरधाररता या इकाई काप्रभावी जनयंत्रण उस
िेि से दकया िाता है; या (iii) आपूर्ति कन िा रही वस्ट्तु के मूल्य का 50% से अजधक उस िेि में िाजमल दकया
गया है। भारतीय आपूर्तिकतािओं का अथि उन संस्ट्थाओं से होगा िो भारत के संबंध में इनमें से दकसी भी मानिंड
को पूरा करते हैं। दकसी िेि कन‘इकाई’(एजन्ििी) िब्ि का अथि वहीं होगा िो डीपीआईआईिी कन एफडीआई
नीजत के तहत समय-समय पर यथा संिोजधत के अंतगित है।

Page 80 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 5

3 खंड 6.10 कोखंड 6.9 के नीचे जनम्नवत िोड़ा िाता है:


खंड 6.10: यदि घरे लू आपूर्तिकतािओं के जखलाफ प्रजतबंधात्मक या भेिभावपूणि ितों को बोली िस्ट्तावेिों में
िाजमल दकया िाता है, तो उस के जलए जिम्मेिारी तय करने के जलए खरीि (इसके प्रिासजनक जनयंत्रणाधीन
दकसी ईकाई द्वारा खरीि सजहत) करने वाले प्रिासजनक जवभाग द्वारा िांच िुरू कन िाएगी। तत्पिात,
संबंजधत प्रावधानों के तहत खरीि संस्ट्थाओं के अजधकाररयों के जखलाफ उजचत, प्रिासजनक या अन्यथा कारि वाई
कन िाएगी। ऐसी सभी कारि वाई कन सूचना डीएमआई और एसपी नीजत के तहत स्ट्थायी सजमजत को भेिी
िाएगी।

संिोजधत पररजिष्ि क – घरे लू स्ट्तर पर जनर्मित उत्पािों के जलए जवजिष्ट रूप से


न्यूनतम घरे लू
लागू एच
क्र. सं. लौह एवं इस्ट्पात उत्पािों कन सांकेजतक सूची मूल्यवधिन
एस कोड
आवश्यकता
600 जम. मी. अथवा उससे अजधक कन चौड़ाई वाले लौह अथवा गैर एलॉय
1 इस्ट्पात का फ्लेि रोल उत्पाि, हॉि रोल्ड, न ढका हुआ, प्लेि लगाया हुआ 7208 50%
अथवा कोि दकया हुआ
600 जम. मी. अथवा उससे अजधक कन चौड़ाई वाले लौह अथवा गैर एलॉय
2 इस्ट्पात का फ्लेि रोल उत्पाि, कोल्ड रोल्ड (कोल्ड - कम दकया हुआ), न ढका 7209 50%
हुआ, प्लेि लगाया हुआ अथवा कोि दकया हुआ
600 जम. मी. अथवा उससे अजधक कन चौड़ाई वाले लौह अथवा गैर एलॉय
3 इस्ट्पात का फ्लेि रोल उत्पाि, ढका हुआ, प्लेि लगाया हुआ अथवा कोि दकया 7210 50%
हुआ
600 जम. मी. से कम कन चौड़ाई वाले लौह अथवा गैर एलॉय इस्ट्पात का
4 7211 35%
फ्लेि रोल उत्पाि, न ढका हुआ, प्लेि लगाया हुआ अथवा कोि दकया हुआ
600 जम. मी. कम कन चौड़ाई का लौह अथवा गैर एलॉय इस्ट्पात का फ्लेि 35%
5 7212
रोल उत्पाि, ढका हुआ, प्लेि लगाया हुआ अथवा कोड दकया हुआ
लौह एवं गैर एलॉय इस्ट्पात का अजनयजमत रूप से ऐंठा हुआ क्वाइल में बासि 35%
6 7213
और रॉड, हॉि रोल्ड
लौह अथवा गैर एलॉय इस्ट्पात के अन्य बासि और रॉड्स जिसे फोिि दकए िाने 35%
7 कन तुलना में आगे अजधक वकि नहीं दकया हुआ, हॉि रोल्ड, हॉि ड्रॉन अथवा 7214
हॉि एक्सिू डेड परं तु रोललंग के बाि उसे रिजवस्ट्ि दकये िाने सजहत
8 लौह अथवा गैर एलॉय इस्ट्पात का अन्य बासि एंड रोड्स 7215 35%
9 लौह अथवा गैर एलॉय इस्ट्पात का एंगल, िेप और सेक्िन्स 7216 35%
10 लौह अथवा गैर एलॉय इस्ट्पात का तार 7217 50%
600 जम. मी. अथवा उससे अजधक कन चौड़ाई का स्ट्िेनलैस इस्ट्पातका फ्लेि
11 7219 50%
रोल्ड इस्ट्पात
12 600 जम. मी. से कम कन चौड़ाई का स्ट्िेनलैस इस्ट्पातका फ्लेि रोल्ड इस्ट्पात 7220 50%
स्ट्िेनलैस स्ट्िील का अन्य बासि और रोड्स; स्ट्िेनलैस स्ट्िील का एंगल िेप और
13 7222 50%
सेक्िन्स
14 अन्य एलॉय इस्ट्पात का तार 7229 35%
15 लौह अथवा इस्ट्पात को रे ल, रे लवे अथवा रामवे रेक जनमािण सामग्री 7302 50%

Page 81 of 4779
6 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

16 कास्ट्ि लौह का ट्यूब, पाइप और होलो पाइप 7303 35%


लौह (कास्ट्ि आयरन को छोड़कर) अथवा इस्ट्पात का ट्यूब पाइप और होलो
17 7304 35%
प्रोफाइल, सीमलैस
लौह अथवा इस्ट्पात का सकुि लर क्रॉस सेक्िन वाले अन्य ट्यूब और पाइप
18 (उिाहरण के जलए, वेल्ड दकया हुआ, ररवेि दकया हुआ अथवा समान रूप से 7305 35%
बंि दकया गया हुआ), जिसकन बाहरी जत्रयया 406.4 जम. मी. से अजधक हो
लौह अथवा इस्ट्पात के अन्य ट्यूब, पाइप और होलो प्रोफाइल (उिाहरण के
19 जलएओपन सीन अथवावेल्ड दकया हुआ, ररवेि दकया हुआ अथवा समान रूप 7306 35%
से बंि दकया गया हुआ)
लौह अथवा इस्ट्पात का ट्यूब अथवा पाइप दफटिंग (उिाहरण के जलए,
20 7307 35%
कनेक्िर/ कलप्लंग, एल्बो स्ट्लीव्स)
स्ट्िेनलैस स्ट्िील का अजनयजमत रूप से ऐंठा हुआ क्वाइल में बासि और रॉड,
21 7221 35%
हॉि रोल्ड
22 स्ट्िेनलैस स्ट्िील का वायर 7223 35%
इलेजक्रकल स्ट्िील सजहत 600 जम. मी. अथवा उससे अजधक कन चौड़ाई वाले
23 7225 35%
अन्य एलॉय स्ट्िील का फ्लेि रोल्ड इस्ट्पात
इलेजक्रकल स्ट्िील सजहत 600 जम. मी. से कम कन चौड़ाई वाले अन्य एलॉय
24 7226 35%
स्ट्िील का फ्लेि रोल्ड इस्ट्पात
अन्य एलॉय स्ट्िील का अजनयजमत रूप से ऐंठा हुआ क्वाइल में बासि और रोड,
25 7227 20%
हॉि रोल्ड
अन्य एलॉय स्ट्िील का अन्य बासि और रोड्स; अन्य एलॉय स्ट्िील का एंगल,
26 िेप्स और सेकिन्स; एलॉय अथवा नॉन एलॉय स्ट्िील का होलो ड्रील बासि 7228 35%
और रोड्स
लौह अथवा इस्ट्पात कन िीि पाइललंग, चाहे ड्रील दकया हुआ हो अथवा नहीं,
चाहे पंच दकया हुआ हो अथवा नहीं, चाहे असेम्बल दकये हुए तत्वों से बना
27 7301 20%
हुआ हो अथवा नहीं; लौह अथवा इस्ट्पात का वेलड दकया हुआ एंगल, िेप
और सेक्िन्स
स्ट्रक्चसि (9406 के िीषि का प्रीफे बररके रिड भवनों को छोड़कर) और स्ट्रक्चसि
28 7308 20%
का जहस्ट्सा
300 से अजधक क्षमता का लौह अथवा इस्ट्पात का दकसी सामग्री (कम्प्रेस
दकए हुए अथवा सरलीकृ त गैस को छोड़कर) के जलए भंडार, िैंक, वैि और
29 समान कन्िेनर चाहे उसे लाइन दकया गया हो अथवा नहीं या उसे हीि से 7309 20%
इन्सुलेि दकया गया हो अथवा नहीं लेदकन यांजत्रक अथवा तापीय उपक्रम से
युक्त न हो
अजधकतक 300 लीिर कन क्षमता का लौह अथवा इस्ट्पात का दकसी सामग्री
(कम्प्रेस दकए हुए अथवा सरलीकृ त गैस को छोड़कर) के जलए िैंक, कास्ट्ि,
30 ड्रम, के न, बॉक्स और समान कन्िेनर चाहे उसे लाइन दकया गया हो अथवा 7310 20%
नहीं या उसे हीि से इन्सुलेि दकया गया हो अथवा नहीं लेदकन यांजत्रक अथवा
तापीय उपक्रम से युक्त न हो

लौह अथवा इस्ट्पात का कम्प्रेस दकया हुआ अथवा सरलीकृ त गैस के जलए
31 7311 20%
कन्िेनर

Page 82 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 7

लौह अथवा इस्ट्पात का स्ट्िेंजडड वायर, रोप, के बल, प्लेरिड बैंड, लस्ट्लंग और
32 7312 20%
उसके समान वस्ट्तु जिसे जवद्युतीय रूप से इन्सुलेि न दकया गया

लौह अथवा इस्ट्पात का फे नलसंग के जलए उपयोग दकये िाने वाला बार दकया
33 हुआ वायर; रिवस्ट्ि दकया हुआ हूप अथवा लसंगल फ्लेि वायर, बासि दकया 7313 20%
हुआ अथवा नहीं और लूि तरीके से जववस्ट्ि दकया हुआ डबल वायर

लौह अथवा इस्ट्पात तार का ड्रील, नेटिंग और फे नलसंग; लौह अथवा इस्ट्पात
34 7314 20%
का जवस्ट्तार दकया हुआ धातु
35 लौह अथवा इस्ट्पात का चैन और उसका जहस्ट्सा 7315 20%

36 लौह अथवा इस्ट्पात का िैंकर, ग्रेपनेल्स और उसका जहस्ट्सा 7316 20%

37 लौह एवं इस्ट्पात कन वस्ट्तुएं 7317 20%

38 लौह एवं इस्ट्पात कन वस्ट्तुएं 7318 20%

39 लौह एवं इस्ट्पात कन वस्ट्तुएं 7319 20%

40 लौह अथवा इस्ट्पात का लस्ट्प्रंग और लस्ट्प्रंग के जलए लीव्स 7320 20%

लौह अथवा इस्ट्पात का स्ट्िोव्स, रें ि, ग्रेड, कू कर (कें रीय जहटिंग के जलए
सहायक बायलरों के साथ उन वस्ट्तुओं सजहत), बारबेक्यूि, िेजियसि, गैस
41 7321 20%
टरं ग, प्लेि वामसि और समान गैर-जवद्युतीय घरे लू उपकरण और उसका
जहस्ट्सा

लौह अथवा इस्ट्पात का कें रीय जहटिंग के जलए रे जडयेिर जिसे जवद्युतीय रूप से
हीि न दकया गया हो और उसका जहस्ट्सा; लौह अथवा इस्ट्पात का हेयर हीिर
42 7322 20%
और हॉि एयर जवतरक जिसे जवद्युतीय रूप से हीि न दकया गया हो, फे न
अथवा ब्लोअर िो मोिर से चलती हो और उसके जहस्ट्से को िाजमल करते हुए

43 लौह अथवा इस्ट्पात का िेबल और समान घरे लू वस्ट्तुएं और उसका जहस्ट्सा 7323 20%

44 लौह अथवा इस्ट्पात का सेनेिरी वेयर और उसके पाििस 7324 20%

45 लौह अथवा इस्ट्पात का अन्य कास्ट्ि सामान 7325 20%

46 लौह अथवा इस्ट्पात का जवद्युतीय इस्ट्पात और अन्य वस्ट्तु 7326 20%

47 रे लवे अथवा रामवे पेसेंिर कोच िो स्ट्वयं आगे नहीं बढ़ता हो 8605 50%

48 रे लवे अथवा रामवे माल वेन और वेगन


े िो स्ट्वयं आगे नहीं बढ़ता हो 8606 50%

रे लवे अथवा रामवे लोकोमोरिव का जहस्ट्सा अथवा रोललंग स्ट्िॉक िैसे 8607 50%
49 बोजगि, जबसल बोजगि, एक्सेल और फोयड दकया हुआ पजहया और उसका
जहस्ट्सा

जववरणों में िाजमल दकए गए उत्पाि सांकेजतक हैं; जवजनर्ििष्ि एच एस कोड के अंतगित सभी उत्पािों को पररजिष्ि के भाग
के रूप में िाजमल दकया गया है।"
[फा. सं. एस-13026/1/2020-आईडीडी]

रजसका चौबे, अपर सजचव

Page 83 of 4779
8 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

MINISTRY OF STEEL
NOTIFICATION
New Delhi, the 31st December, 2020
G.S.R. 1(E).—The amendments in the Policy for providing preference to domestically
manufactured Iron & Steel products in Government procurement (DMI&SP Policy)–Revised, 2019 is
hereby published for general information.
"No. S-13026/1/2020- IDD
Ministry of Steel
ID Division
Udyog Bhawan,
New Delhi 31st December, 2020
Sub.: Amendments / additions to the Policy for Providing Preference to Domestically Manufactured
Iron & Steel Products in Government Procurement - revised, 2019
The following amendments / additions to the Policy for Providing Preference to Domestically
Manufactured Iron & Steel Products in Government Procurement - revised, 2019 (DMI&SP revised, 2019)
are applicable with immediate effect. These amendments / additions shall not apply to any tender or
procurement for which notice inviting tender or other form of procurement solicitation has been issued
before the issue of this notification.
I - Amendments: Table 1
Sl. Existing Clause in DMI&SP revised, 2019 Amended Clause in DMI&SP revised, 2019
No.
1 Clause 1.3: Clause 1.3: The policy is applicable to every
Ministry or Department of Government and all
The policy is applicable to every Ministry or
agencies/entities under their administrative
Department of Government and all
control and to projects funded by these agencies
agencies/entities under their administrative
for purchase of iron & steel products for
control and to projects funded by these agencies
government projects. All Central Sector Schemes
for purchase of iron & steel products for
(CS)/Centrally Sponsored Schemes (CSS) for
government projects. However, this policy shall
which procurement is made by States and Local
not apply for purchase of iron & steel products
Bodies, would come within the purview of this
with a view to commercial resale or with a view
Policy, if that project / scheme is fully / partly
to use in the production of goods for commercial
funded by Government of India. However, this
sale.
policy shall not apply for purchase of iron & steel
products with a view to commercial resale or with
a view to use in the production of goods for
commercial sale.
2 Clause 2.13: Domestic value addition shall be Clause 2.13: Domestic value addition means -
the net selling price (invoiced price excluding amount of value added in India which shall be the
net domestic taxes and duties) minus the landed total value of the item to be procured / sold
cost of imported input materials at the (excluding net domestic indirect taxes) minus the
manufacturing plant in India (including all value of imported content in the item (including
customs duties) as a proportion of the net selling all customs duties) as a proportion of the total
price, in percent. The ‘domestic value addition’ value of the item to be procured / sold, in
definition shall be in line with the percent. The ‘domestic value addition’ definition
DPIIT(formerly DIPP) guidelines, and shall be shall be in line with the DPIIT (formerly DIPP)
suitably amended in case of any changes by guidelines, and shall be suitably amended in case
DPIIT in the future. For the purpose of this of any changes by DPIIT in the future. For the
policy document, domestic value addition and purpose of this policy document, domestic value
local content have been used interchangeably. addition and local content have been used
interchangeably.

Page 84 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 9
3 Clause 5.1.5 Clause 5.1.5: The policy is applicable to all
projects funded by Ministry or Department of
The policy is applicable to all projects funded by
Government and all agencies/ entities under their
Ministry or Department of Government and all
administrative control for purchase of iron & steel
agencies/ entities under their administrative
products. All Central Sector Schemes
control for purchase of iron & steel products.
(CS)/Centrally Sponsored Schemes (CSS) for
which procurement is made by States and Local
Bodies, would come within the purview of this
Policy, if that project / scheme is fully / partly
funded by Government of India.
4 Clause 5.1.6: The policy shall be applicable to Clause 5.1.6 The policy shall be applicable to
projects where the procurement value of iron projects where the procurement value of iron and
and steel products is greater than Rs. 25 crores. steel products (Appendix - A of the DMI&SP
The policy shall also be applicable for other Policy) is greater than Rs. 5 lakhs. The policy
procurement (non-project), where annual shall also be applicable for other procurements
procurement value of iron and steel products for (non-project), where annual procurement value of
that Government organization is greater than Rs. iron and steel products for that Government
25 crores. organization is greater than Rs. 5 lakhs. However,
it shall be ensured by procuring entities that
procurement is not split for the purpose of
avoiding the provisions of this policy.
5 Clause 7.2: Domestic value addition shall be the Clause 7.2: Domestic value addition means -
net selling price (invoiced price excluding net amount of value added in India which shall be the
domestic taxes and duties) minus the landed cost total value of the item to be procured / sold
of imported input materials at the manufacturing (excluding net domestic indirect taxes) minus the
plant in India (including all customs duties) as a value of imported content in the item (including
proportion of the net selling price, in per cent. all customs duties) as a proportion of the total
value of the item to be procured / sold, in percent.
6 Clause 7.3: It is recommended that each bidder Clause 7.3: It is recommended that procuring
participating in the tender process should Government agency / bidder participating in the
calculate the domestic value addition using the tender process should calculate the domestic
below formula below so as to ensure the
domestic value addition claimed is consistent value addition using the below formula so as to
with the minimum stipulated domestic value ensure that the domestic value addition claimed is
addition requirement of the policy. consistent with the minimum stipulated domestic
value addition requirement of the policy.
For iron and steel products
% domestic value addition For iron and steel products& capital goods
Net selling price of final product - landed cost % domestic value addition
of imported iron or steel at the plant--------------- Total value of the item to be procured / sold
-------------------------- X 100 %
(excluding net domestic indirect taxes) - the value
Net selling price of final product of imported content in the item (including all
For capital goods customs duties)
% domestic value addition ------------------------------------------ X 100 %
Net selling price of final product - landed cost Total value of the item to be procured / sold
of imported iron or steel at the plant
--------------------------------------- X 100 %
Net selling price of final product

II - Following amendment is made to the Appendix A of the DMI&SP revised, 2019 :- Wherever
minimum domestic value addition of 15% is specified in the Appendix - A of the DMI&SP revised, 2019
under the column Minimum domestic value addition requirement, same shall be replaced
with 20% minimum domestic value addition). (Revised Appendix - A is attached)

Page 85 of 4779
10 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

III - Additions / Insertions: Table 2


Sl. No. Added / Inserted Clause in DMI&SP revised, 2019
1 Clause 5.1.13 is inserted below Clause 5.1.12 as:
Clause 5.1.13: No Global Tender Enquiry (GTE) shall be invited for tenders related to
procurement of iron and steel products (Appendix-A of the DMI&SP Policy). No Global Tender
Enquiry (GTE) shall be invited for tenders related to procurement of Capital Goods for
manufacturing iron & steel products (Appendix- B of the DMI&SP Policy) having estimated value
upto Rs. 200 Crore except with the approval of competent authority as designated by Department
of Expenditure.
2 Clause 6.9 is inserted below Clause 6.8 as:
Clause 6.9: Specifications in Tenders and other procurement solicitations:
6.9.1 Every procuring entity shall ensure that the eligibility conditions in respect of
previous experience fixed in any tender or solicitation do not require proof of supply in other
countries or proof of exports.
6.9.2 Procuring entities shall endeavour to see that eligibility conditions, including on
matters like turnover, production capability and financial strength do not result in
unreasonable exclusion of local supplier' who would otherwise be eligible, beyond what is
essential for ensuring quality or creditworthiness of the supplier.
6.9.3 Procuring entities shall, within 2 months of the issue of this policy review all existing
eligibility norms and conditions with reference to sub-paragraphs 6.9.1 and 6.9.2 above.
6.9.4 If Ministry of Steel is satisfied that Indian suppliers of iron and steel products are not
allowed to participate and/ or compete in procurement by any foreign government due to
restrictive tender conditions which have direct or indirect effect of barring Indian companies such
as registration in the procuring country, execution of project of specific value in the procuring
country etc., it may, if deemed appropriate, restrict or exclude bidders from that country from
eligibility for procurement of that item and/ or other items relating to Ministry of Steel.
6.9.5 For the purpose of sub-paragraph 6.9.4 above, a supplier or bidder shall be considered to
be from a country if (i) the entity is incorporated in that country, or (ii) a majority of its
shareholding or effective control of the entity is exercised from that country; or (iii) more than
50% of the value of the item being supplied has been added in that country. Indian suppliers shall
mean those entities which meet any of these tests with respect to India. The term ‘entity’ of a
country shall have the same meaning as under the FDI Policy of DPIIT as amended from time to
time.
3 Clause 6.10 is inserted below Clause 6.9 as:
Clause 6.10: In case restrictive or discriminatory conditions against domestic suppliers are
included in bid documents, an inquiry shall be conducted by the Administrative Department
undertaking the procurement (including procurement by any entity under its administrative
control) to fix responsibility for same. Thereafter, appropriate action, administrative or otherwise,
shall be taken against erring officials of procurement entities under relevant provisions. Intimation
on all such action shall be sent to the Standing Committee under the DMI&SP Policy.

IV - Revised Appendix A - Exclusive for domestically manufactured products


Sl. Applicable Minimum domestic value
Indicative list of Iron & Steel Products
No HS code addition requirement

Flat-rolled products of iron or non alloy steel, of a width of 600


1 7208 50%
mm or more, hot rolled, not clad, plated or coated
2 Flat-rolled products of iron or non alloy steel, of a width of 600 7209 50%

Page 86 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 11
mm or more, cold rolled (cold-reduced), not clad, plated or
coated
Flat-rolled products of iron or non alloy steel, of a width of 600
3 7210 50%
mm or more, clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of less
4 7211 35%
than 600 mm, not clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of less 35%
5 7212
than 600 mm, clad, plated or coated
Bars and rods, hot-rolled, in irregularly wound coils, of iron or 35%
6 7213
non-alloy steel
Other bars and rods of iron or non alloy steel, not further 35%
7 worked than forged, hot rolled, hot-drawn or hot-extruded, but 7214
including those twisted after rolling
8 Other bars and rods of iron or non alloy steel 7215 35%
9 Angles, shapes and sections of iron or non-alloy steel 7216 35%
10 Wire of iron or non-alloy steel 7217 50%
Flat-rolled products of stainless steel, of a width of 600 mm or
11 7219 50%
more
Flat-rolled products of stainless steel, of a width of less than
12 7220 50%
600 mm
Other bars and rods of stainless steel; angles, shapes and
13 7222 50%
sections of stainless steel
14 Wire of other alloy steel 7229 35%
Rails, railway or tramway track construction material of iron or
15 7302 50%
steel
16 Tubes, pipes and hollow profiles, of cast iron 7303 35%
Tubes, pipes and hollow profiles, seamless, of iron (other than
17 7304 35%
cast iron) or steel
Other tubes and pipes (for example, welded, riveted or similarly
18 closed), having circular cross-sections, the external diameter of 7305 35%
which exceeds 406.4 mm, of iron or steel
Other tubes, pipes and hollow profiles (for example, open seam
19 7306 35%
or welded, riveted or similarly closed), of iron or steel
Tube or pipe fittings (for example, connectors/couplings, elbow
20 7307 35%
sleeves), of iron or steel
Bars and rods, hot-rolled, in irregularly wound coils, of
21 7221 35%
stainless steel
22 Wire of stainless steel 7223 35%
Flat-rolled products of other alloy steel, of a width of 600 mm
23 7225 35%
or more, including electrical steel
Flat-rolled products of other alloy steel, of a width of less than
24 7226 35%
600 mm, including electrical steel
Bars and rods, hot-rolled, in irregularly wound coils, of other
25 7227 20%
alloy steel

Page 87 of 4779
12 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

Other bars and rods of other alloy steel; angles, shapes and
26 sections, of other alloy steel; hollow drill bars and rods, of alloy 7228 35%
or nonalloy steel
Sheet piling of iron or steel, whether or not drilled, punched or
27 made from assembled elements; welded angles, shapes and 7301 20%
sections, of iron or steel
Structures (excluding prefabricated buildings of heading 9406)
28 7308 20%
and parts of structures
Reservoirs, tanks, vats and similar containers for any material
(other than compressed or liquefied gas), of iron or steel, of a
29 capacity exceeding 300 whether or not lined or heatinsulated, 7309 20%
but not fitted with mechanical or
Thermal equipment
Tanks, casks, drums, cans, boxes and similar containers, for
any material (other than compressed or liquefied gas), of iron or
30 steel, of a capacity not exceeding 300 L, whether or not lined or 7310 20%
heat-insulated, but not fitted with mechanical or thermal
equipment
31 Containers for compressed or liquefied gas, of iron or steel 7311 20%
Stranded wire, ropes, cables, plaited bands, slings and the like,
32 7312 20%
of iron or steel, not electrically insulated
Barbed wire of iron or steel; twisted hoop or single flat wire,
33 barbed or not, and loosely twisted double wire, of a kind used 7313 20%
for fencing, of iron or steel
Grill, netting and fencing, of iron or steel wire; expanded metal
34 7314 20%
of iron or steel
35 Chain and parts thereof, of iron or steel 7315 20%
36 Anchors, grapnels and parts thereof, of iron or steel 7316 20%
37 Articles of iron and steel 7317 20%
38 Articles of iron and steel 7318 20%
39 Articles of iron and steel 7319 20%
40 Springs and leaves for springs, of iron or steel 7320 20%
Stoves, ranges, grates, cookers (including those with subsidiary
boilers for central heating), barbecues, braziers, gas-rings, plate
41 7321 20%
warmers and similar non-electric domestic appliances, and
parts thereof, of iron or steel
Radiators for central heating, not electrically heated, and parts
thereof, of iron or steel; air heaters and hot air distributors, not
42 7322 20%
electrically heated, incorporating a motor-driven fan or blower,
and parts thereof, of iron or steel
Tables and similar household articles and parts thereof, of iron
43 7323 20%
or steel
44 Sanitary ware and parts thereof, of iron or steel 7324 20%
45 Other cast articles of iron or steel 7325 20%

Page 88 of 4779
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 13
46 Electrical steel and other articles of iron or steel 7326 20%
47 Railway or tramway passenger coaches, not self-propelled 8605 50%
48 Railway or tramway goods vans and wagons, not self-propelled 8606 50%
Parts of railway or tramway locomotives or rolling-stock; such 8607 50%
49 as bogies, bissel-bogies, axles and forged wheels, and parts
thereof

Products included in descriptions are indicative; all products under the specified HS codes are included
as part of the appendix."

[F. No. S-13026/1/2020-IDD]


RASIKA CHAUBE, Addl. Secy.

Uploaded by Dte. of Printing at Government of India Press, Ring Road, Mayapuri, New Delhi-110064
and Published by the Controller of Publications, Delhi-110054.

Page 89 of 4779
jftLVªh laö Mhö ,yö&33004@99 REGD. NO. D. L.-33004/99

vlk/kj.k
EXTRAORDINARY
Hkkx II—[k.M 3—mi&[k.M (i)
PART II—Section 3—Sub-section (i)
izkf/dkj ls izdkf'kr
PUBLISHED BY AUTHORITY
la- 324] ubZ fnYyh] cq/okj] ebZ 29] 2019@T;s"B 8] 1941
No. 324] NEW DELHI, WEDNESDAY, MAY 29, 2019/JYAISTHA 8, 1941

इपात
पात मं ालय
अिधसूचना

नई दली, 29 मई, 2019


सा.का.िन. 385(अ).
385(अ).—
(अ).—घरेलू प से उपादत कए जाने वाले लौह एवं टील उपाद क सरकारी खरीद को ाथिमकता दए
जाने के िलए संशोिधत नीित सामा&य सूचना हेतु कािशत क जाती है।
[फा. सं. 3(2)/2018-आईडीडी]

रिसका चौबे, अपर सिचव

सरकारी खरीद म घरे लू तर


तर पर िनमत लौह एवं इपात
पात उपाद
पाद को वरीयता देने के िलए नीित - संशोिधत, 2019
1. भूिमका

1.1 यह नीित सरकारी खरीद म, घरे लू तर पर िन-मत लौह एवं इपात उपाद/ (डी एम आई एंड एस पी) को वरीयता देती है।
1.2 यह नीित यथा लागू िनधा56रत गुणवता मानदंड/ के अनुपालन म, उपादत लौह एवं इपात उपाद/ िजसे प6रिश9ट क म, दया
गया है और प6रश9ट ख म, दए गए लौह एवं इपात उपाद/ के िलए पूंजीगत माल पर लागू होती है।
1.3 यह नीित सरकार के येक मं;ालय अथवा िवभाग और उनके शासिनक िनयं;ण के अधीन सभी एज,िसय// ित9ठान/ तथा
सरकारी प6रयोजना> के वाते लौह एवं इपात उपाद/ क खरीद के िलए इन एज,िसय/ ?ारा िव@ पोिषत प6रयोजना> पर
लागू है। हालांक, यह नीित वािणिBयक पुन: िबE के उFेGय से अथवा वािणिBयक िबE के िलए वतु> के उपादन म, उपयोग
करने के उFेGय से लौह एवं इपात उपाद/ क खरीद पर लागू नहH होगी।
2. प!रभाषाएं
2.1 बोली लगाने वाला लौह एवं इपात का कोई घरेलू/िवदेशी िनमा5ता अथवा उनके िबE एज,ट/अिधकृ त िवतरक/ अिधकृत
डीलर/अिधकृ त आपू-त गृह अथवा सरकारी एज,िसय/ ?ारा िव@ पोिषत िनिध प6रयोजना> क बोली लगाने म, काय5रत कोई
अ&य कंपनी हो सकती है।
2683 GI/2019 (1)

Page 90 of 4779
2 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

2.2 घरेलू तर


तर पर िनमत लौह एवं इपात
पात उपाद (डी एम आई एंड एस पी)वे लौह एवं इपात उपाद हK िजनका िनमा5ण उन
ित9ठान/ ?ारा कया जाता है जो भारत म, पंजीकृ त और थािपत हK, िजसम, िवशेष आ-थक Lे; (एस ई जैड) शािमल है। इसके
अलावा, इस कार के उपाद प6रिश9ट क म, कये गये उलेख के अनुसार घरे लू &यूनतम मूयवध5न के मानदंड/ को पूरा कर, गे ।

2.3 घरेलू िनमा$ता खंड 7 म, दशा-िनदNश/ और क, Oीय उपाद शुक अिधिनयम म, दी गई ‘िनमा5ता’ क प6रभाषा के अनु प लौह एवं
इपात उपाद/ का एक िनमा5ता है।
2.4 इस नीित के योजन से सरकार का तापय5 भारत सरकार से है।
2.5 सरकारी एजिसय म, सरकार के साव5जिनक Lे; के उपEम, सरकार ?ारा थािपत सोसायटी, Pट और सांिविधक िनकाय

शािमल हK।
2.6 एम ओ एस का आशय इपात मं;ालय, भारत सरकार से है।
2.7 िनवल िब'( क(मत बीजक कमत होगी िजसम, िनवल घरे लू कर और शुक शािमल नहH ह/गे।

2.8 अध$ तैयार इपात का तापय5 इनगोQस, िबलेट, Rलूम और लेRस से है, िजसे बाद म, सािधत कर तैयार इपात बनाया जा

सकता है।

2.9 तैयार इपात का तापय5 सपाट और लंबे उपाद/ से होगा िज&ह, बाद म, सािधत कर िन-मत मद बनाया जा सकता हK।

2.10 एल1 का तापय5 िनिवदा अथवा अ&य खरीद संबंधी अनुरोध के अनुसार मूयांकन Eया म, यथाघोिषत िनिवदा, बोली लगाने
संबंधी Eया अथवा अ&य खरीद संबंधी अनुरोध/ म, ाSत िनTनतम िनिवदा अथवा िनTनतम बोली अथवा िनTनतम भाव से
होगा।

2.11 खरीद वरीयता के माजन का तापय5 उस अिधकतम सीमा से है िजस सीमा तक कसी घरे लू आपू-तकता5 ?ारा लगाई गई कमत
खरीद वरीयता के योजन से एल1 से अिधक हो। डी एम आई एंड एस पी नीित के मामले म,, खरीद वरीयता का मा-जन
प6रिश9ट ख म, मद/ के िलए 20 ितशत होगा।
2.12 पात उपाद का तापय5 ऐसे लौह एवं इपात उपाद/ से होगा िजनका उ लेख प6रिश9ट क म, कया गया है।
लौह एवं इपात
2.13 यवध$न िनवल िबE कमत (िनवल घरे लू कर/ और शुक/ को छोड़कर बीजक कमत) होगी िजससे ितशत म, िनवल
घरेलू मू,यवध$
िबE कमत के एक अनुपात के प म, भारत म, िनमा5ण संयं; (सभी सीमा शुक/ सिहत) म, आयात क गई इनपुट साम[ी क
प\ंच लागत घटाई गई हो, ‘घरेलू मूयवध5न’ प6रभाषा डी पी आई आई टी (पूव5 म, डी आई पी पी) के दशािनदNश/ के अनु प
होगी और उसम, भिव9य म, डी पी आई आई टी ?ारा प6रवत5न कये जाने क िथित म, उपयु]त प से संशोधन कया जाएगा।
इस नीित दतावेज के योजन के िलए घरेलू मूयवध5न और थानीय िवषय वतु का उपयोग एक दूसरे के थान पर कया गया
है।

3. अपवज$न

3.1 इपात मं;ालय ?ारा इस कार क सभी सरकारी खरीद/ के िलये िनTनिलिखत शत^ के अ_यधीन छू ट दान क जाएगी।
3.1.1 जहां िविश9ट [ेड/ के इपात का िनमा5ण इस देश म, नहH कया जाता हो, अथवा
3.1.2 जहां प6रयोजना क मांग के अनुसार इन मा;ा> को घरे लू `ोत/ के मा_यम से पूरा नहH कया जा सकता हो।
अपवज5न संबंधी अनुरोध/ को घरे लू तर पर िन-मत लौह एवं इपात उपाद/ के उपलRध न होने के पया5Sत माण के साथ
थायी सिमित को तुत कया जाएगा।
4. थायी सिमित
इस नीित के काया5&वयन का पय5वेLण करने के िलए इपात मं;ालय (एम ओ एस) के अधीन एक थायी सिमित का गठन कया
जाएगा। िजसके अ_यL सिचव इपात ह/गे। इस सिमित म, उbोग /उbोग संघ/सरकारी संथा अथवा िनकाय/इपात मं;ालय

(एम ओ एस) से िलए गए िवशेषc ह/गे। इपात मं;ालय म, उ]त सिमित के पास िनTनिलिखत के िलए अिधदेश होगा :
4.1 इस नीित के काया5&वयन क मॉनीटeरग करना
4.2 प6रिश9ट क और प6रिश9ट ख म, यथा उिलिखत लौह एवं इपात उपाद/ क सूची और घरे लू िबE वध5न क आवGय कता से

संबंिधत मानदंड/ क समीLा करना और उसे अिधसूिचत।

Page 91 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 3

4.3 खंड 3 के अनुसार खरीद एज,िसय/ को अपवज5न क वीकृ ित देने सिहत इस नीित के काया5&वयन के िलए आवGयक प9टी करण
जारी करना।

4.4 िशकायत िनवारण करने के िलए एक अलग सिमित का गठन करना।

4.5 थायी सिमित इपात मं;ालय को अनुमोदन हेतु अपनी िसफा6रश, तुत कर, गी।
5. सरकार .ारा खरीदे जाने वाले
वाले लौह एवं इपात
पात उपाद
पाद को अिधसूिचत करना
5.1 िनTनिलिखत दशािनदNश/ का उपयोग इस नीित के अंतग5त उपरो]त उपाद/ क पहचान करने और उसे अिधसूिचत करने के
िलए कया जा सकता है :
5.1.1 यह नीित प6रिश9ट क म, दए गए अनुसार लौह एवं इपात उपाद/ और प6रिश9ट ख म, लौह एवं इपात उपाद/ का िनमा5ण
करने के िलए पूंजीगत माल पर लागू है।

5.1.2 प6रिश9ट क म, लौह एवं इपात उपाद/ क सूची दी गई है िजसका िनमा5ण अन&य प से घरेलू तर पर कया जाना है और
उसका आयात इपात मं;ालय के अनुमोदन के िबना नहH कया जा सकता है।
5.1.3 प6रिश9ट ख म, पूंजीगत माल क एक सूची (जो िवतृत नहH है) दी गई है िजसके िलए खरीद संबंधी वरीयता घरे लू तर पर
िन-मत पूंजीगत माल को दी जाएगी, यद उनक दी गई कमत सदृGय आयात कये गये पूंजीगत माल के िलए दी गई कमत के
20 ितशत के अंदर आती हो।
5.1.4 इस नीित का उFेGय सभी लौह एवं इपात उपाद/ को अिधसूि चत करना है िजसक खरीद सरकारी एज,िसय/ ?ारा सरकारी
प6रयोजना> के िलए क जाती है और न क वािणिBयक पुन: िबE के उFेGय से अथवा वािणिBयक िबE के िलए उपाद/ के
उपादन म, योग करने के उFेGय से क गई हो।
5.1.5 यह नीित सरकार के मं;ालय अथवा िवभाग के ?ारा िनिध दत सभी प6रयोजना> और उनके शासिनक िनयं;ण के अधीन
सभी एज,िसय// ित9ठान/ पर लौह एवं इपात उपाद/ क खरीद के िलए लागू है।
5.1.6 यह नीित उन प6रयोजना> पर लागू होगी जहां लौह एवं इपात उपाद/ का खरीद मूय 25 करोड़ hपए से अिधक होता हो।
यह नीित अ&य खरीद (गैर प6रयोजना) के िलए भी लागू होगी जहां उस सरकारी संगठन के िलए लौह एवं इपात उपाद/ का
वा-षक खरीद मूय 25 करोड़ hपए से अिधक होता हो।
5.1.7 यह नीित सरका र के मं;ालय अथवा िवभाग अथवा उनके साव5जिनक Lे; के उपEम/ क कसी अ&य आवGयकता को पूरा करने
के िलए और/ अथवा ई पी सी संिवदा को पूरा करने के िलए ाइवेट एज,िसय/ ?ारा लौह एवं इपात/ क खरीद पर लागू है।
5.1.8 घरेलू लौह एवं इपात उपाद/ के िविभ&न [ेड/ क उपलRधता का िवGलेषण इस नीित के अंतग5त अिधसूिचत करने से पहले
करना होगा। के वल उन लौह एवं इपात को उपाद/ को िजनके संबंध म, कम से कम एक घरेलू िनमा5ता मौजूद हो, अिधसूिचत
कया जाएगा। थायी सिमित से परामश5 कया जा सकता है।
5.1.9 यह नीित यथा लागू िनधा56रत गुणवता मानदंड/ के अनुपालन म, उपादत प6रिश9ट ख म, दए गए लौह एवं इपात उपाद/ का

िनमा5ण करने के िलए पूंजीगत माल के िलए लागू है।


5.1.10 लौह एवं इपात उपाद/ का िनमा5ण करने के िलए पूंजीगत माल/ क घरे लू खरीद के िलए नीित लौह एवं इपात उपाद/ का
िनमा5ण करने के िलए और न क वािणिBयक पुन: िबE के उFेGय से पूंजीगत माल/ क खरीद के वाते और साव5जिनक Lे; के
इपात िविनमा5ता> और उनके शासिनक िनयं;णाधीन सभी एज,िसय// ित9ठान/ पर लागू है।
5.1.11 यह नीित ई पी सी सं िवदा और/अथवा साव5जिनक Lे; से इपात िनमा5ता> और उनके शासिनक िनयं;ण के अधीन सभी
एज,िसय// ित9ठान/ क कसी अ&य आवGयकता को पूरा करने के िलए िनजी एज,िसय/ ?ारा लौह एवं इपात उपाद/ का
िनमा5ण करने के िलए पूंजीगत माल क खरीद पर लागू है।
5.1.12 सरकारी एज,िसयां जो लौह एवं इपात उपाद/ के िनमा5ण के िलए पूंजीगत माल और लौह एवं इपात उपाद/ क खरीद म, उन
िथितय/ म, शािमल है जहां लौह एवं इपात उपाद/ का उलेख प6रिश9ट क और प6रिश9ट ख म, नहH कया गया हो, थायी
सिमित को िनधा56 रत मानदंड/ के साथ इस उपाद के िववरण और तकनीक िविनदNशन उपलRध करायेगा। था यी सिमित खंड 3

और खंड 4 म, अिधदेश के अनुसार काय5 करे गी।

Page 92 of 4779
4 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

5.2 इपात मं;ालय (एम ओ एस) प6रिश9ट क म, दए गए &यूनतम िनधा56रत घरे लू मूयवध5न के साथ लौह एवं इपात उपाद/ को
अिधसूिचत करेगा।

5.3 लौह एवं इपात उपाद/ का िनमा5ण करने के िलए पूंजीगत माल के संबंध म, नीितगत दशािनदNश, प6रयोजना के आकार पर
िवचार कये िबना प6रिश9ट ख म, लौह एवं इपात उपाद/ का िनमा5ण करने के िलए पूंजीगत माल क सभी खरीद/ के िलए

साव5जिनक Lे; के इपात िनमा5ता> पर लागू ह/गे।


5.4 प6रिश9ट क म, लौह एवं इपात उपाद/ के िलए तथा प6रिश9ट ख म, लौह एवं इपात उपाद/ का िनमा5ण करने के िलए पूंजीगत
माल के िलए सुझाव दए गए &यूनतम घरेलू मूयवध5न आवGयकता घरे लू आपू-तकता5 का आधार, आपू-तकता5> क संl या और

खपत क तुलना म, आयात का अनुपात जैसे कारक/ के आधार पर तय कया गया है।

5.5 घरेलू मूयवध5न आवGयकता संबंधी मानदंड/ का इस कार से िनधा5रण कया जाएगा िजस से क यह कसी दए गए समय म,
लौह एवं इपात उपाद/ के िलए घरे लू उbोग क औसत/औसत से अिधक िनमा5ण Lमता दशा5ता हो। था यी सिमित ?ारा समय

समय पर उपयु]त प से इसक समीLा क जाएगी और आवGयकता पड़ने पर इपात मं;ालय के अनुमोदन से इसम, संशोधन
कया जाएगा।
6. सरकार एवं सरकारी एजिसय .ारा खरीद के िलए िनिवदा 01'या

6.1 सरकारी एज,िसयां डी एम आई एंड एस पी का पालन करते समय िव त मं;ालय और सी वी सी के अनुदश
खरीद करने वाली/ े / के
अनुसार मानक खरीद संबंधी Eया> का पालन करेगी। यह नीित सभी िनिवदा> जहां कमत बोली नहH खोली गई है, म,
इसके अिधसूचना क ितिथ से लागू होगी।
6.2 दोन/ वतु> क खरीद तथा ई पी सी संिवदा> के िलए िनिवदा दतावेज म, लौह एवं इपात उपाद/ का िनमा5ण करने के िलए
लौह एवं इपात उपाद/ तथा पूज ं ीगत माल (जैसा क प6रिश9ट क और प6रिश9ट ख म, दशा5या गया है, के िलए बोली लगाने

वाले ?ारा &यूनतम िनधा56रत घरे लू मूयवध5न का पालन करने के िलए अह5ता मानदंड/ का प9ट उले ख होना चािहए।

6.3 घरेलू उपाद/ के िवकास का सहयोग करने म, , लौह एवं इपात mयापार Eयाकलाप/ म, घरे लू मूल्यवध5न का लoय िनधा56रत
कया गया है िजसे प!रिश3ट क और प!रिश3ट ख म, दया गया है।
6.4 प6रिश9ट क म, लौह और इपात उपाद/ के खरीद क Eया केवल उन िनमा5ता>/आपू-तकता5> के िलए ही खुली रहेगी िजसम,
घरेलू मूयवध5न लoय/ को पूरा करने/उससे Bयादा पूरा करने क Lमता हो। घरे लू मूयवध5न लoय/ को पूरा न करने वाले

िनमा5ता/आपू-तकता5 बोली लगाने म, भाग लेने के िलए पा; नहH हK।


6.5 प6रिश9ट ख म, दी गई मद/ के मामल/ म,, यद खरीद करने वाली कंपनी क राय म,, िनिवदा> (खरीदी गई मा;ा) को 50:50 के
िनधा56रत अनुपात म, नहH बांटा जा सकता है, तब उनके पास मा;ा जो 50 ितशत से कम नहH हो, जो क िवभाBय हो, के िलए
पा; घरेलू िनमा5ता को संिवदा देने का अिधकार होगा।
6.6 उपयु5]त शत5 को जारी रखते \ए, प6रिश9ट ख क मद/ के िलए, यद िनिवदा दी गई मद िवभाBय न हो (खरीद करने वाली
कंपनी ?ारा िनिवदा दतावेज म, शािमल कए जाने के िलए) यह संिवदा सम[ मा;ा के िलए पा; घरेलू िनमा5ता को दी जा
सकती है।

6.7 प6रिश9ट ख के मद/ के मामल/ म,, यद घरेलू मूयवध5न क आवGयकता> को पूरा करने वाले पा; िनमा5ता> म, से कोई भी
एल1 क बोली के अनु प न हो, तब एल1 क बोली धारण करने वाले मूल बोली लगाने वाला खरीद के पूण5 मूय के िलए

आदेश ाSत कर, गे।

6.8 वे बोली लगाने वाले जो लौह एवं इपात उपाद/ के घरे लू िनमा5ता> के िबE एज,ट/अिधकृत िवतरक/अिधकृत डीलर/अिधकृत
आपू-त गृह हK इस नीित के अंतग5त घरे लू िनमा5ता> क ओर से बोली लगाने के िलए पा; हK। हालांक, यह िनTनिलिखत शत^ के
अ_यधीन होगा।
6.8.1 बोली लगाने वाले घरे लू तर पर िन-मत लौह एवं इपात उपाद/ क िबE करने के िलए घरेलू िनमा5ता ?ारा जारी कए गए
अिधकार माण प; तुत करेगा।

Page 93 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 5

6.8.2 यद खरीद को डी एम आई एंड एस पी नीित के प6रिश9ट क के अंतग5त शािमल कया गया हो तब बोली लगाने वाला यह
घोषणा करते \ए खरीद करने वाली एज,सी को घरे लू िनमा5ता ?ारा जारी कया गया व- माणन का शपथ प; तुत करेगा क
लौह और इपात उपाद/ का घरे लू तर पर िनमा5ण िनधा56रत घरे लू मूयवध5न के मामले म, कया जाता है।

6.8.3 यद खरीद को डी एम आई एंड एस पी नीित के प6रिश9ट ख के अंतग5त शािमल कया गया हो तब बोली लगाने वाला यह
घोषणा करते \ए घरेलू िनमा5ता को सांिविधक लेखा परीLक ?ारा जारी कया गया माणन तुत करे गा क लौह और इपात
उbोग म, उपयोग कये जाने वाले पूंजीगत माल का घरे लू तर पर िनमा5ण िनधा56रत घरेलू मूयवध5न के मामले म, कया जाता
है।

6.8.4 बोली लगाने वाले क यह िजTमेदारी होगी क वह इस नीित के अनुसार खरीद करने वाली एज,सी को घरे लू िनमा5ता ?ारा जारी
कये जाने के िलए अपेिLत अ&य आवGयक दतावेज तुत करे।
7. घरेलू मू,यवध$
यवध$न आव7यकता
7.1 घरेलू प म, िन-मत लौह और इपात उपाद अथवा पूंजीगत माल के प म, उपाद के प म, पा; होने के िलए &यूनतम घरेलू
मूयवध5न आवGयकता का उलेख प6रिश9ट क और प6रिश9ट ख म, कया गया है।
7.2 घरेलू मूयवध5न िनवल िबE कमत (िनवल घरे लू कर/ और शु क/ को छोड़कर बीजक कमत) होगी िजसम, से ितशत म, िनवल
िबE कमत के एक अनुपात के प म, भारत म, िनमा5ण करने वाले संयं; म, आयात क गई इनपुट साम[ी क प\ंच लागत (सभी
सीमा शुक/ को शािमल करते \ए) घटाई जा एगी।
7.2.1 यद लौह और इपात उपाद/ को घरेलू इनपुट इपात (अध5 तैयार/तैयार इपात) का उपयोग करके िनमा5ण कया जाता हो, तब
खरीदी गई मा;ा और अ&य संबंिधत दतावेज/ के साथ वातिवक घरेलू उपाद/ से खरीद का बीजक खरीद करने वाली सरकारी

एज,सी को अवGय तुत कया जाना चािहए।


7.2.2 यद लौह एवं इपात उपाद/ ने इनपुट इपात का आयात कया हो तब खरीदी गई मा;ा और अ&य संबंिधत दतावेज/ के साथ
वातिवक उपादक/ से खरीद/ के बीजक/ को अलग से तुत कया जाना चािहए। घरेलू मूयवध5न क सीमा िनकालने के िलए ,
दोन/ इनपुट इपात/ (आयात कये और घरेलू) क भा6रत औसत पर िवचार यह सुिनिpत करने के िलए कया जाएगा क इस
नीित क &यूनतम िनधा56रत घरेलू मूयवध5न आवGयकता का पालन कया गया है।
7.3 यह िसफा6रश क जाती है क िनिवदा क Eया म, भाग लेने वाले येक बोली लगाने वाले को नीचे दए गए सू; का उपयोग
करते \ए घरेलू मूयवध5न क गणना करनी चािहए ताक यह सुिनिpत कया जा सके क दावा कये गये घरे लू मूयवध5न इस
नीित के &यूनतम िनधा56रत घरे लू मूयवध5न के अनु प है।

लौह एवं इपात


पात उपाद
पाद के िलए
% घरे लू मूयवधन

पूजीगत
ंजीगत माल के िलए

% घरे लू मूयवधन

8. 0माणन और लेखा परी9ण


8.1 प6रिश9ट क म, दए गए उपाद/ के िलए, येक घरे लू िनमा5ता यह घोषणा करते \ए खरीद करने वाली सरकारी एज,सी को व-
माणन का शपथ प; तुत करेगा क लौह एवं इपात उपा द का िनधा56रत घरेलू मूयवध5न के संबंध म, घरे लू तर पर िनमा5ण
कया गया है। प6रिश9ट ख के पूंजीगत माल के िलए, बोली लगाने वाला यह घोषणा करते \ए घरेलू िनमा5ता को सांिविधक लेखा
परीLक ?ारा जारी कया गया माणन तुत करेगा क पूंजीगत माल का िनमा5ण घरे लू तर पर िनधा56रत घरेलू मूयवध5न के
संबंध म, कया गया है। वे बोली लगाने वाले जो लौह एवं इपात उपाद/ के घरे लू िनमा5ता> का एकमा; िबE एज,ट/अिधकृत

िवतरक/अिधकृत डीलर/अिधकृत आपू-त गृह हK, ई पी सी के अंतग5त घरे लू िनमा5ता> क ओर से बोली लगाने के िलए पा; हK।

Page 94 of 4779
6 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

बोली लगाने वाला घरे लू िनमा5ता> के ?ारा जारी कए गए व- माणन और सांिविधक लेखा परीLक/ ?ारा जारी कये गये
माणन/ को यह घोषणा करते \ए खरीद करने वाली एज,सी को तुत करेगा क लौह एवं इपात उपाद/ का घरेलू तर पर
िनमा5ण िनधा56रत घरेलू मूयवध5न के संबंध म, कया गया है। व माणन का शपथ प; इन दशािनदNश/ से संलqन 0प 1 म,
तुत कया जाएगा।
8.2 घरेलू िनमा5ता क यह िजTमेदारी होगी क वह यह सुिनिpत करे क इस कार से दावा कये गये उपाद/ का घरे लू तर पर उस
उपाद के िलए िनधा56रत घरेलू मूयवध5न के संबंध म, कया गया है। बोली लगाने वाले से यह भी अपेिLत होगा क वह घरेलू
िनमा5ता के सांिविधक लेखा परीLक/ ?ारा िविधवत मािणत अध5वा-षक (िसतंबर 30 और माच5 31) आधार पर घरेलू
मूयवध5न माणप; उपलRध कराये क पहले 6 महीन/ के दौरान इस उपाद के िलए कये गये घरे लू मूयवध5न के दावे इस
नीित के अनुसार हK। इस कार के माण प; को संबंिधत सरकारी एज,िसय/ को येक छमाही के शु होने के 60 दन/ के भीतर
तुत कया जाएगा और उस उपाद/ क आपू-त को पूरा करने तक तुत करता रहेगा।
8.3 खरीद करने वाली एज,सी बोली लगाने वाले ?ारा तुत कये गये इपात उपाद म, घरे लू मूयवध5न के संबंध म, व - माणन का
शपथ प; वीकार करे गा। सामा&य तौर पर खरीद करने वाली एज,सी क यह िजTमेदारी होगी क वह इस दावे क सयतता क
जांच करे। इसक सयतता द-शत करने क िजTमेदारी बोली लगाने वाले क होगी जब उसे ऐसा करने के िलए कहा जाए।
8.4 यद खरीद करने वाली एज,सी अथवा संबंिधत सरकारी एज,सी ?ारा लौह एवं इपात उपाद/ म, घरेलू मूयवध5न के संबंध म,
िवhr कोई िशकायत ाSत होती है तब खरीद करने वाली एज,सी के पास सभी संबंिधत दतावेज/
बोली लगाने वाले के दावे के

का िनरीLण करने और उसक जांच करने तथा िनण5य लेने का पूण5 अिधकार होगा। यद कोई स्प9टीकरण क आवGयकता होती
है तब मामले को तकनीक सहायता के िलए अनुरोध के साथ इपात मं;ालय को भेजा जा सकता है।
8.5 सरकारी एज,सी को भेजे गए कसी िशकायत का िनपटारा सभी आवGयक दतावेज/ को तुत करने के साथ इसे भेजे जाने के 4
सSताह के भीतर कया जाएगा। बोली लगाने वाले से यह अपेिLत होगा क वह िशकायत दायर करने के 2 सSताह के भीतर
सरकारी एज,सी को लौह एवं इपात उपाद/ म, दावा कये गये घरे लू मूयवध5न के समथ5न म, आवGयक दतावेज तुत करे।
8.6 यद इस मामले को इपात मं;ालय के पास भेजा जाता है तब इपात मं;ालय के अधीन ग6ठत िशकायत िनवारण सिमित
सरकारी एज,सी के दृिsकोण पर िवचार करने के बाद बोली लगाने वाले से सभी दतावेज/ के ाSत होने और उसका संदभ5 भेजे
जाने के 4 सSता ह के भीतर िशकायत का िनपटारा करे गी। बोली लगाने वाले से यह अपेिLत होगा क वे इस मामले के संदभ5 के

2 सSताह के भीतर इपात मं;ालय के अंतग5त िशकायत िनवारण सिमित को लौह एवं इपात उपाद/ म, दावा कए गए घरे लू

मूयवध5न के समथ5न म, आवGयक दतावेज तुत करे। यद बोली लगाने वाले ?ारा कोई सूचना तुत नहH क जाती है तब
िशकायत िनवारण सिमित दावे क मािणकता अिधक करने के िलए सरकारी एज,सी के परामश5 से आगे आवGयक कार5वाई कर
सकती है।

8.7 घरेलू मूयवध5न क िनधा56रत सीमा का आकलन करने क लागत का वहन खरीद करने वाली एज,सी ?ारा कया जाएगा यद
घरेलू मूयवध5न माण प; के अनुसार सही पाया गया हो। हालांक, यद ऐसा पाया गया हो क दावा कए गए अनुसार घरे लू
मूयवध5न सही नहH है तब आकलन क लागत बोली लगाने वाले ?ारा भुगतान के योqय होगी िज&ह/ने एक गलत माण प;
तुत कया है। इसे लागू करने के तरीके को िनिवदा दतावेज म, प6रभािषत कया जाएगा।
9. 0ितबंध

9.1 येक सरकारी एज,सी िनिवदा दतावेज म, िनधा56रत घरेलू मूयवध5न का बोली लगाने वाले के ?ारा गलत घोषणा कए जाने
क िथित म, दtड को प9ट प से प6रभािषत करेगा। इस दtड म, ऐसे िनमा5ता/सेवा दाता क ई एम डी को जRत करना, अ&य
िवतीय दंड लगाना और उसे काली सूची म, डालना शािमल हो सकता है।
9.2 संबंिधत बोली लगाने वाले के ?ारा इपात मं;ालय को कसी कार क िशकायत भेजे जाने क िथित म,, 10 लाख hपए अथवा
खरीदी जा रही डी एम आई एंड एस पी के मूय का 0.2 ितशत (अिधकतम 20 लाख के अ_यधीन) इसम, से जो भी अिधक हो,
का िशकायत शुक होगा िजसका भुगतान िशकायतकता5 ?ारा िशकायत के साथ इपात मं;ालय के अधीन िशकायत िनवारण
सिमित के पास जमा कए गए िडमाtड uाvट के ?ारा कया जाएगा। यद, िशकायत को सही नहH पाया जाता है तब सरकारी
एज,सी के पास उ]त रािश को जRत करने का अिधकार सुरिLत है। यद िशकायत पया5Sत प से सही पाई जाती है तब
िशकायतकता5 ?ारा जमा कए गए शुक को िबना कसी Rयाज के वािपस कया जाएगा।

Page 95 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 7

10. इपात
पात मं ालय .ारा काया$:वयन
वयन क( मॉनीट<रग
10.1 इस नीित के ावधान काशन क ितिथ से 5 वष^ क अविध के िलए लागू रह,गे। इस नीित क अविध को इपात मं;ालय के
िववेक से और आगे बढ़ाया जा सकता है।

10.2 इपात मं;ालय इस नीित के काया5&वयन क मानीटeरग करने के िलए नोडल मं;ालय होगा।

10.3 डी एम आई एंड एस पी नीित के अंतग5त सभी लागू एज,िसयां इस नीित का काया5&वयन सुिनिpत करे गी और वा-षक प से जून
के महीने म, एक घोषणा भेजेगी िजसम, इस नीित के अनुपालन क सीमा और िपछले िवतीय वष5 के दौरान उसके अनुपालन न
कए जाने के कारण/ को दशा5या जाएगा।
इपात
पात मं ालय को संदभ$
कसी ऐसे Gन क िथित म, क ]या खरीदी जा रही मद इस नीित के अंतग5त शािमल कए जाने वाले डी एम आई एंड एस पी है, इस

मामले को प9टीकरण के िलए इपात मं;ालय के पास भेजा जाएगा।

प!रिश3ट क – घरेलू तर पर िनमत उपाद


पाद के िलए अन:य

लागू एच एस :यूनतम
नतम घरे लू
'. सं. लौह एवं इपात उपाद
पाद क( सांकेितक सूची
कोड मू,यवध$
यवध$न आव7यकता

600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले लौह अथवा गैर एलॉय इपात
1 का vलेट रोल उपाद, हॉट रोड, न ढका \आ, Sलेट लगाया \आ अथवा कोट 7208 50%

कया \आ
600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले लौह अथवा गैर एलॉय इपात
2 का vलेट रोल उ पाद, कोड रोड (कोड - कम कया \आ), न ढका \आ, Sलेट 7209 50%

लगाया \आ अथवा कोट कया \आ

600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले लौह अथवा गैर एलॉय इपात
3 7210 50%
का vलेट रोल उ पाद, ढका \आ, Sलेट लगाया \आ अथवा कोट कया \आ

600 िम. मी. से कमक चौड़ाई वाले लौह अथवा गैर एलॉय इपात का vलेट रोल
4 7211 35%
उपाद, न ढका \आ, Sलेट लगाया \आ अथवा कोट कया \आ
600 िम. मी. कम क चौड़ाई का लौह अथवा गैर एलॉय इपात का vलेट रोल 35%
5 7212
उपाद, ढका \आ, Sलेट लगाया \आ अथवा कोड कया \आ
लौह एवं गैर एलॉय इपात का अिनयिमत प से wठा \आ ]वाइल म, बास5 और 35%
6 7213
रॉड, हॉट रोड

लौह अथवा गैर एलॉय इपात के अ&य बास5 और रॉxस िजसे फोज5 कए जाने क 35%

7 तुलना म, आगे अिधक वक5 नहH कया \आ, हॉट रोड , हॉट uॉन अथवा हॉट 7214

ए]सटूडडे परंतु रोyलग के बाद उसे 6टिवट कये जाने सिहत


8 लौह अथवा गैर एलॉय इपात का अ&य बास5 एंड रोxस 7215 35%

9 लौह अथवा गैर एलॉय इपात का एंगल, शेप और से]श&स 7216 35%

10 लौह अथवा गैर एलॉय इपात का तार 7217 50%

600 िम. मी. अथवा उससे अिधक क चौड़ाई का टेनलैस इपात का vलेट रोड
11 7219 50%
इपात
12 600 िम. मी. से कम क चौड़ाई का टेनलैस इपात का vलेट रोड इपात 7220 50%

टेनलैस टील का अ&य बास5 और रोxस; टेनलैस टील का एंगल शेप और


13 7222 50%
से]श&स
14 अ&य एलॉय इपात का तार 7229 35%

15 लौह अथवा इपात को रे ल, रे लवे अथवा Pामवे Pेक िनमा5ण साम[ी 7302 50%

Page 96 of 4779
8 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

16 काट लौह का zूब, पाइप और होलो पाइप 7303 35%

लौह (काट आयरन को छोड़कर) अथवा इपात का zूब पाइप और होलो


17 7304 35%
ोफाइल, सीमलैस
लौह अथवा इपात का सकु5 लर Eॉस से]शन वाले अ&य zूब और पाइप (उदाहरण

18 के िलए, वेड कया \आ, 6रवेट कया \आ अथवा समान प से बंद कया गया 7305 35%

\आ), िजसक बाहरी ि;Bया 406.4 िम. मी. से अिधक हो


लौह अथवा इपात के अ&य zूब, पाइप और होलो ोफाइल (उदाहरण के िलए
19 ओपन सीन अथवा वेड कया \आ, 6रवेट कया \आ अथवा समान प से बंद 7306 35%

कया गया \आ)


लौह अथवा इपात का zूब अथवा पाइप फeटग (उदाहरण के िलए,
20 7307 35%
कने]टर/कySलग, एबो लीmस)
टेनलैस टील का अिनयिमत प से wठा \आ क्वाइल म, बास5 और रॉड, हॉट
21 7221 35%
रोड
22 टेनलैस टील का वायर 7223 35%

इलेि]Pकल टील सिहत 600 िम. मी. अथवा उससे अिधक क चौड़ाई वाले अ&य
23 7225 35%
एलॉय टील का vलेट रोड इपात

इलेि]Pकल टील सिहत 600 िम. मी. से कम क चौड़ाई वाले अ&य एलॉय टील
24 7226 35%
का vलेट रोड इपात

अ&य एलॉय टील का अिनयिमत प से wठा \आ ]वाइल म, बास5 और रोड, हॉट


25 7227 15%
रोड
अ&य एलॉय टील का अ&य बास5 और रोxस; अ&य एलॉय टील का एंगल, शेSस
26 7228 35%
और से]श& स ; एलॉय अथवा नॉन एलॉय टील का होलो uील बास5 और रोxस

लौह अथवा इपात क शीट पाइyलग, चाहे uील कया \आ हो अथवा नहH, चाहे
27 पंच कया \आ हो अथवा नहH, चाहे असेTबल कये \ए तव/ से बना \आ हो 7301 15%

अथवा नहH; लौह अथवा इपात का वेड कया \आ एंगल, शेप और से]श&स

P]चस5 (9406 के शीष5 का ीफे ब6रके 6टड भवन/ को छोड़कर) और P]चस5 का


28 7308 15%
िहसा
300 लीटर से अिधक Lमता का लौह अथवा इपात का कसी साम[ी (कT ेस

29
कए \ए अथवा सरलीकृत गैस को छोड़कर) के िलए भंडार, टKक, वैट और समान 7309 15%
क&टेनर चाहे उसे लाइन कया गया हो अथवा नहH या उसे हीट से इ&सुलेट कया
गया हो अथवा नहH लेकन यांि;क अथवा तापीय उपEम से यु]त न हो

अिधकतम 300 लीटर क Lमता का लौह अथवा इपात का कसी साम[ी

(कT ेस कए \ए अथवा सरलीकृत गैस को छोड़कर) के िलए टKक, काट, uम, केन,

30
बॉ]स और समान क&टेनर चाहे उसे लाइन कया गया हो अथवा नहH या उसे हीट 7310 15%

से इ&सुलेट कया गया हो अथवा नहH लेकन यांि;क अथवा तापीय उपEम से

यु]त न हो
31 लौह अथवा इपात का कT ेस कया \आ अथवा सरलीकृत गैस के िलए क& टेनर 7311 15%

लौह अथवा इपात का ट,िडड वायर, रोप, केबल, Sले6टड बKड, yलग और उसके
32 7312 15%
समान वतु िजसे िवbुतीय प से इ&सुलेट न कया गया
लौह अथवा इपात का फे नyसग के िलए उपयोग कये जाने वाला बार कया \आ

33 वायर; 6ट् वट कया \आ {प अथवा yसगल vलेट वायर, बास5 कया \आ अथवा 7313 15%

नहH और लूज तरीके से िQवट कया \आ डबल वायर


लौह अथवा इपात तार का uील, नेeटग और फे नyसग; लौह अथवा इपात का
34 7314 15%
िवतार कया \आ धातु

Page 97 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 9

35 लौह अथवा इपात का चैन और उसका िहसा 7315 15%

36 लौह अथवा इपात का टKकर, [ेपनेस और उसका िहसा 7316 15%

37 लौह एवं इपात क वतुएं 7317 15%

38 लौह एवं इपात क वतुएं 7318 15%

39 लौह एवं इपात क वतुएं 7319 15%

40 लौह अथवा इपात का y ग और y ग के िलए लीmस 7320 15%

लौह अथवा इपातटोmस, र, ज, [ेड, कूकर (क, Oीय िहeटग के िलए सहायक
का

41 बायलर/ के साथ उन वतु> सिहत), बारबे]यूज, |ेिजयस5, गैस eरग, Sलेट वामस5 7321 15%

और समान गैर-िवbुतीय घरे लू उपकरण और उसका िहसा

लौह अथवा इपात का क, Oीय िहeटग के िलए रे िडयेटर िजसे िवbुतीय प से हीट
न कया गया हो और उसका िहसा; लौह अथवा इपात का हेयर हीटर और हॉट
42 7322 15%
एयर िवतरक िजसे िवbुतीय प से हीट न कया गया हो, फेन अथवा Rलोअर जो
मोटर से चलती हो और उसके िहसे को शािमल करते \ए

43 लौह अथवा इपात का टेबल और समान घरे लू वतुएं और उसका िहसा 7323 15%

44 लौह अथवा इपात का सेनेटरी वेयर और उसको पाQस5 7324 15%

45 लौह अथवा इपात का अ&य काट सामान 7325 15%

46 लौह अथवा इपात का िवbुतीय इपात और अ&य वतु 7326 15%

47 रे लवे अथवा Pामवे पेस,जर कोच जो वयं आगे नहH बढ़ता हो 8605 50%

48 रे लवे अथवा Pामवे माल वेन और वेगेन जो वयं आगे नहH बढ़ता हो 8606 50%

Pामवे लोकोमो6टव का िहसा अथवा रोyलग टॉक जैसे


रे लवे अथवा बोिगज, 8607 50%
49
िबसल बोिगज, ए]सेल और फोBड कया \आ पिहया और उसका िहसा

िववरण म शािमल कए गए उपाद सांकेितक ह; िविनदट एच एस कोड के अंतगत सभी उपाद को प#रिशट के भाग के %प म शािमल
कया गया है।
प!रिश3ट ख
लौह और इपात उपाद
पाद का िनमा$ण करने के िलए पूज
ं ीगत माल क( सांकेितक सूची (जो िवतृत नह? है)

:यूनतम
नतम घरे लू
'.
संयं शॉप पूज
ं ीगत माल मू,यवध$
यवध$न
सं.
आव7यकता
चूण5 क \ई साम[ी के िलए ए ोन फडर, बेरल कySलग, हैवी ~ूटी िबयेeरग,
हाइuोिलक िड]स |े]स, ट,कर एंड कंटेनर, पाइप कंवेयर के िलए कंवेयर बेट, हाई
एंगल कंवेयर णाली, Eशस5, Eे न रे ल लुि|के शन, चार गरडर [ाइडर ई ओ टी Eे न,
Eे न वेइंग णाली, Eे न ऐयर कं डीशyनग, vयूड कySलग, 4 िलvट P]स, हाइuोिलक
क}चा माल मोटस5, हाइuोिलक िसटम, ल/कग एसेTबली (€]शन ि[प), लोड सेस, लेवल
1 50%
संभाल णाली से&स5स, पाइप कंवेयर णाली, Sलग/पाडेल फडर, &यूमे6टक ढु लाई – घना एवं िलन
फे स, 6र]लेमस5 , रे िडयो 6रमोट कं Pोल, रे ल फy]सग mयवथा (िवशेष), रे िपड/vलेड

लोyडग णाली, टेकस5, पेशल Eन, िलव eरग िबयeरग, 6PSपलस5, Pांसफर कार,
टॉqस (पेशल), बाइ|ेशन, आइसोलेशन णाली (पeरग डTपर) वेगन 6टSपलस5, वेगन
लोडर

िमिनरल

बेिनफे ]शन (लौह इं डPीयल Eशस5, [ाइनyडग िमल, परTपरागत Eन, लूरी पTपस, िहरे ट िथकनस5,
2 अयक और 50%

कोयला)
फटस5, हाइuो]लो&स
उपकरण

Page 98 of 4779
10 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

कोक ओवन

िसिलका 6रफे ]टरी, ए&करेज िसटम, |रं व नरइन के साथ वेट गैस वाल, vलेस Sलेट,
डोर €े म, डोर बॉडी, माइनर काyटग: गुजनेक, वाल बॉ]स, ए पी िलड, चाजग और
3 कॉक अवेन 50%
इं पे]शन होल िलड एंड €े म 6रवसग मेकेिनजम, क, Oीकृ त लूि|के शन णाली
हाइuोजेट डोर ]लीyनग तं;, कोड कंवेयर िसटम, िकप होइट, डोर लोवeरग रै क,
आइसोलेशन/6रवसग कॉ]स, II ऑटोमेशन, अवेन मशीन

ाथिमक गैस कूलर, इले]टोटे6टक तार ेिसिपटेटर, H2S, NH3 और नSथिलन


4 उप- उपाद संयं; कू ब्बर, कोTबी PीSपर, vलेyशग िल]र पTप, ]लास कन, ]लाक 6रये]टर, वेट हीट 50%

बायलर, िडक, टस5

uाइव/िडचाज5 इं ड  ोकेट ऐसेTबली कmड5 रे ल, लाइड रे ल, हॉट yसटर


पेलेट कार,
yसटर संयं;
5 |ेकर और ि[जली, िडप रे ल एंड रyनग रे ल, ोसेस फेन के िलए इTपेलर एसेTबली, 50%
उपकरण
िस&टर मशीन का uाइव एसेTबली, उ}च ती‚ता वाला िम]सर और नोडू लाइजर
पेलेट कार, uाइव/िडचाज5 इं ड  ोकेट ऐसेTबली कmड रे ल, लाइड रे ल, रyनग रे ल
पेलेट संयं; वर6टकल रोलर िमल, ोसेस फेन के िलए इTपेलर एसेTबली, इनडू रेeटग मशीन का
6 50%
उपकरण
uाइव एसेTबली, उ}च ती‚ता वाला िम]सर, बाyलग िड]स, yसगल डे]स रोलर Eन
एंड डबल डे]स रोलर Eन

Rलेडर वाल के साथ बेल रिहत टॉप णाली, एस जी आयरन टेव कूलर, कोपर टेव
कूलर, टॉक लेवल इं िडकेटर (रडार टाइप), मड गन, िuyलग मशीन एंड मेिनपुलेटर,

गैस ि]लyलग S लांट णाली, इसके बाइस-पास वाल सिहत टॉप 6रकवरी Pबाइन
Rलाट फरनेस
7 िसटम, िड-ि|कग मशीन, 6र-रे yलग उपकरण, पी सी आई णाली, पी सी आई के 50%
उपकरण
िलए [ाइनyडग िमल, टॉक लेवल इं िडकेटर, टू येरे टाक एसेTबली, वेट हीट 6रकवरी

णाली, बी एफ एवं हॉट Rलाट टोव ौbोिगकय वाल, एRव |ड5न ोRस, लग
[े&यूलेशन यूिनट, टूयेरे एंड टूयेरे कूलर, टोरपेडो लेडल कार, बी एफ हरथ 6रफे ]Pी
डायरे]ट चाज5 िडPीRयूटर, अपर एंड लोअर सील लेग, 6रफोमर एंड 6र-]यूरेटर िसटम, बड5न
8 6रड]शन Sलांट फडस5, Pबो-ए]सप,डर, ोसेस गैस कT ेशर, सील गैस कT ेशर एवं बोटम सील गैस 50%

उपकरण
कT ेशर, सील गैस जेनरे टर एवं डायस5, ोसेस गैस हीटर, CO2 6रमूवल Sलांट
मुlय और अनुरLण उपकरण िजसम, कंवेटर, गyनग मशीन, 6रफे ]Pी/लग मॉनीटeरग
उपकरण, कंवेटर वेसेल, Pिनअन eरग एंड सपेशन णाली, Pिनअन िबयeरग और
हाउyसग, कंवेटर बुल िगयर यूिनट और 6टट uाइव िसटम, कंवेटर के रोटेरी Bवाइं ट,
बोटम yPग िसटम, ]लyपग के साथ लांस बाडी, लांस कोपर 6टSस, ऑ]सीजन

Rलोyवग/बोटम टीeरग के िलए वाल टेशन, सब-लान िसटम, ोसेस मॉ~ूल अथा5त
ोसेस साvटवेयर/हाड5वेयर के साथ ऑफ गैस एनेलाइजर, कंटेनर लैब मेजरम,ट ोब,
बेिसक
िवच ओवर टेशन, ाइमरी गैस के िलए आई डी फेन, होट मेटल और टील लेडल,
9 ऑ]सीजन फनNस 50%
लेडल Pांसफर कार, लेडल अनुरLण उपकरण, स्लेग पोट, लग पोट Pांसफर कार,
उपकरण

Eे प बॉ]स Eे प Pांसफर कार, लांस करेज, लांस गाइड, Eे न एंड हाइट, लांस होइट
एंड Pाली , लांस 6टyटग उपकरण, लांस को िलvट करने के िलए Pेवस, िविभ&न आकर

के बंकर, िबन बाइ|ेटर, वेइं ग {पर, अनुरLण टेणड, ् डी डyटग स]शन {ड,

टीyमग/एच एम, लेडल 6रलाइyनग ट,ड, ट,ड कू yलग टेक इं पे]शन उपकरण, {ड
Pेवस5 केरेज, 6रफे ]Pी, बाइपास एवं आइसोलेशन वाब, vलेयर टेक एवं इगिनगेशन
िसटम, Eyबग टोवर सेल – वेट गैस ]लीyनग िसटम, डॉग हाउस लेडल uायर, लेडल

Page 99 of 4779
¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 11

ी-हीटर, लेडल कूलर, vयूम कोले]शन {xस, ]लीन गैस टेक, डट िसलो, वेग ि|ज,
लग 6रटेyनग उपकरण
फनNस ोपर (िजसम, €नेस लोवर सेल, अपर सेल और फ, 6टलeटग Sलेटफाम5, €नेस
गे&Pी शािमल है) और Pांसफाम5र, इले]Pोल रे गूलेशन णाली, , हाइuोyलक िसटम,
6रफे ]Pी, लेवल I एंड II आटोमेशन िसटम के पाट5स। एल एफ – वाटर कू ड लेडल
फ, इले]Pोड माट एंड आमस5, इले]Pोड रे गूलेeटग िसटम, वायर फyडग िसटम,
बोटम इनइरट गैस yटeरग वाल िसटम पो स Sलग और टॉप लांस के िलए, इमरज,सी

लांसतं;, uाइव यूिनट के साथ लांस केरेिज िसटम, वचािलत तापEम, सेिTपyलग और
बाथ लेबल/ओ2 मेजरम,ट, तापEम और आ]सी जन इTमजन लांस, uाइव यूिनट के साथ
इलेि]Pक आक5
10 लांस केरे ज िसटम, हाइuोिलक िसटम, 6रफै ]Pी, लेडल फ डेटा पोरशन, आर एच 50%
फनNस
ोपर (िजसम, लेडल Pांसफर कार, वे]यूम वेसेल, वेसेल िलफeटग और लोवeरग
िसटम शािमल है, हाइuोyलग िसटम, मटी फं ]शन लांस, वाव रे ]स/टेशन,
इले]Pोड ]लेप यूिनट, इले]Pोड आमस5 का कं ड]टर, वाटर कू ड केबल, ए आर टेeरग
वाव रे क, लांस Pांसपोट5 कार, 6रफे ]Pी लांस, हाइuोिलक िसल,डर, लेडल फ
िलफeटग िसल,डर, लूि|के शन णाली, स]शन {ड, डTपर, वाइ|ो फडर, वेइंग होपर,
वायर फyडग णाली, इले]Pोड िनyपyलग टेड, Eे न, होइट, तापमान और सेTपyलग
6टSस, लेडल ट,ड, ई एस पी, िडडy]टग {ड, 6रफे ]Pी, बेग फटर, Eे न इयाद।
लाडले टरे ट, लेडल कवर मेिनपुलेटर, लेडल शारउड मेिनपुलेटर, टनिडस कार,

कं 6ट&यूअस टनिडस टेTपेचर मेजरम,ट िसटम, टनिडस टोपर ड मेकेिनजम, इमरज,सी


कट-आफ गेट, मोड एसेTबली, नोजल „क च,ज िडवाइस, मोड ओसीलेटर एंड ई एम

एस िसटम, इले]Pो-मेगेने6टक |ेकग िसटम, Pेड गाइड सेगम,ट, िवदuावल एंड


सतत काyटग
11
उपकरण
Pेघटेyनग यूिनट (डRयू एस यू), रोल गेप चेकर इमरज,सी टाच5 कटर, टाच5 कeटग 50%

मशीन, डेबरर, मा कग मशीन, टेकेनोलोजी कं Pोल िसटम एंड ोसेस मोडल, Rलेक
6रफे ]Pीज, P,ड ग&डे सेqम,ट, टनिडश, लाडले कवर, रोलर टेबल एंड आ]सीिलरीज,
माड एंड सेqम,ट मेनटेनेस इ]यूपम,ट टनिडस मेनटेनेस इ]यूपम,ट, ई एम बी आर
िसटम
लाज5 काyटग एंड फाyजग लाइक िमल हाउyसग, बेड SलेQस व]स5 रोल, बेकअप रोल,
इं ड yपडस ; रोलर टेबल, बेकअप रोल एंड वक5 रोल च]स ]वाइलर/टेनशन
vलेट ोड]ट
12 6रल/अन]वाइलर, ए जी सी िसलंडर, शेयस5, लेवेलेस5, लाजेर वेडर, पेकेyजग मशीन, 50%
िमल
नॉन का&टे]ट, गेज/ ोफाइल गेज, एंटी-€]शन रोल नेक िबयेeरग, आयल फम

िबयेeरग, िगयर बॉ]स, िमल मोटस5


िमलसहाउyसग, बेड Sलेट, वक5 रोल, बेकअप रोल, िपनडेस; रोलर टेबल, कॉयलर
लाँग ोड]ट /ट,शन 6रल /अनकॉयलर, शेयस5, िबडट वेडर, पेकेyजग मशीन, नान-कानटे]ट
13 50%
िमल गॉज/ ोफाइल गॉज, एंटी-€]शन रोल नेक िबयeरग, आयल फम िबयeरग,

फिनyशग Rला]स, िगयर बॉ]स, िमल मोटर


*परिशट ख म मद िनमाण करने वाले इपात के िलए पूज
ं ीगत सामान क एक सांकेितक सूची है, यह सूची िवतृत नह है। इपात के

िनमाण के िलए सभी पूज


ं ीगत माल पर 50% क यूनतम यवध
नतम घरे लू मूयवधन आव"यकता के साथ इस नीित के अंतगत खरीद वरीयता के
िलए िवचार &कया जाएगा।
जाएगा।

Page 100 of 4779


12 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

फाम$ - 1
100/- Aपए के टाB
टाBप पेपर पर 1दए जाने के िलए लौह एवं इपात उपाद
पाद/पूज
ं ीगत माल म घरे लू मू,यवध$
यवध$न के संबध
ं म व-0माणन
शपथ के िलए 0प :

मK ________ सुपु;, सुपु;ी, पनी, _____________________ का िनवासी _______________________

__________________________________ एतद् ?ारा िन9ठापूव5क नीचे दए गए अनुसार वचन देता {ँ और घोषण करता {ँ :
क मK अिधसूचना सं. : ______________________________________ के मा_यम से जारी कए गए भारत सरकार क नीित के

िनयम और शत^ का पालन करने के िलए सहमत होउंगा।


क यहां नीचे दी गई सूचना मेरे सव‡तम cान और िवGवास के अनुसार सही है और मK घरेलू मूयवध5न का आकलन करने के योजन से
खरीद करने वाली एज,सी के समL संगत 6रकाड5 तुत करने का वचन देता {ं।
क सभी इनपुQस के िलए घरेलू मूयवध5न िजसम, उ]त लौह एवं इपात उपाद शािमल हK का सयापन मेरे ?ारा कर िलया गया है और
मK उसम, कये गये दाव/ क सयतता के िलए िजTमेदार {ं।
क इसम, उिलिखत उपाद घरेलू मूयवध5न सही नहH पाये जाने और मूयवध5न के िलए िनधा56रत मानदंड/ को पूरा नहH कये जाने क
िथित म,, घरेलू मूयवध5न का आकलन करने के उFेGय से खरीद करने वाली एज,सी के आकलन के आधार पर मK 36 महीन/ क अविध के
िलए कसी सरकारी िनिवदा से अयोqय ठहराया जाऊंगा। इसके अलावा मK इस कार के आकलन क सभी लागत/ का वहन क ं गा।
क मKने अिधसूचना संlया ___________ िजसम, सरकारी खरीद म, घरेलू तर पर िन-मत लौह एवं इपात उपाद/ को वरीयता दी गई
है, म, संद-भत सभी शत^ का पालन कया है और यह क खरीद करने वाली एज,सी को एतद् ?ारा अिधकार दया जाता है क वह मेरे ई

एम डी को जRत करे। मK यह भी वचन देता {ं क आकलन क लागत का भुगतान क ं गा और िनिवदा दतावेज म, यथा उिलिखत सभी

दtड रािश का भुगतान क ं गा।


मK 8 वष^ क अविध के िलए कTपनी के 6रकॉड5 म, िनTनिलिखत सूचना रखने के िलए सहमत {ं और कसी सांिविधक ािधकारी को
सयापन के िलए इसे उपलRध कराऊंगा।
i. बोली लगाने वाले का नाम और Rयौरा (पंजीकृत काया5लय, िविनमा5ण इकाई का थान, कानूनी ित9ठान क कृ ित)
ii. वह ितिथ जब यह माण प; जारी कया गया है।
iii. लौह एवं इपात उपाद िजसके िलए इस माण प; को तुत कया जाता है।
iv. खरीद करने वाली एज,सी िजसे यह माण प; तुत कया जाता है।
v. दावा क गई घरेलू मूयवध5न क ितशतता और ]या यह िनधा56रत घरेलू मूयवध5न के आरं िभक मूय को पूरा करता है।
vi. िविनमा5ता क इकाई का नाम और संपक5 िववरण

vii. लौह और इपात उपाद/ क िनवल िबE कमत


viii. संयं; तक भाड़ा, बीमा और रखरखाव
ix. लौह एवं इपात उपाद/ का िनमा5ण करने के िलए उपयोग क जाने वाली इनपुट इपात (आयात कया गया) क सूची और कुल
लागत मूय।
x. इनपुट इपात िजसक आपू-त घरे लू तर पर क जाती है क सूची और कुल लागत
xi. कृपया यद इनपुट इन हाऊस नहH हो तब आपू-तकता5> से ा‰ घरेलू मूयवध5न माणप; संलqन कर,।
xii. आयात कये गये इनपुट इपात के िलए, सी आई एफ मूय, शुक और कर/, पोट5 पर उतारने से संबंिधत भार/ और अंतदNशीय
भाड़े क लागत के Rयौरे के साथ भारतीय पोट5 पर प\ंच कमत।
( 0ित3ठान/कंपनी का नाम)
नाम) के िलए और उसक( ओर से

अिधकृत हताLरकता5 (िनदेशक बोड5 ?ारा िविधवत अिधकृत कये जाने के िलए)
<नाम, पदनाम और संपक$ सं. क( 0िविD कर>

Page 101 of 4779


¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 13

MINISTRY OF STEEL
NOTIFICATION
New Delhi, the 29th May, 2019
G.S.R. 385(E).—The revised Policy for providing preference to domestically manufactured Iron & Steel
Products in Government procurement is hereby published for general information.
[F. No.3(2)/2018-IDD]
RASIKA CHAUBE, Addl. Secy.

POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON & STEEL


PRODUCTS IN GOVERNMENT PROCUREMENT- REVISED, 2019
1 Background
1.1 This policy provides preference to Domestically Manufactured Iron and Steel Products (DMI&SP) in Government
procurement.
1.2 The policy is applicable to iron & steel products as provided in Appendix A and capital goods for manufacturing
iron & steel products in Appendix B, produced in compliance to prescribed quality standards, as applicable.
1.3 The policy is applicable to every Ministry or Department of Government and all agencies/entities under their
administrative control and to projects funded by these agencies for purchase of iron & steel products for
government projects. However, this policy shall not apply for purchase of iron & steel products with a view to
commercial resale or with a view to use in the production of goods for commercial sale.
2 Definitions
2.1 Bidder may be a domestic/ foreign manufacturer of iron & steel or their selling agents/ authorized distributors/
authorized dealers/ authorized supply houses or any other company engaged in the bidding of projects funded
by Government agencies.
2.2 Domestically Manufactured Iron & Steel Products (DMI&SP) are those iron and steel products which
are manufactured by entities that are registered and established in India, including in Special Economic Zones
(SEZs). In addition, such products shall meet the criteria of domestic minimum value-addition as mentioned in
Appendix A.
2.3 Domestic Manufacturer is a manufacturer of iron & steel products conforming to guidelines in section 7 and
confirming to the definition of ‘manufacturer’ as per Central Excise Act.
2.4 Government for the purpose of the Policy means Government of India.
2.5 Government agencies include Government PSUs, Societies, Trusts and Statutory bodies set up by the
Government.
2.6 MoS shall mean Ministry of Steel, Government of India.
2.7 Net Selling Price shall be the invoiced price excluding net domestic taxes and duties
2.8 Semi-Finished Steel shall mean Ingots, billet, blooms and slabs, which can be subsequently processed to finished
steel.
2.9 Finished Steel shall mean Flat and Long products, which can be subsequently processed into manufactured items.
2.10 L1 means the lowest tender or the lowest bid or the lowest quotation received in a tender, bidding process or other
procurement solicitation as adjudged in the evaluation process as per the tender or other procurement solicitation.
2.11 Margin of purchase preference means the maximum extent to which the price quoted by a domestic supplier
may be above L1 for the purpose of purchase preference. In case of DMI&SP policy, the margin of purchase
preference shall be 20% for items in Appendix B.
2.12 Iron & Steel Product(s) shall mean such iron and steel product(s) which are mentioned in Appendix A.
2.13 Domestic value addition shall be the net selling price (invoiced price excluding net domestic taxes and duties)
minus the landed cost of imported input materials at the manufacturing plant in India (including all customs
duties) as a proportion of the net selling price, in percent. The ‘domestic value addition’ definition shall be in line
with the DPIIT(formerly DIPP) guidelines, and shall be suitably amended in case of any changes by DPIIT in the
future. For the purpose of this policy document, domestic value addition and local content have been used
interchangeably.

Page 102 of 4779


14 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

3 Exclusions
3.1 Waivers shall be granted by the Ministry of Steel to all such Government procurements subject to the below
conditions.
3.1.1 Where specific grades of steel are not manufactured in the country, or
3.1.2 Where the quantities as per the demand of the project cannot be met through domestic sources

The exclusion requests shall be submitted to the Standing Committee along with sufficient proof of unavailability
of domestically manufactured iron & steel products
4 Standing Committee
A Standing Committee under the Ministry of Steel (MoS) to be chaired by the Secretary (Steel), shall be
constituted to oversee the implementation of the policy. The Committee shall comprise of experts drawn from
Industry / Industry Association / Government Institution or Body / Ministry of Steel (MoS). The said Committee
in MoS shall have the mandate for the following:
4.1 Monitoring the implementation of the policy
4.2 Review and notify the list of Iron & Steel products and the domestic value addition requirement criteria as
mentioned at Appendix A and Appendix B.
4.3 Issue necessary clarifications for implementation of the policy including grant of exclusions to procuring agencies
as per section 3
4.4 Constitute a separate committee to carry out grievance redressal
4.5 The Standing Committee shall submit its recommendations for approval to Ministry of Steel.
5 Notifying Iron & Steel Products Procured by Government
5.1 The following guidelines may be used for identifying and notifying the aforementioned products under the policy:
5.1.1 The policy is applicable to iron & steel products as provided in Appendix A and to capital goods for
manufacturing iron & steel products in Appendix B.
5.1.2 Appendix A contains list of iron & steel products which are to be exclusively domestically manufactured and
cannot be imported without the approval of the Ministry of Steel
5.1.3 Appendix B contains a list (non-exhaustive) of capital goods for which purchase preference shall be provided
to domestically manufactured capital goods, if their quoted price falls within 20% of the price quoted for
corresponding imported capital good.
5.1.4 The objective of the policy is to notify all iron & steel products which are procured by Government Agencies
for government projects and not with a view to commercial resale or with a view to use in the production of
products for commercial sale.
5.1.5 The policy is applicable to all projects funded by Ministry or Department of Government and all agencies/
entities under their administrative control for purchase of iron & steel products.
5.1.6 The policy shall be applicable to projects where the procurement value of iron and steel products is greater
than Rs. 25 crores. The policy shall also be applicable for other procurement (non-project), where annual
procurement value of iron and steel products for that Government organization is greater than Rs. 25 crores.
5.1.7 The policy is applicable to purchase of iron & steel products by private agencies for fulfilling an EPC contract
and/or any other requirement of Ministry or Department of Government or their PSUs.
5.1.8 Analysis of the availability of various grades of domestic iron and steel products needs to precede for
notification under the policy. Only those iron & steel products, in respect of which at least one domestic
manufacturer exists, shall be notified. Consultation may be carried out by the Standing Committee.
5.1.9 The policy is applicable to capital goods for manufacturing iron & steel products in Appendix B produced in
compliance to prescribed quality standards, as applicable.
5.1.10 Policy for domestic procurement of capital goods for manufacturing iron and steel products is applicable to all
public sector steel manufacturers and all agencies/ entities under their administrative control for purchase of
capital goods for manufacturing iron & steel products, not with a view to commercial resale.
5.1.11 The policy is applicable to purchase of capital goods for manufacturing iron & steel products by private
agencies for fulfilling an EPC contract and/or any other requirement of public sector steel manufacturers and
all agencies/ entities under their administrative control

Page 103 of 4779


¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 15

5.1.12 Government agencies which are involved in procurement of iron and steel products, and capital goods for
manufacturing of iron and steel products, in cases where the iron and steel products are not mentioned in
Appendix A and Appendix B, shall provide description and technical specifications of the product along with
prescribed standards to the Standing Committee. The Standing Committee will act as per mandate in section 3
and section 4.
5.2 The Ministry of Steel (MoS) would notify iron & steel products along with the minimum prescribed domestic
value addition, furnished at Appendix A.
5.3 The policy guidelines on capital goods for manufacturing iron & steel products shall be applicable to public sector
steel manufacturers for all purchases of capital goods for manufacturing iron & steel products in Appendix B,
irrespective of the project size.
5.4 Minimum domestic value addition requirement suggested for iron and steel products in Appendix A, and for
capital goods for manufacturing iron and steel products in Appendix B have been decided on the basis of factors
such as domestic supplier base, number of suppliers and import to consumption ratio.
5.5 The domestic value addition requirement norm shall be so calibrated that it reflects the average/above average
manufacturing capability of the domestic industry for the iron & steel products at a point of time. This shall be
suitably reviewed by the Standing Committee from time to time and amended, if required with the approval of
Ministry of Steel.
6 Tender procedure for procurement by government and government agencies
6.1 The procuring/ Government agencies shall follow standard procurement procedures, in accordance with
instructions of Ministry of Finance and CVC while adhering to DMI&SP. The policy shall come into effect from
the date of its notification in all tenders where price bid have not been opened.
6.2 The tender document, for procurement of both Goods as well as for EPC contracts, should explicitly outline the
qualification criteria for adherence to minimum prescribed domestic value addition by the bidder for iron and steel
products and capital goods for manufacturing iron & steel products(as indicated in Appendix A and Appendix B)
6.3 In supporting the growth of domestic products, the target of domestic value addition in iron and steel business
activities has been set as contained in Appendix A and Appendix B.
6.4 For iron and steel products in Appendix A, the procurement process shall be open only to the manufacturers /
suppliers having the capability of meeting / exceeding the domestic value addition targets. Manufacturers /
suppliers not meeting the domestic value addition targets are not eligible to participate in the bidding.
6.5 In case of Appendix B items, if in the opinion of the procuring company, the tenders (procured quantity) cannot
be divided in the prescribed ratio of 50:50, then they shall have the right to award contract to the eligible domestic
manufacturer for quantity not less than 50%, as may be divisible.
6.6 In continuation to the above clause, for Appendix B items, if the tendered item is non divisible, (to be included in
the tender document by procuring company) the contract can be awarded to the eligible domestic manufacturer for
the entire quantity.
6.7 In case of Appendix B items, if none of the eligible manufacturers meeting domestic value addition requirements
match the L1 bid, the original bidder holding L1 bid shall secure the order for full value of procurement.
6.8 The bidders who are selling agents/ authorized distributors/ authorized dealers/ authorized supply houses of the
domestic manufacturers of iron & steel products are eligible to bid on behalf of the domestic manufacturers under
the policy. However, this shall be subject to the following conditions:
6.8.1 The bidder shall furnish the authorization certificate issued by the domestic manufacturer for selling
domestically manufactured iron & steel products.
6.8.2 In case the procurement is covered under Appendix A of the DMI&SP policy, the bidder shall furnish the
Affidavit of self-certification issued by the domestic manufacturer to the procuring agency declaring that the
iron & steel products is domestically manufactured in terms of the domestic value addition prescribed.
6.8.3 In case the procurement is covered under Appendix B of the DMI&SP policy, the bidder shall furnish the
certification issued by the statutory auditor to domestic manufacturer declaring that the capital goods to be
used in Iron & Steel industry are domestically manufactured in terms of the domestic value addition
prescribed.
6.8.4 It shall be the responsibility of the bidder to furnish other requisite documents required to be issued by the
domestic manufacturer to the procuring agency as per the policy.

Page 104 of 4779


16 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

7 Domestic value addition requirement


7.1 Minimum domestic value addition requirement to qualify the product as a domestically manufactured iron & steel
product or a Capital good are mentioned in Appendix A and B.
7.2 Domestic value addition shall be the net selling price (invoiced price excluding net domestic taxes and duties)
minus the landed cost of imported input materials at the manufacturing plant in India (including all customs
duties) as a proportion of the net selling price, in per cent.
7.2.1 In case the iron & steel products are made using domestic input steel (semi-finished/ finished steel), invoices
of purchases from the actual domestic producers along with quantities purchased and the other related
documents must be furnished to the procuring Government agency.
7.2.2 In case the iron & steel products have imported input steel, the invoices of purchases from the actual producers
along with quantities purchased and the other related documents must be furnished separately. To derive the
extent of domestic value addition, the weighted average of both (imported & domestic) input steel shall be
considered to ensure that the minimum stipulated domestic value addition requirement of the policy is
complied with.
7.3 It is recommended that each bidder participating in the tender process should calculate the domestic value addition
using the below formula below so as to ensure the domestic value addition claimed is consistent with the
minimum stipulated domestic value addition requirement of the policy.
For Iron and Steel products
% ‫݊݋݅ݐ݅݀݀ܽ ݁ݑ݈ܽݒ ܿ݅ݐݏ݁݉݋ܦ‬

ܰ݁‫ ݐܿݑ݀݋ݎ݌ ݈݂ܽ݊݅ ݂݋ ݁ܿ݅ݎ݌ ݈݈݃݊݅݁ݏ ݐ‬− ‫ݐ݈݊ܽ݌ ݐܽ ݈݁݁ݐݏ ݎ݋ ݊݋ݎ݅ ݀݁ݐݎ݋݌݉݅ ݂݋ ݐݏ݋ܿ ݀݁݀݊ܽܮ‬
= ‫ ݔ‬100%
ܰ݁‫ݐܿݑ݀݋ݎ݌ ݈݂ܽ݊݅ ݂݋ ݁ܿ݅ݎ݌ ݈݈݃݊݅݁ݏ ݐ‬
For Capital Goods
% ‫݊݋݅ݐ݅݀݀ܽ ݁ݑ݈ܽݒ ܿ݅ݐݏ݁݉݋ܦ‬

ܰ݁‫ ݐܿݑ݀݋ݎ݌ ݈݂ܽ݊݅ ݂݋ ݁ܿ݅ݎ݌ ݈݈݃݊݅݁ݏ ݐ‬− ‫ݐ݈݊ܽ݌ ݐܽ ݏ݈ܽ݅ݎ݁ݐܽ݉ ݐݑ݌݊݅ ݀݁ݐݎ݋݌݉݅ ݂݋ ݐݏ݋ܿ ݀݁݀݊ܽܮ‬
= ‫ ݔ‬100%
ܰ݁‫ݐܿݑ݀݋ݎ݌ ݈݂ܽ݊݅ ݂݋ ݁ܿ݅ݎ݌ ݈݈݃݊݅݁ݏ ݐ‬

8 Certification and audit


8.1 For products in Appendix A, each domestic manufacturer shall furnish the Affidavit of self-certification to the
procuring Government agency declaring that the iron & steel products are domestically manufactured in terms of
the domestic value addition prescribed. For capital goods in Appendix B, the bidder shall furnish the certification
issued by the statutory auditor to the domestic manufacturer declaring that the capital goods are domestically
manufactured in terms of the domestic value addition prescribed. The bidders who are sole selling agents /
authorized distributors / authorized dealers / authorized supply houses of the domestic manufacturers of iron &
steel products are eligible to bid on behalf of domestic manufacturers under the policy. The bidder shall furnish
the Affidavits of self-certification issued by the domestic manufacturers and the certifications issued by the
statutory auditors, to the procuring agency declaring that the iron & steel products are domestically manufactured
in terms of the domestic value addition prescribed. The Affidavit of self-certification shall be furnished in
Form 1 attached to these guidelines.
8.2 It shall be the responsibility of the domestic manufacturer to ensure that the products so claimed are domestically
manufactured in terms of the domestic value addition prescribed for the product. The bidder shall also be
required to provide a domestic value addition certificate on half-yearly basis (Sep 30 and Mar 31), duly certified
by the Statutory Auditors of the domestic manufacturer, that the claims of domestic value addition made for the
product during the preceding 6 months are in accordance with the Policy. Such certificate shall be filed within 60
days of commencement of each half year, to the concerned Government agencies and shall continue to be filed
till the completion of supply of the said products.
8.3 The procuring agency shall accept the Affidavit of self-certification regarding domestic value addition in a steel
product submitted by a bidder. It shall not normally be the responsibility of procuring agency to verify the
correctness of the claim. The onus of demonstrating the correctness of the same shall be on the bidder when
asked to do so.
8.4 In case a complaint is received by the procuring agency or the concerned Government Agency against the claim

Page 105 of 4779


¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 17

of a bidder regarding domestic value addition in iron & steel products, the procuring agency shall have full rights
to inspect and examine all the related documents and take a decision. In case any clarification is needed, matter
may be referred to MoS with a request for technical assistance.
8.5 Any complaint referred to the Government Agency shall be disposed off within 4 weeks of the reference along
with submission of all necessary documents. The bidder shall be required to furnish the necessary documentation
in support of the domestic value addition claimed in iron & steel products to the Government Agency within 2
weeks of filing the complaint.
8.6 In case, the matter is referred to the Ministry of Steel, the grievance redressal committee setup under the MoS
shall dispose of the complaint within 4 weeks of its reference and receipt of all documents from the bidder after
taking in consideration, the view of the Government Agency. The bidder shall be required to furnish the
necessary documentation in support of domestic value addition claimed in iron & steel products to the grievance
redressal committee under MoS within 2 weeks of the reference of the matter. If no information is furnished by
the bidder, the grievance redressal committee may take further necessary action, in consultation with Government
Agency to establish bonafides of claim.
8.7 The cost of assessing the prescribed extent of domestic value addition shall be borne by the procuring agency if
the domestic value addition is found to be correct as per the certificate. However, if it is found that the domestic
value addition as claimed is incorrect, the cost of assessment will be payable by the bidder who has furnished an
incorrect certificate. The manner of enforcing the same shall be defined in the tender document.
9 Sanctions
9.1 Each Government Agency shall clearly define the penalties, in case of wrong declaration by the bidder of the
prescribed domestic value addition, in the tender document. The penalties may include forfeiting of the EMD,
other financial penalties and blacklisting of such manufacturer/ service provider.
9.2 In case of reference of any complaint to MoS by the concerned bidder, there would be a complaint fee of Rs. 10
Lakh or 0.2 % of the value of the DMI&SP being procured (subject to a maximum of Rs. 20 Lakh), whichever is
higher, to be paid by Demand Draft deposited with the grievance redressal committee under MoS along with the
complaint by the complainant. In case, the complaint is found to be incorrect, the Government Agency reserves
the right to forfeit the said amount. In case, the complaint is found to be substantially correct, deposited fee of the
complainant would be refunded without any interest.
10 Implementation monitoring by Ministry of Steel
10.1 The policy provisions shall be applicable for a period of 5 years from the date of publication. The policy period
may further be extended at the discretion of Ministry of Steel.
10.2 MoS shall be the nodal ministry to monitor the implementation of the policy.
10.3 All applicable agencies under DMI&SP policy shall ensure implementation of the policy and shall annually, in the
month of June, send a declaration indicating the extent of compliance to the policy and reasons for noncompliance
thereof, during the preceding financial year.

Reference to Ministry of Steel


In case of a question whether an item being procured is a DMI&SP to be covered under the policy, the matter
would be referred to the Ministry of Steel for clarification.
Appendix A - Exclusive for domestically manufactured products

Sl. Minimum domestic


Applicable
Indicative list of Iron & Steel Products value addition
No. HS code
requirement
Flat-rolled products of iron or non alloy steel, of a width of 600 mm or
1 7208 50%
more, hot rolled, not clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of 600 mm or
2 7209 50%
more, cold rolled (cold-reduced), not clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of 600 mm or
3 7210 50%
more, clad, plated or coated

Page 106 of 4779


18 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

Flat-rolled products of iron or non alloy steel, of a width of less than 600
4 7211 35%
mm, not clad, plated or coated
Flat-rolled products of iron or non alloy steel, of a width of less than 600 35%
5 7212
mm, clad, plated or coated
Bars and rods, hot-rolled, in irregularly wound coils, of iron or non-alloy 35%
6 7213
steel
Other bars and rods of iron or non alloy steel, not further worked than 35%
7 forged, hot rolled, hot-drawn or hot-extruded, but including those twisted 7214
after rolling
8 Other bars and rods of iron or non alloy steel 7215 35%
9 Angles, shapes and sections of iron or non-alloy steel 7216 35%
10 Wire of iron or non-alloy steel 7217 50%
11 Flat-rolled products of stainless steel, of a width of 600 mm or more 7219 50%
12 Flat-rolled products of stainless steel, of a width of less than 600 mm 7220 50%
Other bars and rods of stainless steel; angles, shapes and sections of
13 7222 50%
stainless steel
14 Wire of other alloy steel 7229 35%
15 Rails, railway or tramway track construction material of iron or steel 7302 50%
16 Tubes, pipes and hollow profiles, of cast iron 7303 35%
Tubes, pipes and hollow profiles, seamless, of iron (other than cast iron)
17 7304 35%
or steel
Other tubes and pipes (for example, welded, riveted or similarly closed),
18 having circular cross-sections, the external diameter of which exceeds 7305 35%
406.4 mm, of iron or steel
Other tubes, pipes and hollow profiles (for example, open seam or
19 7306 35%
welded, riveted or similarly closed), of iron or steel
Tube or pipe fittings (for example, connectors/couplings, elbow sleeves),
20 7307 35%
of iron or steel
21 Bars and rods, hot-rolled, in irregularly wound coils, of stainless steel 7221 35%
22 Wire of stainless steel 7223 35%
Flat-rolled products of other alloy steel, of a width of 600 mm or more,
23 7225 35%
including electrical steel
Flat-rolled products of other alloy steel, of a width of less than 600 mm,
24 7226 35%
including electrical steel
25 Bars and rods, hot-rolled, in irregularly wound coils, of other alloy steel 7227 15%
Other bars and rods of other alloy steel; angles, shapes and sections, of
26 7228 35%
other alloy steel; hollow drill bars and rods, of alloy or nonalloy steel
Sheet piling of iron or steel, whether or not drilled, punched or made from
27 7301 15%
assembled elements; welded angles, shapes and sections, of iron or steel
Structures (excluding prefabricated buildings of heading 9406) and parts
28 7308 15%
of structures
Reservoirs, tanks, vats and similar containers for any material (other than
compressed or liquefied gas), of iron or steel, of a capacity exceeding 300
29 whether or not lined or heatinsulated, but not fitted with mechanical or 7309 15%

Thermal equipment

Page 107 of 4779


¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 19

Tanks, casks, drums, cans, boxes and similar containers, for any material
(other than compressed or liquefied gas), of iron or steel, of a capacity not
30 7310 15%
exceeding 300 L, whether or not lined or heat-insulated, but not fitted
with mechanical or thermal equipment
31 Containers for compressed or liquefied gas, of iron or steel 7311 15%
Stranded wire, ropes, cables, plaited bands, slings and the like, of iron or
32 7312 15%
steel, not electrically insulated
Barbed wire of iron or steel; twisted hoop or single flat wire, barbed or
33 not, and loosely twisted double wire, of a kind used for fencing, of iron or 7313 15%
steel
Grill, netting and fencing, of iron or steel wire; expanded metal of iron or
34 7314 15%
steel
35 Chain and parts thereof, of iron or steel 7315 15%
36 Anchors, grapnels and parts thereof, of iron or steel 7316 15%
37 Articles of iron and steel 7317 15%
38 Articles of iron and steel 7318 15%
39 Articles of iron and steel 7319 15%
40 Springs and leaves for springs, of iron or steel 7320 15%
Stoves, ranges, grates, cookers (including those with subsidiary boilers for
41 central heating), barbecues, braziers, gas-rings, plate warmers and similar 7321 15%
non-electric domestic appliances, and parts thereof, of iron or steel
Radiators for central heating, not electrically heated, and parts thereof, of
iron or steel; air heaters and hot air distributors, not electrically heated,
42 7322 15%
incorporating a motor-driven fan or blower, and parts thereof, of iron or
steel
43 Tables and similar household articles and parts thereof, of iron or steel 7323 15%
44 Sanitary ware and parts thereof, of iron or steel 7324 15%
45 Other cast articles of iron or steel 7325 15%
46 Electrical steel and other articles of iron or steel 7326 15%
47 Railway or tramway passenger coaches, not self-propelled 8605 50%
48 Railway or tramway goods vans and wagons, not self-propelled 8606 50%
Parts of railway or tramway locomotives or rolling-stock; such as bogies, 8607 50%
49
bissel-bogies, axles and forged wheels, and parts thereof
Products included in descriptions are indicative; all products under the specified HS codes are included as part of the
appendix
Appendix B
Indicative list of capital goods(non-exhaustive) for manufacturing iron & steel products
Minimum
Sl. domestic value
Plant shop Capital goods
No. addition
requirement
Apron feeder, barrel couplings, heavy duty bearings, hydraulic disc brakes,
Raw material tanker &container for powdered materials, conveyor belt for pipe
1 handling conveyors, high angle conveyor system, crushers, crane rail lubrication 50%
system system, four girder EOT Crane, crane weighing system, crane air
conditioning, fluid couplings, fork lift trucks, hydraulic motors, hydraulic
system, locking assembly (friction grip), load cells, level sensors, pipe

Page 108 of 4779


20 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

conveyor system, plough/ paddle feeder, pneumatic transportation - dense


&lean phase, reclaimers, radio remote control, rail fixing arrangements
(special), rapid/ flood loading system, stackers, special screen, slew ring
bearings, tipplers, transfer cars, tongs (special), vibration, isolation system
(spring damper), wagon tipplers, wagon loaders
Mineral
benefaction
Industrial crushers, grinding mills, conventional screens, slurry
2 (iron ore and 50%
pumps,hirate thickeners, filters, hydroclones
coal)
equipment
Coke Oven
Silica Refractory, Anchorage System, Waste gas valve with branch pipe,
Flash Plate, Door Frame, door body, Minor Casting: Gooseneck, Valve box,
3 Coke oven AP Lid, Charging & inspection hole lid and frame Reversing mechanism, 50%
Centralised lubrication system, Hydrojet Door Cleaning Mechanism,
Spillage code conveyor system, skip hoist, Door Lowering Rack, Isolation/
Reversing Cocks, Level II automation, Oven machines
Primary Gas Cooler, Electrostatic Tar Precipitator,H2S, NH3 &
By-product Naphthalene Scrubber, Combi Stripper,
4 50%
plant Flushing Liquor Pump, Claus Kiln, Claus reactors, Waste Heat Boilers,
Decanters
Pallet car, Drive/discharge end Sprocket assembly, Curved rail, Slide rails,
Sinter plant Hot sinter breaker and Grizzly,
5 50%
equipment Dip rail & running rail, Impeller assembly for Process fan, Drive assembly
of Sinter machine, Hi-intensity Mixer &Noduliser
Pallet car, Drive/discharge end Sprocket assembly, Curved rail, Slide rails,
Pellet plant running rail, Vertical roller mill, Impeller assembly for Process fan, Drive
6 50%
equipment assembly of Indurating machine, Hi-intensity Mixer, Balling disc, Single
deck roller screen and Double deck roller screen
Bell less top system with Bleeder valve, SG Iron stave coolers, Copper stave
coolers, Stock level indicator (Radar Type), Mud gun, Drilling machine and
Manipulator, Gas Cleaning Plant system, Top Recovery Turbine system
Blast furnace including its by-pass valve, De-bricking Machine, Re-railing equipment,
7 50%
equipment PCI system, Grinding mill for PCI, Stock level indicator, Tuyere Stock
assembly, Waste Heat Recovery system, BF & Hot Blast Stoves
Technological Valves, Above Burden probes, Slag granulation unit,
Tuyere&Tuyere cooler, Torpedo Ladle Car, BF hearth refractory
Charge distributer, Upper & lower seal leg, Reformer & Re-cuperator
Direct
system, Burden feeders, Turbo-expander, Process Gas Compressor , Seal
8 reduction plant 50%
gas compressors & bottom seal gas compressors, Seal gas generators &
equipment
driers, Process Gas Heater, CO2 removal plant
Main and Maintenance equipment comprising of converter, gunning
machine, Refractory/ slag monitoring device, converter vessel, trunnion ring
and suspension system, trunnion bearings and housing, Converter bull gear
unit and tilt drive system, Rotary joint for converter, bottom stirring system,
Lance body with clamping, Lance copper tips, Valve stations for oxygen
blowing/ bottom stirring, Sub-lance system, Off gas analyzer with process
Basic oxygen module i.e. Process software/ hardware, container lab Measurement probes,
9 furnace Switch over station, ID fan for primary gas, Hot metal and steel ladle, Ladle 50%
equipment Transfer car, Ladle maintenance equipment, Slag pot, Slag pot transfer car,
Scrap boxes, Scrap Transfer car, Lance carriage, Lance guide, Crane &
hoist, Lance hoist & trolley, Lance tilting device, Traverse for lifting lances,
Bunker of various sizes, Bin Vibrator, Weighing Hopper, Maintenance
stands, De dusting suction hood, Teeming/HM, ladle relining stands, Stand
Cooling stack inspection device, Hood traverse carriage, Refractories,
Bypass & isolation valves, Flare stack & ignition system, Scrubbing tower

Page 109 of 4779


¹Hkkx IIµ[k.M 3(i)º Hkkjr dk jkti=k % vlk/kj.k 21

shell - Wet gas cleaning system, Dog house, Ladle drier, ladle pre-heater,
ladle cooler, Fume collection hoods, Clean gas stack, Dust silo, Weigh
Bridge, Slag retaining device
Furnace proper (includes furnace lower shell, upper shell and roof, Tilting
platform, Furnace Gantry) and transformer, Electrode regulation system,
Hydraulic system, Refractories, Parts of Level I & Level Il Automation
system. LF - water cooled ladle roof, electrode mast and arms, electrode
regulating system, wire feeding system, Bottom inert gas stirring Valve
stand for porous plug and top lance, Emergency lance mechanism, Lance
carriage system with drive unit, Automatic temperature, sampling & bath
level / O2 measurement, Temp. & oxygen immersion lance, lance carriage
Electric arc
10 system with drive unit, Hydraulic system, Refractories, Ladle roof Delta 50%
furnace
portion, RH proper (includes Ladle transfer car, vacuum vessel, Vessel
lifting & lowering system. Hydraulic system, Multi Function lance, Valve
racks/station, Electrode clamp unit, conductor of electrode arms, water
cooled cable, A R stirring valve rack, lance transport car, Refractory lance,
Hydraulic cylinder, Ladle roof lifting cylinder, Lubrication system, Suction
hood, damper, Vibro feeder, weighing hopper, wire feeding system,
Electrode nipiling stand, Cranes, hoist, Temperature & sampling tips, ladle
stands, ESP, Deducting hoods, Refractories, bag filter, Cranes etc.
Ladle turret, ladle cover manipulator, Ladle Shroud manipulator, tundish
car, Continuous tundish temperature measurement system, Tundish stopper
rod mechanism, emergency cut-off gate, mould assembly, Nozzle quick
change device, mould oscillator and EMS system, EIectro-Magnetic braking
Continuous
system, Strand guide segment, Withdrawal & Straightening unit (WSU),
11 casting 50%
Roll gap checker, Emergency torch cutter, Torch cutting machine, Deburrer,
equipment
Marking machine, Technological control system & process models, Black
Refractories, strand gunde segment, tundish, ladle cover, roller tables &
auxiliaries, mould& segment maintenance equipments, tundish maintenance
equipments, EMBR system
Large castings and forgings like mill housing, bed plates, work rolls, backup
rolls, end spindles; roller tables, backup roll and work roll chucks, coilers /
Flat product
12 tension reels / uncoilers, AGC cylinders, shears, levelers, lazer welders, 50%
mills
packaging machines, non-contact gauges / profile gauges, anti-friction roll
neck bearings, oil film bearings, gear boxes, mill motors
Mill housing, bed plates, work rolls, backup rolls, spindles; roller tables,
Long product coilers / tension reels / uncoilers, shears, billet welder, packaging machines,
13 50%
mills non-contact gauges / profile gauges, anti-friction roll neck bearings, oil film
bearings, finishing blocks, gear boxes, mill motors

*Items in appendix B are an indicative list of capital goods for manufacturing steel, the list is not exhaustive. All capital
goods for steel manufacturing shall be considered for purchase preference under the policy with a minimum domestic
value addition requirement of 50%

Form-1
Format for Affidavit of Self Certification regarding Domestic Value Addition in Iron & Steel Products/capital
goods to be provided on Rs.100/- Stamp Paper Date:
I ________S/o, D/o, W/o, _____________________ Resident of _______________________
__________________________________ hereby solemnly affirm and declare as under:
That I will agree to abide by the terms and conditions of the policy of Government of India issued vide Notification
No: ______________________________________.
That the information furnished hereinafter is correct to the best of my knowledge and belief and I undertake to produce
relevant records before the procuring agency (ies) for the purpose of assessing the domestic value addition.
That the domestic value addition for all inputs which constitute the said iron & steel products has been verified by me
and I am responsible for the correctness of the claims made therein.

Page 110 of 4779


22 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

That in the event of the domestic value addition of the product mentioned herein is found to be incorrect and not
meeting the prescribed value-addition criteria, based on the assessment of procuring agency (ies) for the purpose of
assessing the domestic value-addition, I will be disqualified from any Government tender for a period of 36 months. In
addition, I will bear all costs of such an assessment.
That I have complied with all conditions referred to in the Notification No.___________ wherein preference to
domestically manufactured iron & steel products in Government procurement is provided and that the procuring
agency (ies) is hereby authorized to forfeit and my EMD. I also undertake to pay the assessment cost and pay all
penalties as specified in the tender document.
I agree to maintain the following information in the Company's record for a period of 8 years and shall make this
available for verification to any statutory authority.
i. Name and details of the Bidder (Registered Office, Manufacturing unit location, nature of legal entity)
ii. Date on which this certificate is issued
iii. Iron & Steel Products for which the certificate is produced
iv. Procuring agency to whom the certificate is furnished
v. Percentage of domestic value addition claimed and whether it meets the threshold value of domestic value
addition prescribed
vi. Name and contact details of the unit of the manufacturer (s)
vii. Net Selling Price of the iron & steel products
viii. Freight, insurance and handling till plant
ix. List and total cost value of input steel (imported) used to manufacture the iron & steel products
x. List and total cost of input steel which are domestically sourced.
xi. Please attach domestic value addition certificates from suppliers, if the input is not in house.
xii. For imported input steel, landed cost at Indian port with break-up of CIF value, duties & taxes, port handling
charges and inland freight cost.
For and on behalf of(Name of firm / entity)
Authorized signatory (To be duly authorized by the Board of Directors)
<Insert Name, Designation and Contact No.>

Uploaded by Dte. of Printing at Government of India Press, Ring Road, Mayapuri, New Delhi-110064
and Published by the Controller of Publications, Delhi-110054.

Page 111 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

ANNEXURE – III TO ITB

PROVISION FOR PROCUREMENT FROM A


BIDDER WHICH SHARES A LAND BORDER WITH
INDIA

Engineers India Limited


New Delhi

Page 112 of 4779


ANNEXURE III TO ITB

PROCUREMENT FROM A BIDDER FROM A


COUNTRY SHARING LAND BORDER WITH INDIA

PLEASE REFER INVITATION FOR BIDS (IFB) CLAUSE NO 11.2 AND SUBMIT THE
DULY FILLED AND SIGNED APPENDIX-III & IV TO IFB ALONG WITH OFFER AS
PER BIDDING DOCUMENT REQUIREMENT.

Page 113 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

ANNEXURE – IV TO ITB

SOCIAL MEDIA POLICY

Engineers India Limited


New Delhi

Page 114 of 4779


ANNEXURE - V TO ITB

BHARAT PETROLEUM CORPORATION LIMITED


SOCIAL MEDIA POLICY FOR BUSINESS PARTNERS

CONFIDENTIAL 1

Page 115 of 4779


Contents

1. OBJECTIVE ........................................................................................................ 3
1.1. Social Media ................................................................................................ 3
1.2. Scope and Applicability .............................................................................. 4
1.3. Relevant Documents ................................................................................... 4
2. CONTENT GUIDELINES .................................................................................... 4
3. ACCEPTABLE USAGE OF SOCIAL MEDIA...................................................... 7
4. ENFORCEABILITY AND COMPLIANCE ......................................................... 10
ANNEXURE I ........................................................................................................... 11
ANNEXURE II .......................................................................................................... 12
ANNEXURE III ......................................................................................................... 13

CONFIDENTIAL 2

Page 116 of 4779


TERMS AND CONDITIONS FOR ACCEPTABLE USE OF SOCIAL MEDIA BY
BUSINESS PARTNERS

1. OBJECTIVE

Social media has become part of everyday life and a means of communication and
sharing information with others. Every organization recognises the benefits that
social media tools can provide, and also reckons the challenges it brings.

These terms and conditions (“Social Media T&Cs”) seek to provide clear guidance
on acceptable standards of conduct and practices to be followed by the Business
Partners (as defined below) of Bharat Petroleum Corporation Limited
(“Corporation”), in the usage of social media tools during and post their
association with the Corporation. These terms and conditions are intended to
protect and safeguard inter alia the interests and reputation of the Corporation, in
the access, use of or participation on Social Media (as defined below) platforms by
such constituents.

It is important to maintain the highest degree of professional standard that is


associated with the Corporation’s name, brand and reputation. Constituents must
constantly be aware of the risk of damaging the Corporation’s name or reputation
in public forums. These terms and conditions should be adhered to by each
constituent at all times and should be read harmoniously and in conjunction with
the terms of their engagement with the Corporation, as well as other applicable
policies and directions issued by Corporation, from time to time, including the
Relevant Documents (as defined below).

1.1. Social Media

Social Media includes any web or mobile based platform that enables an individual
or agency to communicate interactively and enables exchange of user generated
content. The term “Social Media” describes internet-based technologies and
practices that people use to share opinions, insights, experiences and
perspectives. It may be internal (housed within the Constituent’s technology
infrastructure and open for use only by the Constituents) or public (widely available
to the population of internet users).

These terms and conditions are applicable equally to a wide range of websites and
mobile phone / tablet applications, including the following:

(a) Social Networking sites, for example - Facebook, Twitter, and LinkedIn.
(b) Media Sharing sites, for example - Instagram, Snapchat, YouTube
(c) Discussion forums, for example - Reddit, Quora, Digg, Glassdoor
(d) Content Curation network, for example - Pinterest, Flipboard

CONFIDENTIAL 3

Page 117 of 4779


(e) Blogging and Publishing sites, for example - WordPress, Tumblr, Medium
including blogs
(f) Interest-based network, for example - Goodreads, Houzz
(g) Information sharing sites, such as Wikipedia
(h) Opinion sites (e.g. Yahoo! Answers)
(i) Any other social media platform/s

1.2. Scope and Applicability

These Social Media T&Cs are applicable to all Business Partners (as defined
below), including any prospective partners of the Corporation (the “Constituents”).

The Social Media T&Cs provides a framework for the usage of Social Media by the
Constituents and non-conformance with these Social Media T&Cs or any other
applicable policy or directions issued by the Corporation as may be relevant to the
Constituents, may result in penalties ranging from financial to legal liabilities, as
set out under the respective contractual understanding between each Business
Partner and the Corporation.

1.3. Relevant Documents

These Social Media T&Cs have been formulated in line with the Framework &
Guidelines for Use of Social Media for Government Organizations, issued by the
Department of Electronics and Information Technology, Ministry of
Communications & Information Technology, Government of India.

In addition, these Social Media T&Cs must be read in conjunction with the
underlying contract documents including the following documents (collectively, the
“Relevant Documents”), as may be applicable to each Constituent:

(a) General Conditions of Contract for vendors (relevant clauses are placed at
Annexure I);

(b) Transportation Contract Agreement Bulk LPG Transportation Contract By


Road (relevant clauses are placed at Annexure II);

(c) PCVO, Retail and Lubes Transport guidelines.

2. CONTENT GUIDELINES

This section seeks to set out the guidelines for content management as well as
administration rights of all official Business Partner Social Media accounts and
ensure accountability of the authorised representatives of such Business Partner.

The following guidelines on content sharing (“Content Guidelines”) must be


followed, in relation to all content created, posted or shared on Social Media:

CONFIDENTIAL 4

Page 118 of 4779


(a) All post and other content shared via Social Media shall abide by applicable
laws, including the Information Technology Act, 2000 and rules made
thereunder, as amended.

(b) The content posted or shared though official Social Media accounts, shall
be relevant, engaging and in line with the Corporation’s brand and
communication strategy, whether in the form of text, images, gifs, videos,
etc.

(c) The Constituents shall be mindful of content and the tone associated with
it. A negative tonality, sarcasm, dry humour, pun, memes, etc. should be
avoided to steer clear from any controversy.

(d) The Constituents shall be careful and ensure that any content posted or
shared through the official Social Media accounts does not bring disrepute
to the Corporation. Opinion or comments on political observations, religious
beliefs, gender biases, etc. must be avoided while operating official Social
Media accounts. In the use of official Social Media accounts, the
Constituents shall refrain from forwarding or sharing any videos or images
or messages, which are considered inappropriate or any content that is
considered offensive, obscene or derogatory in nature.

(e) The Constituents shall be cognizant of concerns regarding confidentiality


and disclosure requirements, and must at all times, adhere to the Relevant
Documents as well as these terms and conditions, to understand what shall
be disclosed on a public platform. For instance any communication marked
as “privileged” or “restricted” or “confidential” or “not for circulation” should
not be shared on Social Media. The Constituents are absolutely prohibited
from disclosing commercially sensitive, anticompetitive, private or
confidential information. If unsure whether the information that is proposed
to be shared falls within one of these categories, authorised representatives
of the Constituent may discuss with the concerned official as designated by
the Corporation.

(f) The Constituents shall ensure that any references to the Corporation or its
employees, or other customers, partners and vendors do not contravene
any non-disclosure agreements. The Constituents shall avoid disclosure of
any information pertaining to any employee / vendor / customer or individual
associated with the Corporation, without their prior consent.

(g) The Constituents shall be vigilant about tagging, mentions and


conversations around the Corporation. If it notices any customer complaint,
dealer/ distributor/ vendor grievances, media story etc., the same may be
flagged to the official channels of the Corporation and will be responded to
by authorized personnel within the Corporation.

(h) In the operation of official Social Media accounts, the Constituents shall be
cognizant of maintaining professional etiquette for all interactions and shall
not initiate or engage in discussions which may be characterised as
showcasing a personal opinion such as political or religious beliefs. In

CONFIDENTIAL 5

Page 119 of 4779


addition, official Social Media accounts should not share any content or
comment that may be viewed as colouring the relations between the
Corporation and the Government of India or any Ministry / Department of
the Central or State Governments.

(i) The Constituents, particularly in the use of official Social Media accounts,
shall only post original content, which is free of any copyright infringement
or plagiarism. To ensure the reputation and principles of the Corporation
are safeguarded, all Constituents must avoid posting content that violates
the law, infringes the intellectual property rights of the Corporation and its
group companies or of any individual or organization. Any inadvertent
posts, which violates these principles, must be removed / deleted
immediately upon becoming aware of the implications as set out in these
guidelines.

As responsible business partners of the Corporation, the following points


must be strictly observed and followed by the Constituents:

(i) Text, photos, images, musical work in any form, video clips, movie
clips, or any other content for which the Constituent does not own
copyright, must not be used in any form, and in particular for official
purposes to promote any activities related to the Corporation, without
obtaining consent from the copyright owner. If the copyright owner
for such work cannot be identified or if the consent for use of such
work is not provided by the copyright owner, the work must not be
used by the Constituent.

(ii) Capturing photographs and/or videos of the Corporation’s offices,


facilities, and other establishments (within or outside) or customer
sites is strictly prohibited. Any such illegal images and/or videos of
the Corporation’s establishments, offices, facilities and factories or
other sites and whether directly emailing or otherwise circulating
such content via Social Media posts on the Internet, shall attract legal
consequences. Official visual materials may be availed from the
Corporation and can be requested through email, to the relevant
State / Territory team.

(iii) Creation, sharing and/or distribution of videos which make use of


unlicensed music is strictly prohibited.

(iv) Unauthorized videos of any events hosted by the Corporation,


whether within or outside the Corporation’s premises that may be
captured by Constituents shall not be shared/distributed on Social
Media.

(v) All Constituents must take due care to protect the Corporation’s
copyright and intellectual property within and outside the
organization.

CONFIDENTIAL 6

Page 120 of 4779


(j) The authorised personnel operating official Social Media accounts of
respective Business Partner shall not post unverified news, or news from
dubious ‘sources’, that may project the Corporation in a negative light.

(k) The admins operating official Social Media accounts shall clearly state the
source and give due disclaimers while quoting any third-party content
through such Social Media accounts.

(l) Additionally, content on official Business Partner Social Media Accounts


shall be limited to the coverage of activities related to the business only.
However, these accounts can re-share / retweet the posts of Corporation’s
official Social Media accounts, subject to the veracity of such accounts.

3. ACCEPTABLE USAGE OF SOCIAL MEDIA BY BUSINESS PARTNERS

The following guidelines are applicable to vendors, suppliers and other contractors
of the Corporation (“Business Partners”), and these are intended to supplement,
and do not to replace the terms and conditions or any other agreement or
guidelines (including the applicable provisions set out under Annexure I or II of
these Social Media T&Cs), which are currently in place to regulate the conduct of
such Business Partners:

(a) Business Partners have the discretion to decide whether their Social Media
accounts will be used for personal or professional purposes. However, in any
event, whether such Social Media accounts are used for official purposes or
personal purposes, to the extent that they declare their affiliation with the
Corporation in any way, it is deemed that they will abide by these terms and
conditions read with the applicable contractual provisions and the
Framework & Guidelines for Use of Social Media for Government
Organizations, issued by the Department of Electronics and Information
Technology, Ministry of Communications & Information Technology,
Government of India.

(b) Only official Business Partners accounts are eligible to declare their
association with the Corporation or using any content owned by or belonging
to the Corporation, including logo, product specifications, product pictures,
product catalogues, etc. Such accounts may only post content that are
official in nature and reasonably expected to promote the activities specific
to its business. Such official Business Partner Social Media account shall be
akin to a professional page to promote business interactions and shall not
post any content which may showcase the account as expressing opinion on
ancillary matters which are not in furtherance of the objective set out under
the Relevant Documents, such as posts related to entertainment industry, or
political views etc. However, such affiliation or use of Corporation’s content,
such as logo, product pictures etc. is only limited to use by official Social
Media accounts of such Business Partner, and will not, at any time, be used
by any authorised or other personnel of such Business Partner, in the
operation of a personal Social Media account.

CONFIDENTIAL 7

Page 121 of 4779


(c) Every Business Partner’s official or personal (individual) Social Media
account is prohibited from posting / circulating any official communication /
document or disclosing any business-related or other confidential
information, pertaining to the Corporation, in accordance with the Relevant
Documents.

(d) Each Business Partner Social Media account, particularly those accounts
which have been permitted to acknowledge their association with the
Corporation, has an obligation to exercise caution in the posting or sharing
of content on Social Media, and shall undertake adequate diligence prior to
posting any content. In particular, such accounts shall be fully cognizant of
posting or providing traction to any ‘fake news’ and shall refrain from posting
or sharing unlawful, controversial or unverified news, or news from dubious
‘sources’, particularly in relation to the Corporation and the Central / State
Governments.

(e) The Business Partner Social Media account which are maintained for official
purposes, shall refrain from engaging in unlawful or inappropriate posts or
sharing any content that may be defamatory or may have the effect of
downplaying the Corporation’s business or competitors. In addition, such
account should also not post or share content using derogatory language or
is likely to demean sentiments of anyone with whom they engage in any
public communication using Social Media.

(f) Business Partners using Social Media for official purposes and especially
those accounts that have been approved by the Corporation, shall maintain
professional and proper etiquette in online interaction via Social Media and
shall not engage in inappropriate behaviour. Such inappropriate behaviour
includes but may not be limited to posting, sharing or endorsing in any form,
any content which may be considered as:

(i) Divisive, unethical or unlawful at the workplace;

(ii) False, or derogatory, or amounting to bullying, trolling, intimidating, or


harassing including using offensive, defamatory, threatening,
discriminating, obscene or insulting language;

(iii) A misrepresentation of the Corporation, such as creating any unofficial


groups or networks (whether intentional or unintentional) using the
Corporation’s name, logo, or email address;

(iv) Compromising the confidentiality (of the Constituents and/or the


Corporation’s information), or creating a conflict of interest;

(v) Disclosing commercially sensitive, anticompetitive, or information which


is marked as restricted for internal circulation within the Corporation;

(vi) Misleading and misrepresentative, such as creating or endorsing any


video channel / account representing the Corporation or any specific
Business Unit, or otherwise posting or sharing any content owned by the

CONFIDENTIAL 8

Page 122 of 4779


Corporation, unless such content has been posted on verifiable official
Social Media accounts of the Corporation;

(vii) Amounting to pornographic material (that is, writing, pictures, films and
video clips of a sexually explicit nature) or content that could be
considered as offensive, obscene or criminal; or

(viii) Creating or likely to create any liability (whether criminal or civil, for the
Corporation).

Where evidence of misuse or inappropriate behaviour is brought to the


notice of the Corporation, the Corporation may undertake a more
detailed investigation in accordance with its procedures, which may
involve the examination and disclosure of records by those nominated
to undertake the investigation and any witnesses involved in the
investigation. If necessary, action may be taken against such Business
Partner under the respective contractual agreement and in case
required, such information may be handed to authorities in connection
with the investigation.

(g) Any violation of these Social Media T&Cs shall be treated as violation of
General Conditions of Contract of the Corporation and may invite action by
the Corporation as deemed fit, based on the sole discretion of the
Corporation.

(h) The Corporation has a zero-tolerance policy for any complaints that may be
brought to its notice via Business Partner Social Media accounts. In the event
the Business Partner or its associates etc. are dissatisfied with the
Corporation, or have any unresolved query or grievance against the
Corporation or any individual who is in the employment or association of the
Corporation, the Business Partner or such person associated with it must
reach out to the designated official and follow the hierarchy established
within the Corporation. All such communication must follow the formal
processes that are available as per contractual agreement with the
Corporation. In the event the Business Partner, whether by itself or its
employee or associate publishes any such information on Social Media or
discloses details of any complaint or dispute with the Corporation on a public
forum through Social Media, it will be in breach of the terms of these T&Cs
and its agreement with the Corporation, and the Corporation will have the
right to pursue such legal remedies as may be appropriate and available
under law.

(i) Upon termination or expiry of the Relevant Document / underlying


contractual agreement between the Corporation and the Business Partner,
the Business Partner shall ensure that all references and posts which
disclose any affiliation with the Corporation has been scrubbed from the
Business Partner’s Social Media account and a formal written declaration to
this effect must be provided to the Corporation, within 7 days of such
termination or expiry.

CONFIDENTIAL 9

Page 123 of 4779


4. ENFORCEABILITY AND COMPLIANCE

4.1. These Social Media T&Cs are construed to be a part of the Relevant Documents
and form an integral part of the contractual understanding between the
Corporation and the Business Partner.

4.2. Any violation of the Social Media T&Cs shall be treated as violation of respective
contractual understanding between the Corporation and the Business Partner,
and may invite appropriate action by the Corporation as deemed fit.

4.3. The Business Partner agrees and understands that all activities of the Business
Partner’s official Social Media Account is subject to monitoring and periodic audits
by the Corporation, if required.

4.4. The Business Partner will provide its written acknowledgement to these Social
Media T&Cs, in the form set out in Annexure III, failing which the Corporation may
take such action as may be necessary to ensure compliance with these terms and
conditions.

4.5. The concerned official of the Corporation shall be responsible for reviewing the
compliance of these Social Media T&Cs as may be required to ensure that it meets
legal requirements and reflects best practice.
---------

CONFIDENTIAL 10

Page 124 of 4779


ANNEXURE I

GENERAL CONDITIONS OF CONTRACT FOR VENDORS

Clause 34: Contractor’s Subordinate Staff and Their Conducts:

34.2 If and whenever any of the Contractor’s or sub-contractor’s agents, sub-


agents, assistants supervisor or other employees shall in the opinion of Engineer-
in-Charge be guilty of any misconduct or be incompetent or insufficiently qualified
or negligent in the performance of their duties or that in the opinion of the owner
or Engineer-in-Charge, it is undesirable for administrative or any other reason for
such person or persons to be employed in the works, the contractor, if so directed
by the Engineer-in- Charge, shall at once remove such person or persons from
employment thereon. Any person or persons so removed from the works shall not
again be employed in connection with the works without the written permission of
the Engineer-in-Charge. Any person so removed from the works shall be
immediately replaced at the expense of the contractor by a qualified and
competent substitute. Should the contractor be requested to repatriate any person
removed from the works he shall do so and shall bear all costs in connection
herewith.

34.3 The contractor shall be responsible for the proper behaviour of all the staff,
supervisor, workmen and others and shall exercise a proper degree of control over
them and in particular, and without prejudice to the said generality, the contractor
shall be bound to prohibit and prevent any employees from trespassing or acting
in any way detrimental or prejudicial to the interest of the community or of the
properties or occupiers of land and properties in the neighbourhood and in the
event of such employee so trespassing, the contractor shall be responsible
therefore and relieve the Owner of all consequent claims or actions for damages
or injury or any other grounds whatsoever. The decision of the Engineer-in-Charge
upon any matter arising under this clause shall be final. Contractor shall ensure
that none of their employees are ever engaged in any anti-national activities.

Clause 44: Liens

44.2 Contractor will not disclose details of the work to any person or persons
except those engaged in its performance, and only to the extent required for the
particular portion of the work being done. Contractor will not give any items
concerning details of the work to the press or a news disseminating agency without
prior written approval from Engineer-in-Charge. Contractor shall not take any
pictures on site without written approval of Engineer-in-Charge.

-----

CONFIDENTIAL 11

Page 125 of 4779


ANNEXURE II

TRANSPORTATION CONTRACT AGREEMENT FOR BULK LPG


TRANSPORTATION CONTRACT BY ROAD

Clause 28:

(a) The Transporter shall remain at all times liable to the Corporation for any loss
or damage caused to any building, plant machinery or the property of the
Corporation due to careless, negligent, inexperienced act or default of the
Transporter, their agents, representative or employees. The Corporation shall be
entitled to deduct from the amounts payable to the Transporter under this
Agreement or otherwise the loss or damages so suffered.

(b) The Transporter will be liable for any loss and/or injury to Corporation’s
employee due to careless, negligent, wrongful act or default of the Transporter,
his/their representatives or employees in carrying out the job under this contract.

Clause 38:

All terms & conditions stipulated in the Guidelines for Bidders, Tender Terms &
Conditions, Declarations, Agreement, Industry Bulk LPG Transport Discipline
Guidelines and other documents furnished with the Tender and related
correspondence shall form part of the contract. The Corporations are entitled to
frame and implement the Policy(ies) applicable to Transporters, and to modify and
amend the same from time to time, and that the Policy(ies) as framed, amended
and modified would be binding on the Transporters, immediately upon being
communicated to them.

Clauses from Transportation Agreement of Retail and MAK Lubricants


-----

CONFIDENTIAL 12

Page 126 of 4779


ANNEUXRE III
FORMAT OF ACKNOWLEDGEMENT
To,
[insert details to whom such acknowledgement may be addressed]

[in the case of an individual or sole proprietorship] I am


_______________________ , an inhabitant of ______________ and carrying on
business of _____
OR

We are [insert names of all partners of firm] carrying on business at


___________________________________________________ in partnership
under the firm name and style of M/s.
__________________________________________

OR

[insert name of Limited Company or a Co-operative Society / Trust Co-operative]


incorporated under the laws of India and having its Registered Office at
______________________________________________
______________________________________________________

I / We have entered into a [insert name of agreement] dated [insert date]


(“Agreement”) for the [insert purpose], with Bharat Petroleum Corporation Limited
(“BPCL”).

In furtherance thereof, we have been provided with a copy of the Terms and
Conditions for Acceptable Use of Social Media by Business Partners, issued by
the Corporation.

I / We have read and understood BPCL’s Terms and Conditions for Acceptable
Use of Social Media by Business Partners and agree to abide by it.

I / We understand that any violation of the above conditions may result in


disciplinary action, or termination or revocation of the Agreement.

In acknowledgement thereof, please see below our acceptance of the Terms and
Conditions for Acceptable Use of Social Media by Business Partners, issued by
the Corporation, duly signed and acknowledged by [insert name], in the capacity
of our authorised representative.

A copy of such authorisation is also attached for your record.

_________________________
(Signature & seal)

Name:
Designation: Date:

CONFIDENTIAL 13

Page 127 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

ANNEXURE – V TO ITB

BPCL HOLIDAY LISTING POLICY FOR VENDORS

Engineers India Limited


New Delhi

Page 128 of 4779


November '2022

Page 129 of 4779


Page 130 of 4779
Page 131 of 4779
Page 132 of 4779
Page 133 of 4779
Page 134 of 4779
Page 135 of 4779
Page 136 of 4779
Page 137 of 4779
Page 138 of 4779
Page 139 of 4779
Page 140 of 4779
Page 141 of 4779
Page 142 of 4779
Page 143 of 4779
Page 144 of 4779
Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

PROPOSAL FORMS

Engineers India Limited


New Delhi

Page 145 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

PROPOSAL FORM-A: BIDDER’s GENERAL INFORMATION

BIDDER'S GENERAL INFORMATION


1. Bidder Name
2. Status of Firm Proprietorship Firm/Partnership firm/
Limited Liability Partnership (LLP) firm/
Public Limited/ Pvt. Limited/ Govt. Dept. /
PSU/ Others
If Others Specify:_________________
[Enclose relevant certificates / partnership
deed/certificate of Registration, as
applicable]
3. Name of Proprietor/ Partners/ 1.
Directors of the firm/company 2.
3.

4. Name of Power of Attorney


holders of bidder

5. Number of Years in Operation


6. Address of Registered Office: City:
District:
In case of Partnership firm, State:
provide current address of the
firm for ordering purpose. PIN/ZIP:

Bidder’s address where District:


order/contract is to be placed *
State:
PIN/ZIP:
PIN/ZIP:
7. Telephone Number & Contact _____________________
Information address where (Country Code) (Area Code)
order is to be placed (Telephone No.)
Mobile No. : ………………………
e-mail ID: ………………………
8. Website
9. ISO Certification, if any
[If yes, please furnish details]
10. PAN No.
Engineers India Limited
New Delhi

Page 146 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

(Enclose copy)
11. Provident Fund Registration
No. of the firm.
(Enclose copy)
12. ESI Registration No. of the firm
(Enclose copy)
13. Indian GSTIN No. of the firm.
(Enclose copy)

[Signature of Authorized Signatory of Bidder]


Name:
Designation:

Engineers India Limited


New Delhi

Page 147 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

PROPOSAL FORM-B: DECLARATION


DECLARATION
We ____________________________ <Insert name of Bidder> hereby declare that the
information furnished herein below shall supersede the stipulations mentioned by us elsewhere
in our Bid on the following aspects.

SL. NO. DESCRIPTION BIDDER'S DECLARATION


We confirm that we are not on Holiday/Negative list
1. of BPCL or EIL on due date of submission of bid.

a. We confirm that we are not on


Holiday/negative list/banned/delisted with
any OIL PSUs (MoPNG) on account of poor
performance or corrupt and fraudulent
practices.

Any wrong declaration in respect of holiday


listing shall render the vendor liable for
action under the holiday listing policy of
2. BPCL/EIL.

b. Format for declaration of Holiday Listing


order issued by BPCL / MOPNG debarring
bidder to carrying on business dealings with
BPCL/ MOPNG.

We confirm that we are not under liquidation, court


3. receivership or similar proceedings.

We confirm that we are not involved in any current


Litigation / Arbitration.
OR
We confirm that the Current Litigation / Arbitration,
4. in which we are involved shall not have any impact
in work being tendered or in entering into contract
during the validity of offer and performing the
contract till all the contractual obligations under
contract are performed.

Engineers India Limited


New Delhi

Page 148 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

SL. NO. DESCRIPTION BIDDER'S DECLARATION


NOTES :
a) Evaluation shall be based upon Bidder’s
confirmation as above and reassessment of
their financials provided in their annual
Financial Statements due to the self-
declaration shall not be carried out by
BPCL/EIL.

b) In case Bidder affirms that present litigations


/ arbitrations have impact on their
obligations to perform the contract or does
not provide the affirmation as above, their
Bid shall be rejected.
We confirm that
(i) None of our Directors/Partner is a relative of
5. any Director of BPCL.
(ii) No Director of BPCL or his relative is a
Partner/Director in our Firm.

In case a Bidder is MSE Bidder, Bidder to


6. confirm/ note the following:

We confirm that we are Micro or Small Enterprises


(as the case may be), as on the Bid due date, as
per the guidelines for re-classification of micro,
a) small and medium enterprises notified by Ministry
of MSME vide Gazette Notification No. 2119(E)
dated 26.06.2020

We confirm that MSE Certificate is issued to us by


b) the authorized agencies or Udyam Registration
Certificate as mentioned in the Enquiry Document.

We noted that in case MSE Bidder doesn’t submit


the MSE document or submits invalid document,
c) Noted
such Bidders shall not be considered for providing
benefits under MSE policy.

1. The MSEs is owned by SC/ST Entrepreneurs. YES NO


2. The MSEs is owned by Women Entrepreneurs. YES NO

d) Supporting documentary evidence with respect


SUBMITTED
to MSEs is owned by Woman/ SC/ST
Entrepreneurs required as per Enquiry
document to avail preference to MSEs owned
by SC/ST.
7. 8. (a) We confirm that no previous
Transgression occurred in the last three
years immediately before signing of
Engineers India Limited
New Delhi

Page 149 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

SL. NO. DESCRIPTION BIDDER'S DECLARATION


Integrity Pact, with any other company in
any country in respect of any corrupt
practices envisaged or with any Public
Sector Enterprises in India or any
Government Department in India.
9. (b) We further confirm that the above
declaration/confirmation are true and
accurate in all respects, and not in conflict
with the declaration mentioned in our any
part of our bid / financial statement/any
other document.

[Signature of Authorized Signatory of Bidder]


Name:
Designation:

Note:
(i) Above is prefilled confirmation. In case of any change in status in any of the above
criterion, Bidder needs to correct the respective Declaration and submit the details accordingly.
In case Bidder submit the Declaration without any modification, the same shall be considered
as Confirmation by the Bidder.

Engineers India Limited


New Delhi

Page 150 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

PROPOSAL FORM-C: COMPLIANCE TO BID

COMPLIANCE TO BID REQUIREMENT

We ……………………………………………………… <Bidder to insert name of their company>, hereby


agree to fully comply with, abide by and accept without variation, deviation or reservation all technical,
commercial and other conditions of the Bidding Document and its Technical & Commercial Amendments,
issued by EIL/BPCL.

We further hereby waive, withdraw and abandon any and all assumptions, deviations, variations,
objections or reservations whatsoever here to set out, given or indicated in our offer, clarifications,
correspondence, communications, or otherwise with a view that the price bid submitted may be treated to
conform to, in all respects, with the terms and conditions of the said Bidding Document including all
Technical and Commercial Amendments.

We further hereby confirm that the price quoted in BPCL e-Tender portal are as per the provisions of the
Bidding document and there is no deviation to the provisions in the price bid.

** For and on behalf of Authorized signatory

(Name and signature of authorized signatory)


Date:

** The bid compliance letter must be signed by the person (s) authorized to sign

Engineers India Limited


New Delhi

Page 151 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

PROPOSAL FORM-D: AFFIDAVIT TOWARDS INTEGRITY PACT

AFFIDAVIT IN TERMS OF INTEGRITY PACT


[To be submitted on Indian Non-Judicial Stamp Paper as per Indian Stamp Act, 1899 with Minimum of
INR 100/- by Indian Bidders, OR, as per applicable Laws in Bidder’s Country in case of Foreign Bidder
as on the date of Affidavit]

BIDDING DOCUMENT NO: SM/B414-000-MK-T-9510/12


NAME OF WORK: PIPELINE LAYING AND HDD WORKS

I, ________________________________________ <Insert Full Name>, S/o/D/o of


_________________________________ <Insert Father’s Name>, working as ___________
________________ <Insert present Designation>in the Company/Firm _________________
_________________ <Insert full name of Company/Firm>, having its registered office at
______________________________________________________ <Insert full address of Company
with Country Name> and working Office address at _________________________
__________________________________ <Insert full working office address with Country Name, in
case different from registered office>, do hereby faithfully affirm and certify as under:

1) That I am authorized representative and signatory of the above referred Company.


2) That the Bidding Entity is not involved in any case of transgression in terms of Integrity Pact
submitted for above referred Enquiry Document.
3) In case of any sub contractor is proposed /appointed by us for this tender, we also confirm our
proposed sub contractor is also not involved in any case of transgression in term of Integrity pact
submitted for above referred Enquiry document.
4) I depose accordingly.

SIGNATURE OF DEPONENT
VERIFICATION

I, _________________________ <the deponent named above>, do hereby verify that the factual
contents of this Affidavit are true and correct. No part of it is false and nothing material has been
concealed there from.
Verified at _________________on this _____________day of ______________20____.

SIGNATURE OF DEPONENT
Notes for submission of AFFIDAVIT:

1) The Affidavit shall be uploaded in BPCL e-Procurement Portal.


2) Indian Bidder: The Affidavit shall be in non-judicial stamp paper of minimum value of INR 100/-
and duly Notarized by a Notary Public in India

Engineers India Limited


New Delhi

Page 152 of 4779


FORM-E

Page 153 of 4779


Page 154 of 4779
Page 155 of 4779
Page 156 of 4779
NAME, ADDRESS AND CONTACT NUMBER OF INDEPENDENT EXTERNAL MONITOR (IEM)

Name of Shri. Jagadip Narayan Shri. Ganesh Vishwakarma Shri. Ramabhadran


IEM Ramanujam
Singh (Ex- Director, SAIL)
(lAS- Retd)

IEM C- 54, Bharatendu Flat No. 1801, Pavilion Height -4 44/24, 3'd trust
Address Harishchandra Marg,
Jaypee Greens, Wish Town Cross Street,
Anand Vihar,
Mandavelipakkam,
Sector – 128, Noida
New Delhi- 110092 Chennai 600028.
Gautam Buddha Nagar (U P)
PIN- 201304

IEM E-Mail Id [email protected] [email protected] [email protected]

IEM Mobile +919978405930 Mobile no : 9821399005 +9194955 11954

Page 5 of 5

Page 157 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

PROPOSAL FORM-F: BANK MANDATE FORM

BANK MANDATE FORM

1. Bidder Name :

2. Bidder Code :

3. Address of the Bidder :

4. Particulars of Bank Account of Bidder :

a) Name of the Bank :


b) Name of the Branch and Address of the Branch :
c) Branch Code :
d) 9-Digit MICR code Number of the Bank & Branch :
(As appearing in the MICR Cheque issued by the
bank)
(Please do not give multicity cheque book code
Number)
e) Type of account (Saving Bank, Current or :
Cash Credit)
f) Account Number :
g) RGTS/IFSC Code (11 digit) :
h) NEFT Code No. :

5. E-mail address of the Bidder :

6. Contact Person(s) of the Bidder :

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

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

Official seal of the Bidder


Place :
Date :
BANK CERTIFICATION

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

Place :
Date :
_____________________________________
Signature of the Authorised Official of the Bank
Bank’s Stamp
Engineers India Limited
New Delhi

Page 158 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS FOR KHPL INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

THIS PAGE KEPT BLANK INTENTIONALLY

Engineers India Limited


New Delhi

Page 159 of 4779


Name of Work : PIPELINE LAYING AND HDD WORKS INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

PROPOSAL FORM-F: PRE-BID QUERIES


FOR BIDDERS’ QUERIES

Bidding Document No:

Name of Work:

Sl no. Reference Clause no., Bidder’s Query EIL Reply


Page No., Para etc.

1.

2.

3.

4.

NOTE: The Pre-Bid Queries may be sent by e-mail to Contact persons as mentioned in IFB.

Engineers India Limited


New Delhi

Page 160 of 4779


Name of Work : PIPELINE LAYING AND HDD WORKS INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

FORM – G: LIST OF PAST EXPERIENCE


PAST EXPERIENCE OF SIMILAR WORKS DURING LAST TEN YEARS
POSTAL ADDRESS ACTUAL
SL. SCHEDULED ACTUAL
DESCRIPTION OF OF CLIENT & NAME CONTRACT STARTING COMPLETED REASONS FOR
NO. COMPLETION COMPLETION
WORK OF OFFICER IN VALUE DATE VALUE DELAY, IF ANY
DATE DATE
CHARGE

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________


COMPANY SEAL : ____________________________

Engineers India Limited


New Delhi

Page 161 of 4779


Name of Work : PIPELINE LAYING AND HDD WORKS INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

FORM-H: DETAILS OF SPECIFIC EXPERIENCE

EXPERIENCE DETAILS

Bidder shall furnish their experience details with reference to the work, which pre-qualify them in line
with Experience stated in Bidder’s Qualification Criteria (BQC)

Sl. No. DESCRIPTION DETAILS


1 Name of Project, Location of work
executed
2 Detailed Description of work with
associated facilities awarded to the
bidder
3 Contract Value
a) Awarded
b) Final Completed
c) Quantity of work executed
4 Name of Owner, Postal Address, Phone
/ Fax No. / e-mail

5 Name of Owner’s Consultant (if any),


Postal Address, Phone / Fax No. / e-
mail
6 Completion dates Date of award:

Effective Date of contract:

Starting date:

Scheduled completion date:

Actual completion date:

7 Whether following documents enclosed Copy of work order / notification for award
specifying the contract value
and scope of work: _____________

Copy of proof of completion / Completion


certificate: ____________

8 Whether work executed as a Sub- YES / NO


Contractor to main Contractor
If yes, documents as per Clause …….of IFB to
be submitted.

Note : In case of bidder furnishes multiple contracts for qualifications, above format shall be
furnished separately for each contract (separately filled in for each job referred in this form).

Engineers India Limited


New Delhi

Page 162 of 4779


Name of Work : PIPELINE LAYING AND HDD WORKS INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

FORM-I: INDEMNITY BOND

(On Non-Judicial Paper for Rs. 100/- value)


To,
M/s Bharat Petroleum Corporation Ltd.
Bharat Bhavan, 4&6 Currimbhoy Road, Ballard Estate,
Mumbai - 400001 Mumbai, Maharashtra

Dear Sirs,

WHEREAS:

1. Bharat Petroleum Corporation Limited having its registered office at Bharat Bhavan, 4&6
Currimbhoy Road, Ballard Estate, Mumbai - 400001 (hereinafter called "the Owner" which
expression shall include its successors and assigns) has awarded to M/s
________________________ (Name) (Address)_______________ (hereinafter called "the
contractor" which expression shall include their successors and assigns/executors,
administrators, representatives and assigns) a Contract for ______________________
(Description of work) on terms and conditions set out, inter alia, in the Owner's Purchase
Order/ Contract Document No. _____ dated ____ to the contractor and the General Conditions
of the Owner (hereinafter collectively referred to as "the said Contract" which expression shall
include amendments, modifications and/or variations thereto, in or of).

2. The Owner has agreed to supply Free Issue Material of value as per below parts for said
contract and the Free Issue Material, the Free Issue Material shall be under the custody and
charge of Contractor and shall be kept, stored, altered worked upon and/or fabricated/ fitted at
the sole risk and expense of the Contractor.
a) Part A – INR 171.76 Crores
b) Part B – INR 118.45 Crores
c) Part C – INR 93.77 Crores
d) Part D - INR 141.02 Crores
3. As pre-condition to the supply of the Free Issue Material by the Owner to the Contractor, the
Owner has required the Contractor to furnish to the Owner security from an approved Bank in
the manner and upon terms and conditions hereafter indicated.
NOW THEREFORE, in consideration of the premises aforesaid THE Contractor and Mr.
__________ (Name) of the Contractor M/s __________________ (hereinafter collectively
called the 'Surety' in consideration of the aforesaid contract and at the request of the
Contractor, both hereby irrevocably and unconditionally undertake to indemnify and keep
indemnified the Owner from and against all loss, damage and destruction (inclusive but not
limited to any or all loss or damage and tempest, lighting, explosion, storage, chemical or
physical action or reaction, bending, warping exposure, rusting, faulty workmanship, riot, civil
commotion or other act of omission of commission whatsoever within or beyond the control of
the Contractor, misuse and misappropriation by the contractor and the Contractor's servants
and/or agents) whatsoever to, of or in the Free Issue Material or any part of item thereof
between the date that the same or relative part or item thereof was supplied to the contractor
upto and untill the date or return to the owner of part the Free Issue Material or relative part or
item thereof and/or completed work(s) incorporating the Free Issue Material AND undertake to
pay to the Owner forthwith on demand in writing without protest or demur the value of the Free
Issue Material or item or part thereof lost, damaged, destroyed, misused and/or
misappropriated, as the case may be, inclusive of the Owner's cost and expenses (inclusive
Engineers India Limited
New Delhi

Page 163 of 4779


Name of Work : PIPELINE LAYING AND HDD WORKS INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

but not limited to handling transportation, cartage, insurance, freight, packing and inspection
cost and/or expenses) as specified in the said contract against the Surety and the Surety
hereby waives all rights, if any, at any time inconsistent with the terms of this Indemnity.
4. Indemnity shall not be determined or affected by the liquidation or winding up, dissolution, or
change of constitution or insolvency of the Contractor and the obligations of the Surety in
terms hereof shall not be anywise affected or suspected by of any dispute or disputes having
been raised by the Contractor (whether or not pending before any arbitrator, officer, Tribunal
or Court) or any denial of liability by Contractor or any other order or communication
whatsoever by the Contractor stopping or preventing or purporting to stop or prevent any
payment by the Surety to the Owner in terms thereof;

5. The mere statement or allegation made by or on behalf of he Owner in any notice or demand
or other writing addressed to the Surety or any them as to any of the Free Issue Material or
item or part thereof supplied the Contractor having been lost, damaged, destroyed, misused or
misappropriated while in the custody of the Contractor before or after completion of the
completed coating works incorporating the Free Issue Material and delivery to job site hereof
shall as be between the Surety and the Owner be conclusive of the factum of the Free Issue
Material of item or part thereof the having been supplied to the Contractor and/or the loss,
damage, destruction, misuse or misappropriation thereof, as the case may be, while in the
custody of the Contractor and/or prior to the completion of the completed coating works and
delivery to job site thereof without necessity on the part of the Owner to produce any
documentary proof or other evidence whatsoever in support of this.

6. The amount stated in any notice of demand addressed by the Owner to the Surety as to the
value of any of the Free Issue Material lost, damaged, destroyed or misused or
misappropriated, inclusive relative to the costs expenses incurred by the Owner in connection
therewith shall be as inspection costs and/or expenses as specified in the said demand upto
the aggregate limit of 110 % of the value of Free issue material for respective parts.

AND the surety hereby agrees with the Owner that:

i) This Indemnity shall remain valid and irrevocable until the settlement of all claims of the
Owner arising hereunder.

ii) This Indemnity shall be in addition to any other guarantee or security whatsoever that the
Owner may now or at any time anywise have in relation to the Contractor's
Obligation/Liabilities under an/or in connection with the said contract inclusive for the Free
Issue Material and Owner shall have full authority to take resource to or enforce this
security in preference to other security(ies) at its sole discretion, and no failure on the part
of the Owner in enforcing or requiring enforcement of any other security shall have the
effect of releasing the Surety from its full liability hereunder;

iii) The Owner shall be at liberty without reference to the Surety and without affecting the full
liability of the Surety hereunder to take any other security in respect of the Contractor's
obligations and/or liabilities under or in connection with the said contract inclusive of the
Free Issue Material and to vary the terms vis-a-vis the Contractor of the said contract or to
grant time and/or indulgence to the Contractor or to reduce or to increase or otherwise
vary the prices or the total contract value of the quantity, quality, description or value of
the Free issue Material or to release or to forebear from enforcement of all or any of the
obligations of the Contractor under the said contract (inclusive in of the Free Issue
Engineers India Limited
New Delhi

Page 164 of 4779


Name of Work : PIPELINE LAYING AND HDD WORKS INSTRUCTIONS TO BIDDERS

Bidding Document No- SM/B414-000-MK-T-9510/12

Material) and/or the remedies of the Owner under any other security(ies) now or hereafter
held by the Owner and no such dealing(s), variation(s), reduction(s), increase(s), or other
indulgence(s) or arrangement(s) with the Contractor or release or forbearance
whatsoever shall have the effect of releasing the Surely from its full liability to the Owner
hereunder or of anywise prejudicing rights of the Owner between the Surely and the
Owner be conclusive of the value of such of Free Issue Material and the said costs and
expenses as also of the amount liable to be paid to the Owner in terms and for the
purposes of, without necessity for the Owner to produce any voucher, bill or other
documentation or evidence whatsoever in support thereof.

Yours Faithfully,

Engineers India Limited


New Delhi

Page 165 of 4779


Date:12.10.2022

GENERAL CONDITIONS OF CONTRACT


(GCC)

BHARAT PETROLEUM CORPORATION LIMITED

Page 166 of 4779


INDEX
DETAILS PAGE
SECTION/
CLAUSE NO.
I DEFINITION OF TERMS 5
II GENERAL INFORMATION ABOUT SITE 6
2.1 LOCATION OF SITE & ACCESSIBILITY 6
2.2 SCOPE OF WORK 6
2.3 LAND FOR CONTRACTOR’S FIELD, GODOWN AND 6
WORKSHOP
2.4 SAFETY STANDARDS FOR TEMPORARY BUILDINGS 6
III GENERAL INSTRUCTION FOR THE TENDERER 7
3 SUBMISSION OF TENDER 7
4 DOCUMENTS 7
5 PURCHASE PREFERENCE 8
6a EARNEST MONEY 8
6b CONVERSION OF EMD TO SECURITY DEPOSIT 8
7a BID VALIDITY 8
7b LANGUAGE OF BID 8
8 ADDENDA / CORRIGENDA 8
9 RIGHT OF OWNER TO ACCEPT OR REJECT TENDER 9
10a INTEGRITY PACT (IP) 9
10b HOLIDAY LISTING 9
10c FOREIGN BIDDERS 9
11 COLLECTION OF DATA TENDERER’S RESPONSIBILITY & TIME SCHEDULE 9
12 RETIRED GOVERNMENT OR COMPANY OFFICER 9
13 SIGNING OF THE CONTRACT 10
14a FIELD MANAGEMENT 10
14b CONSULTANCY CONTRACTS 10
IV INTERPRETATION OF CONTRACT DOCUMENTS 11
15 INTERPRETATION OF CONTRACT DOCUMENT 11
16 SPECIAL CONDITIONS OF CONTRACT 11
17 CONTRACTOR TO OBTAIN HIS OWN INFORMATION 11
18 PERFORMANCE SECURITY DEPOSIT/RETENTION MONEY 12
19 TIME OF PERFORMANCE 13
20 FORCE MAJEURE 13
21 EXTENSION OF TIME 14
22 LIQUIDATED DAMAGES FOR DELAY 14
23 SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS 14
REASONABLE COMPENSATION
WITHOUT REFERENCE TO ACTUAL LOSS
24 TERMINATION / OFFLOADING 14
25 FORFEITURE OF SECURITY DEPOSIT 14
26 ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED 14
27 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT 15
TAKEN UNDER CLAUSE 26
28 NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK 15
29 CHANGES IN CONSTITUTION 15
30 IF THE CONTRACTOR DIES 15
31 EMPLOYEES OF THE OWNER NOT INDIVIDUALLY LIABLE 15

Page 167 of 4779


SECTION/
DETAILS PAGE
CLAUSE NO.
32 OWNER NOT BOUND BY PERSONAL REPRESENTATIONS 16
33 CONTRACTOR’S OFFICE AT SITE 16
34 CONTRACTOR’S SUBORDINATE STAFF AND THEIR CONDUCTS 16
35 SUB-LETTING OF WORK 16
36 POWER OF ENTRY 17
37 CONTRACTOR’S RESPONSIBILITY WITH OTHER AGENCIES 17
38 OTHER AGENTS AT SITE 17
39 NOTICES 17
40 RIGHTS OF VARIOUS INTERESTS 17
41 RIGHT OF OWNER TO DETERMINE / TERMINATE CONTRACT 18
42 TERMINATION FOR CONVENIENCE 18
43 PATENTS AND ROYALTIES 18
44 LIENS 19
45 OPERATION OF CONTRACT 19
V PERFORMANCE OF WORK 20
46 EXECUTION OF WORKS 20
47 COORDINATION AND INSPECTION OF WORK 20
48 WORK IN MONSOON AND DEWATERING 20
49 WORK ON SUNDAYS AND HOLIDAYS 20
50 GENERAL CONDITIONS FOR CONSTRUCTION AND ERECTION WORK 20
51 DRAWINGS TO BE SUPPLIED BY THE OWNER 21
52 DRAWINGS TO BE SUPPLIED BY THE CONTRACTOR 21
53 SETTING OUT WORKS 21
54 RESPONSIBILITY FOR LEVEL AND ALIGNMENT 21
55 MATERIALS TO BE SUPPLIED BY CONTRACTOR 21
56 MATERIALS SUPPLIED BY OWNER 22
57 CONDITIONS FOR ISSUE OF MATERIALS 22
58 MATERIALS PROCURED WITH ASSISTANCE OF OWNER 23
59 MATERIALS OBTAINED FROM DISMANTLING 23
60 ARTICLES OF VALUE FOUND 23
61 DISCREPANCIES BETWEEN INSTRUCTIONS 23
62 ALTERATIONS IN SPECIFICATIONS AND DESIGNS AND EXTRA WORK 23
63 VARIATION IN CONTRACT VALUE 24
64 ACTION WHERE NO SPECIFICATIONS ISSUED 24
65 ABNORMAL RATES 24
66 INSPECTION OF WORK 24
67 ASSISTANCE TO THE ENGINEERS 24
68 TESTS FOR QUALITY OF WORKS 25
69 SAMPLES 25
70 ACTION AND COMPENSATION IN CASE OF BAD WORK 25
71 SUSPENSION OF WORKS 25
72 OWNER MAY DO PART OF WORK 25
73 POSSESSION PRIOR TO COMPLETION 25
74.1,2 PERIOD OF LIABILITY FROM THE DATE OF COMPLETION OF WORK 26
74.3 CARE OF WORKS 26
74.4 EFFECTS PRIOR TO TAKING OVER 26

Page 168 of 4779


SECTION/
DETAILS PAGE
CLAUSE NO.
VI BILLS / MEASUREMENT / PAYMENT 27
75 SCHEDULE OF RATES AND PAYMENTS 27
76 PROCEDURE FOR MEASUREMENT / BILLING OF WORK IN PROGRESS 28
77 LUMPSUMS IN TENDER 28
78 RUNNING ACCOUNT PAYMENTS TO BE REGARDED AS ADVANCES 28
79 EXTRA WORK 28
80 PAYMENT OF CONTRACTOR’S BILL 28
81 CONCLUSION OF CONTRACT 29
82 MODE OF PAYMENT 29
83 COMPLETION CERTIFICATE 29
84 FINAL DECISION AND FINAL CERTIFICATE 29
85 CERTIFICATE FOR PAYMENTS AND EVIDENCE OF COMPLETION 30
VII TAXES / DUTIES / INSURANCE 31
86 TAXES & DUTIES 31
87 INSURANCE 31
88 DAMAGE TO PROPERTY 32
VIII LABOUR LAWS AND OTHER REGULATIONS 33
89 LABOUR LAWS 33
90 IMPLEMENTATION OF APPRENTICES ACT, 1961 33
91 CONTRACTOR TO INDEMNIFY THE OWNER 33
92a HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS 34
92b MEDICAL FITNESS CERTIFACATION 34
93 SAFETY REGULATIONS 34
94 ARBITRATION 34
95 JURISDICTION 35
96 ORDER OF PRECEDENCE FOR WORKS/SERVICES CONTRACTS 35
97 LIMITATION OF LIABILITY 35
98 POLICE VERIFICATION OF CONTRACT STAFF AND TRANSPORT CREW AT 35
LOCATION
99 NUISANCE 35
100 BUILDING AND OTHER CONSTRUCTION WORKERS CESS 35
IX MEMORANDUM OF AGREEMENT 37
PROFORMA OF BANK GUARANTEE 42
TAX RESIDENCY CERTIFICATE 43
FORM NO. 10 F 44
BHARAT PETROLEUM CORPORATION LTD ACKNOWLEDGEMENT 45

Page 169 of 4779


GENERAL CONDITIONS OF CONTRACT
SECTION - I

DEFINITION OF TERMS

In the contract documents as herein defined where the context so admits, the following words and expressions will have following
meanings :

1) “The Owner/Company/BPCL” means the Bharat Petroleum Corporation Limited, incorporated in India having its
registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai - 400 038 or their successors or assigns
2) “The Contractor” means the person or the persons, firm or Company whose tender has been accepted by the Owner
and includes the Contractor’s legal representative, his successor and permitted assigns.
3) The “Managing Director” shall mean the Chairman and Managing Director of the Bharat Petroleum Corporation
Limited or his successor in office designated by the Owner.
4) The “Engineer-in-Charge” shall mean the person designated as such by the Owner and shall Include those who are
expressly authorised by the Owner to act for and on his behalf for operation of this contract.
5) The “Work” shall mean the works to be executed in accordance with the contract or part thereof as the case may be
and shall include extra, additional, altered or substituted works as required for purpose of the contract.
6) The “Permanent Work” means and includes works which will be incorporated in and form a part of the work to be
handed over to the Owner by the Contractor on completion of the contract.
7) The “Construction Equipment” means all appliances, Tools/Tackles and equipment of whatsoever nature for the use
in or for the execution, completion, operation or maintenance of the work unless intended to form part of the
Permanent work.
8) The “Site” means the areas on which the permanent works are to be executed or carried out and any other places
provided by the Owner for purpose of the contract.
9) The “Contract Document” means collectively the Tender Document. Designs. Drawings or Specifications, agreed
variations, if any, and such other document constituting the tender and acceptance thereof.
10) The “Consultant” means the consulting engineers Nominated/appointed by the Owner for this Project / job.
11) The “Sub-Contractor” means any person or firm or Company (other than the Contractor) to whom any part of the
work has been entrusted by the Contractor, with the written consent of the Engineer-in-Charge, and the legal
personal representatives, successors and permitted assigns of such person, firm or company.
12) The “Contract” shall mean the Agreement between the Owner and the Contractor for the execution of the works
including therein all contract documents.
13) The “Specification” shall mean the various technical specifications attached and referred to in the tender documents.
It shall also include the latest editions, including all addenda/corrigenda, of relevant Indian Standard Specification,
specifications of the other country published before entering into Contract.
14) The “Drawings” shall include maps, plans and tracings or prints thereof with any modifications approved in writing
by the Engineer-in-Charge and such other drawings as may, from time to time, furnished or approved in writing by
the Engineer-in-Charge.
15) The “Tender” means the tender submitted by the Contractor for acceptance by the Owner.
16) The “Alteration Order” means an order given in writing by the Engineer-in-Charge to effect additions to or deletion
from and alterations in the works.
17) The “Completion Certificate” shall mean the certificate to be issued by the Engineer-in-Charge to the contractor when
the works have been completed to his satisfaction.
18) The “Final Certificate” in relation to a work means the certificate issued by the Engineer-in-Charge after the period
of liability is over for releasing the retention money/PBG.
19) The “Period of Liability” in relation to a work means the specified period during which the Contractor stands
responsible for rectifying all defects that may appear in the works.

Page 170 of 4779


SECTION - II

GENERAL INFORMATION ABOUT SITE

2.1 LOCATION OF SITE & ACCESSIBILITY:

The site location is described in the Special Conditions of Contract. The intending tenderer should inspect the site
and make himself familiar with site conditions and available facilities.
Entry into the BPCL areas is restricted depending on location/site. Only pass holders as also vehicles with special
permits are permitted in such restricted areas. Inside the premises access to various work spots is also further
regulated by permits issued for each area. Non-availability of access roads or permits for entry of vehicles/equipment
to any specific area shall in no case be the cause to condone any delay in execution of works or be the cause for any
claims or extra compensations.

2.2 SCOPE OF WORK

The scope of work is defined in the Special Conditions of Contract and specifications. The Contractor shall provide all
necessary materials, equipments / Tools and Tackles / Supervision / labour etc. for the execution and maintenance
of the work till completion unless otherwise mentioned in these tender documents. All materials that go with the
work shall be approved by Engineer-in-Charge prior to procurement and use.

2.3 LAND FOR CONTRACTOR’S FIELD, GODOWN AND WORKSHOP:

The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity, approach
roads, construction materials as per specifications, shelter for his staff, etc. since these are to be provided/arranged
by the tenderer (unless otherwise specified) at his cost.
The owner will, at his discretion and convenience based on availability for the duration of the execution of the work,
make available, land for construction of contractor’s field office, go-downs, workshop and fabrication yard required
for the execution of the contract. The contractor shall at his own cost construct all these temporary buildings and
provide suitable water supply and sanitary arrangement approved by the Engineer-in-Charge.
On completion of the works undertaken by the Contractor, he shall remove all temporary works/ shed erected by him
and have the site cleaned as directed by Engineer-in-Charge if the contractor shall fail to comply with these
requirements, the Engineer-in-charge may at the expenses of the Contractor remove such surplus and rubbish
material, dispose off the same as he deems fit and get the site cleared as aforesaid; and the contractor shall forthwith
pay the amount of all expenses so incurred and shall have no claim in respect of any such surplus materials disposed
off as aforesaid. But the Owner reserves the right to ask the Contractor any time during the pendency of the contract
to vacate the land by giving seven days notice on security reasons or on material interest otherwise.

2.4 SAFETY STANDARDS FOR TEMPORARY BUILDINGS

All temporary buildings, sheds, workshops, field stations etc. shall be constructed in conformation with the safety and
security regulations of the owner as regards location and type of structure.

Page 171 of 4779


SECTION - III

GENERAL INSTRUCTION FOR THE TENDERER

3 SUBMISSION OF TENDER:

3.1 The quotation should be submitted only in the manner and the form prescribed in the Request For Quotation
(RFQ)/Tender enquiry.

3.2 Addenda/Corrigenda to this tender document if issued must be signed and submitted along with the tender document.
The tenderer should consider the Addenda/Corrigenda and should price the work based on revised quantities when
amendments for quantities are issued in addenda.

3.3 Tenders should always be placed in double sealed covers, superscribing Tender No Tender for
(name of job), Bharat Petroleum Corporation Limited, due for opening on

The full name, postal address and telegraphic address of the tenderer shall be written on the bottom left hand corner
of the sealed cover. (This will not be applicable in the case of e-tenders) Tenders received in open condition (priced
bid) are liable to be rejected.

3.4 Instructions for two part bidding

i) The bid should be submitted in two parts viz.


a. Techno-commercial bid.
b. Price bid.
ii) Techno-commercial bid shall have the following information/details
a. Technical deviation if any.
b. Commercial deviation if any like extra taxes, duties etc.
c. Copy of price bid with prices blanked off.
d. Any other relevant information.
iii) Price Bid shall have only prices as per schedule of Rates.
iv) Techno-commercial bid and price bid shall be enclosed in two separate envelopes with the subject job, type of
bid, bidders name super-scribed on top. Both these envelopes shall be sealed in a common envelope and submitted
as specified above and in covering letter. (This will not be applicable in the case of e-tenders)

4 DOCUMENTS:

4.1 The tenders, as submitted shall include all documents/details asked for by BPCL in the RFQ/Tender enquiry.

4.2 All pages to be initialed:

Wherever signed tender documents are submitted, all signatures in the documents shall be dated, as well as all the
pages of the documents shall be initialed at the lower right hand corner and signed wherever required in the tender
papers by the tenderer or by a person holding power of attorney authorizing him to sign on behalf of the tenderer
before submission of tender. Tenders without signatures as stated above are liable to be rejected.

4.3 Rates to be in Figures and Words:

The tenderer should quote the rates in English both in figures as well as in words. Offers received without the rates
in figures and in words are liable for rejection. In case of discrepancy exists between the rate quoted in figures and
in words, the rates quoted in words will prevail.

4.4 Corrections and Erasures:

All corrections and alteration in the entries of tender papers will be signed in full by the tenderer with date. No
erasures or over-writings are permissible.
In case of priced bids containing overwriting/cuttings/erasures in the quoted rates and in case these are not
attested by the signatory of the bid, such priced bids are liable to be rejected without giving any further notice.

4.5 Signature of Tenderer:

The tender shall contain the name, residence and place of business of person or persons making the tender and shall
be signed by the tenderer with his usual signature with company stamp. Partnership firms shall furnish the full names
of all partners in the tender. It should be signed in the partnership name by all the partners or by duly authorized
representative followed by the name and designation of the person signing with company stamp.
Tender by Company or Corporation registered under the relevant companies act, shall be signed by the authorized
representative and a power of attorney in that behalf shall accompany the tender.Transfer of tender documents
issued to one intending tenderer to another is not permissible.

Page 172 of 4779


5 PURCHASE PREFERENCE:

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable
from time to time under the existing Govt. policy. Purchase preference to a PSE shall be decided based on the price
quoted by PSE as compared to L1 Vendor at the time of evaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs), MSEs owned by Women Entrepreneurs and
MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as
admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE, a MSE owned
by women entrepreneurs and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by
the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.

6 (a) EARNEST MONEY:

The tenderer must submit/ deposit earnest money, if specified in the RFQ/Tender enquiry, failing which the tender is
liable to be rejected. Earnest Money Deposit shall be submitted in the form of crossed Demand Draft in favour of “Bharat
Petroleum Corporation Ltd.” / Electronic Funds Transfer to BPCL Bank Account / Bank Guarantee executed by any
Scheduled Bank approved by Reserve Bank of India (as per Proforma provided in Annexure). Earnest Money Deposit
(EMD) shall be valid for a period of 6 (Six) months from the due date of opening of Techno-commercial Bids and shall
be submitted from any Indian Scheduled Commercial Bank / Indian Branch of Foreign Bank. EMD submitted by foreign
vendors shall be in USD / EURO only.
In case of limited tender, Earnest Money deposit (EMD) is not applicable for registered contractors of BPCL.

NOTE : Exemption of Bidding Document fee and EMD will be applicable for Micro and Small Enterprises (MSEs) registered
with District Industries Centres (DIC) or Khadi and Village Industries Commission or Khadi and Village Industries Board
or Coir Board or National Small Industries Corporation (NSIC) or Directorate of Handicraft and Handloom or MSEs having
Udyog Aadhaar Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises. Such
bidder shall submit Self attested copy of the certificate, valid upto validity of the offer, indicating that their registration
includes the items/works under tender. The registration certificate should remain valid during the period of the contract
that may be entered into such successful bidder. Such tenderers should ensure validity of the Registration Certificate for
the purpose.
NOTE: No interest shall be paid by the Owner on the earnest money deposit by the tenderer. The earnest money of the
unsuccessful tenderer will be refunded after the completion of BQC evaluation / Technical Evaluation / Priced Bid
Evaluation as applicable.

(b) CONVERSION OF EMD TO SECURITY DEPOSIT:

The earnest money deposit (EMD) of the contractor whose tender may be accepted, if paid in forms other than Bank
Guarantee, can be converted to security deposit for due performance of the contract if the contractor so desires. The
“performance security deposit/retention money” vide clause 18 shall also be applicable limiting to a maximum of 10% of
the contract value.

7 (a) BID VALIDITY:

Tender submitted by tenderers shall remain valid for acceptance for a period of four months from the date of opening
of the tender (Technical Bid in the case of two bid). The tenderer shall not be entitled during the said period of four
months, without the consent in writing of the Owner, to revoke, or cancel his tender or vary the tender given or any
term thereof. In case of tenderer revoking or canceling his tender, varying any terms in regard thereof without the
consent of Owner in writing, appropriate penal action will be taken by BPCL as deemed fit including putting the
tenderer/contractor on ‘Holiday listing’/’Delisting’ barring the tenderer/contractor from participating in future tenders
for an appropriate period from the date of revocation/cancellation/varying the terms. Further in the case of contractors
who are not registered with BPCL, the earnest money deposited by him will be forfeited. Once the quotation is
accepted the rates quoted shall be firm till the entire work is completed.

(b) LANGUAGE OF BID:

The Bid, all correspondence and documents relating to the bid, between Bidder and BPCL, shall be written in English
language only. Any supporting document furnished by Bidder may be written in other language provided that this
literature is accompanied by an authenticated English translation in which case, for purpose of interpretation of the Bid,
the English translation shall govern.

8 ADDENDA / CORRIGENDA:

Addenda/ Corrigenda to the tender documents may be issued prior to the date of opening of the tenders to clarify
documents or to effect modification in the design or tender terms. All addenda/corrigenda issued shall become part
of tender Document.

Page 173 of 4779


9 RIGHT OF OWNER TO ACCEPT OR REJECT TENDER:

9.1 The right to accept the tender will rest with the Owner. The Owner, however, 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.
9.2 The whole work may be split up between two or more contractors or accepted in part and not entirely if considered
expedient.
9.3 Tenders in which any of the particulars and prescribed informations are missing or are incomplete in any respect
and/or the prescribed conditions are not fulfilled are liable to be rejected.
9.4 Canvassing in connection with tenders is strictly prohibited and tenders submitted by the tenderer who resort to
canvassing will be liable to rejection.
9.5 Tender containing uncalled remarks or any additional conditions are liable to be rejected.
10 (a) INTEGRITY PACT (IP):

Vendors are requested to sign & return our pre-signed IP document, if applicable. This document is essential &
binding. Vendor's failure to return the IP document duly signed along with Bid Document may result in the bid not
being considered for further evaluation.

(b) HOLIDAY LISTING:


The vendors / contractors are expected to adopt the ethics of highest standards and a very high degree of integrity,
safety and quality consciousness, commitment and sincerity towards the work undertaken and dealing with BPCL in
such matters. Also, while participating in the tender and performing the contracts, Contractors are required to meet
certain performance criteria and adherence to the terms and conditions of the tender / contract. BPCL shall have the
right to remove from the list of approved suppliers / contractors or to ban business dealings, if any agency has been
found to have committed misconduct or fraud or poor performance or anything unethical not expected
from a reputed agency. The guidelines and procedures for Holiday Listing as adopted by BPCL and available separately
in BPCL website shall be applicable in the context of all tenders floated and consequently, all Orders / Contracts /
Purchase Orders placed, by BPCL. It can be accessed using the following link:
http://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf.

(c) FOREIGN BIDDERS:


It is mandatory for the foreign bidder to furnish the documents for the compliance to requirement of PAN No. , Tax
Residency Certificate and Form No.10F (applicable for foreign bidder in case of services in India is required as per scope
of bidding document) as per Income Tax Act in case his receipts are subject to tax deduction at source in India:
(i) PAN No.
PAN as per the Indian Income Tax requirements shall be submitted, failing which the Supplier/Contractor/Consultant
shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules
and the same shall be deducted from the payment made to supplier/contractor/consultant.
(ii) Tax Residency Certificate (TRC)
TRC containing prescribed particulars as per the Annexure from the Government of foreign country in order to claim
the benefits of DTAA as per the Indian Income Tax requirements shall be submitted, failing which the relief under DTAA
will not be available and consequently the actual rate of withholding tax will be applicable and deducted from the
payment made to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified by the
Government of the country of which the assessee claims to be a resident for the purposes of tax.
(iii) Form 10F
In additional to TRC, in order to claim the benefits of DTAA, bidder shall also submit additional information in form no.
10F as per Annexure. Form 10F has to be signed & verified by the assessee himself.
The above shall be furnished before release of any payment or within one month of the release of Order, whichever is
earlier. In case of failure to submit the above information, any additional tax liability on Owner, will be deducted from
the payment due to the contractor.

11 COLLECTION OF DATA TENDERER’S RESPONSIBILITY & TIME SCHEDULE:

The tenderer shall visit the site and acquaint himself fully of the site and no claims whatsoever will be entertained on
the plea of ignorance or difficulties involved in execution of work or carriage of materials.
The time period allowed for carrying out the job shall be as shown in tender document. Request for revision for time
schedule after tenders are opened will not be received for consideration.

12 RETIRED GOVERNMENTS OR COMPANY OFFICER:

No Engineer of Gazetted rank or other Gazetted Officer, employed in Engineering or Administrative duties in an
Engineering Department of the States/Central Government or of the Owner is allowed to work as a Contractor for a
period of two years after his retirement from Government service or from the employment of the Owner without the
previous permission of the Owner. The contract, if awarded, is liable to be cancelled if either the contractor or any of
his employees is found at any time to be such a person, who had not obtained the permission of the State/ Central
Government, or of the Owner as aforesaid before submission of tender, or engagement in the Contractor’s service as
the case may be.

Page 174 of 4779


13 SIGNING OF THE CONTRACT:

The successful tenderer shall be required to execute an agreement in the proforma attached with tender enquiry
within a period of one month of the receipt by him of the notification of acceptance of tender. The payment will not
be processed till the time the agreement is executed.

14 (a) FIELD MANAGEMENT:

The field management will be the responsibility of the Engineer-in-Charge, who will be nominated by the Owner. The
Engineer-in-Charge may also authorize his representatives to perform his duties and functions.
Coordination of Work - The Engineer-in-Charge shall coordinate the work of various agencies engaged at site to
ensure minimum disruption of work carried out by different agencies. It shall be the responsibility of the contractor
to plan and execute strictly in accordance with the site instructions to avoid hindrance to the works being executed
by other agencies.

14 (b) CONSULTANCY CONTRACTS:

This General Conditions of Contract (GCC) will be binding for Consultancy jobs only to the extent of its applicability
to the context of consultancy jobs.

10

Page 175 of 4779


SECTION - IV
INTERPRETATION OF CONTRACT DOCUMENTS

15 INTERPRETATION OF CONTRACT DOCUMENT:

15.1 Except if and to the extent otherwise provided by the Contract, the provisions of the General Conditions of Contract
and special conditions shall prevail over those of any other documents forming part of the contract. Several documents
forming the contract are to be taken as mutually explanatory. Should there be any discrepancy, inconsistency, error
or omission in the contract or any of the matter may be referred to Engineer-in-Charge, who shall give his decisions
and issue to the Contractor instructions directing in what manner the work is to be carried out. The decision of the
Engineer-in-Charge shall be final and conclusive and the contractor shall carry out work in accordance with this
decision.
15.2 Works shown upon the drawing but not mentioned in the specifications or described in the specification without being
shown on the drawings shall nevertheless be held to be included in the same manner as if they had been specifically
shown upon the drawings and described in the specifications.
15.3 Headings and marginal notes to the clauses of these General Conditions of Contract or to specifications or to any
other tender document are solely for the purpose of giving a concise indication and not a summary of the content
thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof
of the Contract.
16.4 Singular and Plural:
In these contract documents unless otherwise stated specifically, the singular shall include the plural and vice-versa
wherever the context so requires. Words indicating persons shall include relevant incorporated companies/ registered
as associations/ body of individual/ firm or partnership.

16 SPECIAL CONDITIONS OF CONTRACT:

16.1 Special Conditions of contract shall be read in conjunction with the General Conditions of Contracts, specification of
work, Drawings and any other documents forming part of this contract wherever the context so requires.
16.2 Notwithstanding the sub-division of the documents into these separate sections and volumes every part of each shall
be deemed to be supplementary to and complementary of every other part and shall be read with and into the
contract so far as it may be practicable to do so.
16.3 Where any portion of the General Conditions of Contract is repugnant to or at variance with any provisions of the
Special Conditions of Contract then, unless a different intention appears the provisions of the Special Conditions of
Contract shall be deemed to over-ride the provision of the General Conditions of Contract and shall to the extent of
such repugnance or variations, prevail.
16.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities, it is understood that the contractor shall do so at his own cost.
16.5 The materials, designs and workmanship shall satisfy the relevant Indian Standards, the Job specifications contained
herein and codes referred to. Where the job specifications stipulate requirements in addition to those contained in
the standard codes and specifications, these additional requirements shall also be satisfied.

17 CONTRACTOR TO OBTAIN HIS OWN INFORMATION:

The contractor in fixing rate shall for all purposes whatsoever be deemed to have him self independently obtained all
necessary information for the purpose of preparing his tender. The contractor shall be deemed to have examined
the Contract Documents, to have generally obtained his own information in all matters whatsoever that might affect
the carrying out the works at the scheduled rates and to have satisfied himself to the sufficiency to his tender. Any
error description of quantity or omission there from shall not vitiate the contract or release the Contractor from
executing the work comprised in the contract according to drawing and specifications at the scheduled rates. He is
deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labour
involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be
the defects, omissions or errors that may be found in the Contract Documents. The Contractor shall be deemed to
have visited surrounding to have satisfied himself to the nature of all existing structures, if any, and also as to the
nature and the conditions of the Railways, roads, bridges and culverts means of transport and communications,
whether by land, water or air, and as to possible interruptions thereto and the access to and regress from the site,
to have made enquiries, examined and satisfied himself as to the sites for obtaining sand, stones, bricks and other
materials, the sites for disposal of surplus materials the available accommodation as to whatever required, depots
and such other building as may be necessary for executing and completing the works, to have made local independent
enquiries as to the sub-soil water and variations thereof, storms, prevailing winds, climate conditions and all other
similar matters affecting these works. He is deemed to have acquainted himself as to his liability for payment of
Government taxes, customs duty and other charges.
Any neglect or failure on the part of the Contractor in obtaining necessary and reliable information upon the foregoing
or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire responsibility
from completion of the works at the scheduled rates and time in strict accordance with the contract documents.
No verbal agreement or inference from conversation with any officer or employee of the owner either before or after
the execution of the contract agreement shall in any way affect or modify any of the terms or obligations herein
contained.

11

Page 176 of 4779


18 PERFORMANCE SECURITY DEPOSIT/RETENTION MONEY:

18.1 To ensure performance of the contract and due discharge of the contractual obligations, the successful contractor
will have to provide security deposit of 10% of the basic value of contract unless otherwise specified in the Special
Conditions of Contract. Amount received/retained towards this clause will be considered as security deposit.
This Security deposit may be furnished in the form of an Account payee Demand Draft payable to BPCL or Bank
Guarantee in the prescribed format. The contractor shall have the option to adjust any Earnest Money Deposit- (EMD)
if paid by demand draft towards security deposit if he so desires or otherwise if submitted by way of bank guarantee
the validity of the same to be extended suitably as advised by BPCL.
In the case of security deposit submitted in the form of Bank guarantee, the Bank Guarantee shall be valid and remain
in force till the contractual completion period (expiry of the defect liability period- refer clause-74, if applicable) and
with a claim period of six months thereafter. The Bank Guarantee shall be in the form prescribed.
In case the successful contractor is not furnishing the performance security deposit as referred above on award of
the job, the same shall be deducted from each running account bills at the rate of 10% of bill value till overall security
deposit of 10% as mentioned above is collected.
The security deposit will be retained till the successful completion of the work and thereafter till the expiry of the
defect liability period (refer clause-74), if applicable. This retention money/Bank guarantee held shall be released
after the expiry of the defect liability period provided that any defects appearing during that period are corrected by
the contractor and subject to Clause 18.2 below.
In the case of value/rate/quantity contracts, the security deposit shall be based on individual release orders issued. In
case of LSTK (Lump Sum Turnkey Contracts) / EPC: PBG @ 10% within 15 days of notification of award. In case of
Annual Rate Contracts (ARCs): Submission of PBG @ 10% of Total Contract Value (TCV) or submission of initial security
deposit @ 2.5% of TCV within 15 days of notification of award. In cases where only 2.5% of TCV has been submitted,
7.5% of individual release order shall be subsequently deducted from RA bills.
Vendors/contractors shall be asked to submit the SD within 15 days from the date of notification of award and in the
event of delay in submission of SD, the contract can be terminated. However, if termination of contract is not in the
interest of the work/ BPCL, an additional time up to 30 days can be allowed for submission of SD depending on merits
of each case, beyond which the contract may be terminated with subsequent actions following termination as per
tender/procedure.

18.2 If the contractor/ sub-contractor or their employees shall break, deface or destroy any property belonging to the
Owner or other agency during the execution of the contract, the same shall be made good by the Contractor at his
own expenses and in default thereof, the Engineer-in-Charge may cause the same to be made good by other agencies
and recover expenses from the contractor (for which the certificate of the Engineer-in-Charge shall be final). These
expenses can be recovered from the security deposit/retention money if recovery from other sources is not possible.

18.3 All compensation or other sums of money payable by the contractor to the Owner under terms of this contract may
be deducted from his security deposit/retention money or from any sums which may be or may become due to the
contractor by the Owner on any account whatsoever and in the event of his security deposit/retention money being
reduced by reasons of any such deductions. The contractor shall within ten days thereafter make good any sum or
sums, which may have been deducted from his security Deposit/retention money. No interest shall be payable by the
Owner from sum deposited as security deposit/retention money.

18.4 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/retention money 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/retention money.

18.5 The Bank guarantee if submitted shall be from any Indian scheduled bank or an international bank of repute having
a branch in India or a corresponding banking relationship with an Indian scheduled bank. The security
deposit/retention money shall be in Indian Rupee in the case of domestic bidders and in US Dollars/EUROS in the
case of foreign bidders.

18.6 Process for submitting Bank Guarantee / PBG under SFMS (Structured Financial Messaging System) mode as follows:

Vendors shall insist their Bank for issuance of SFMS Bank Guarantee for faster payments. Vendors shall provide BPCL's
Bank Account No. & IFSC Code (Details given below) to their Bank as beneficiary at the time of application for Bank
Guarantee in favor of BPCL. Issuing Bank shall issue the Bank Guarantee & send SFMS message to BPCL's Bank
confirming the authenticity of Bank Guarantee who in turn shall send the confirmation to BPCL.
Vendor should ensure the following for issue of E- bank guarantee:
a. The issuing bank is on SFMS platform
b. SFMS Message type used is 760 COV and SFMS Delivery report/ Message copy is sent along with original BG
c. For BG amendment, message type 767COV is to be used.
d. SFMS contains following details:
i. Beneficiary's bank name: ICICI Bank
ii. IFSC Code: ICIC0000393
iii BPCL'S Customer 1D: 8PCL583493800

e. BG Issuing Bank should send the BG Issuance advice through SFMS to BPCL's designated Banker: ICICI Bank,

12

Page 177 of 4779


Backbay Branch, Mumbai (IFSC: 1CIC0000393).
f.BG Issuance advice should mention applicable Unique Identifier Code (U1C) in row/ field number 7037 of SFMS
Delivery Report.
a. BPCL Location : Kharghar , Navi Mumbai
b. Head office : Ballard Estate
c. UIC : BPCL583493800

g. The Original BG should be submitted along with print out of SFMS Delivery report from the BG Issuing Bank Branch.
h. SFMS BG will help in faster verification of BGs and prompt release of payments to Vendors.

19 TIME OF PERFORMANCE:

19.1 The work covered by this contract shall be commenced as detailed in the purchase order or as per the instructions
of the Engineer in charge and be completed in stages on or before the dates as mentioned in the time schedule of
completion of work. The contractor should bear in mind that time is the essence of this agreement unless such time
be extended pursuant to the provision of clause No. 21. Request for revision of Completion time after tenders are
opened will not receive consideration.
19.2 Time Schedule of Completion: The general time schedule of completion is given in the tender document. Contractor
should prepare a detailed monthly and weekly execution programme, jointly with the Engineer-in-Charge within two
weeks of receipt of Letter of Intent or acceptance of tender. The work shall be executed strictly as per the time
schedule given in this document. The period of completion given includes the time required for testing, rectifications,
if any, retesting and completion in all respects to the entire satisfaction of the Engineer-in-Charge.

20 FORCE MAJEURE

Circumstances leading to force majeure

(a) Act of terrorism;

(b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war, rebellion, revolution,
insurrection of military or usurped power;

(c) Ionising radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste from the
combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any explosive assembly or nuclear
component;

(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but excluding weather
conditions regardless of severity; and

(e) freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-wide level in any
country where Works are performed, and which affect an essential portion of the Works but excluding any industrial
dispute which is specific to the performance of the Works or the Contract.
For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other than due to a
nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure event.

• Notification of Force Majeure

Contractor shall notify within [10(ten)] days of becoming aware of or the date it ought to have become aware of the
occurrence of an event of Force Majeure giving full particulars of the event of Force Majeure and the reasons for the
event of Force Majeure preventing the Affected Party from, or delaying the Affected Party in performing its obligations
under the Contract.

• Right of either party to terminate

If an event of Force Majeure occurs and its effect continues for a period of 180 (one hundred eighty days) or more in a
continuous period of 365 (three hundred sixty five) days after notice has been given under this clause, either Party may
terminate the Contract by issuing a written notice of 30 (thirty) days to the other Party.

• Payment in case of termination due to Force Majeure

The Contract Price attributable to the Works performed as at the date of the commencement of the relevant event of
Force Majeure.

The Contractor has no entitlement and Owner has no liability for:

a) Any costs, losses, expenses, damages or the payment of any part of the Contract Price during an event of Force
Majeure; and

b) Any delay costs in any way incurred by the Contractor due to an event of Force
Majeure.Time extension for such cases will be worked out appropriately.

13

Page 178 of 4779


21 EXTENSION OF TIME:

If the contractor shall desire an extension of the time for completion of the work on the grounds of his having been
unavoidably hindered in its execution or on any other grounds, he shall apply in writing to the Engineer-in-Charge
within two weeks of the date of hindrance on account of which he desires such extension as aforesaid, and the
Engineer-in-Charge shall if in his opinion (which shall be final), reasonable grounds have been shown thereof,
authorize such extension of time as may in his opinion be necessary or proper.
In the event of extension of Time of the contract, if granted, the contractor shall be required to suitably extend the
period of Bank Guarantee if submitted, towards security Deposit/retention money suitably.

22. LIQUIDATED DAMAGES FOR DELAY:

22.1 Time is the essence of the contract. In case the contractor fails to complete the whole work within the stipulated
period, he shall be liable to pay liquidated damages of 0.5% of the basic value of contract per week and or part
thereof of the delay subject to a maximum of 5% of the value of the contract. The parties agree that this is a genuine
pre- estimate of the loss/damage which will be suffered by the owner on account of delay on the part of the contractor
and the said amount will be payable on demand without there being any proof of the actual loss or damages having
been caused by such delay/breach. The owner shall be at liberty to adjust or deduct the said amount of liquidated
damages from any amount due to the contractor including Security Deposit. In case where the concluded contract
value is different from the original contract value due to the change orders/variation in executed quantities/extension
of time, etc., the concluded contract value should be considered for recovery of Liquidated Damages for late
delivery/delayed completion.

22.2 The owner shall be at liberty to deduct or retain from any amount payable to the contractor periodically, the
proportionate or full amount of liquidated damages as the case may be for the delay periodically caused by the
contractor.

23 SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS REASONABLE


COMPENSATION WITHOUT REFERENCE TO ACTUAL LOSS:

All sums payable by way of compensation under any of the conditions shall be considered as reasonable compensation
without reference to the actual loss or damage, which shall have been sustained by the Owner.

24 TERMINATION/OFFLOADING:

24.1 The contractor fully understands that timely completion of the work as per the schedule is of paramount necessity as
otherwise it would lead to adversely affecting the schedules of other works/project with resultant financial and other
losses to the Company/owner. In view of this, the contractor unconditionally agrees and binds himself to be liable for
all the consequences for non-completion of the work within the stipulated time.

24.2 In case a situation is brought about by the contractor warranting termination/off-loading of the whole or any part of
the work for any reason whatsoever, the Company/owner shall have the liberty and right to entrust/engage/award
the work so terminated/off loaded at the risk and cost of the contractor to any other agency/contractor by adopting
any mode of inviting tenders, i.e. open/limited/single party/negotiation basis etc. in order to ensure completion of
the work as per the schedule or at the quickest possible time.

25. FORFEITURE OF SECURITY DEPOSIT:

Whenever any claim against the Contractor for the payment of a sum of money arises out of or under the contract,
the Owner shall be entitled to recover such sum by appropriating in part or whole, security deposit of the contractor,
forming whole or part of such security being insufficient or if no security has been taken from the Contractor then
the balance or the total sum recoverable, as the case may be, shall be deducted from any sum then due or which at
any time thereafter may become due to the Contractor. The contractor shall pay to the owner on demand any balance
remaining due.

26 ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED:

In any case in which, under any clause or clauses of this contract, the contractor shall have forfeited the whole of his
security deposit (whether paid in one sum or deducted by installment) or have committed a breach of any of the
terms contained in this contract, the owner shall have power to adopt any of the following courses as he may deem
best suited to his interest:
a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the owner
shall be conclusive evidence) in which case the security deposit of the contractor shall stand forfeited and
be absolutely at the disposal of the Owner.
b) To employ labour paid by the owner and to supply materials to carry out the work any part of the work,
debiting contractor with the labour cost of tools and plants and equipment charges, the cost of the materials
for which a certificate of the Engineer-in-Charge shall be final and conclusive against the Contractor and
10% of costs as above to cover all departmental charges and crediting him with the value of the work done
in all respects in the manner and at the same rates as if it had been carried out by the Contractor under
the term of his contract. The certificate of Engineer-in-Charge as to the value of the work done shall be

14

Page 179 of 4779


final and conclusive against the contractor.
c) To measure up the work of the contractor and to take such part thereof as shall be unexecuted out of his
hand to give it to another contractor to complete in which case any expenses which may be incurred in
excess of the sum which would have been paid to the original contractor, if the whole work had been
executed by him (of the amount of which excess, the certificate in writing of the Engineer-in-Charge shall
be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any
money due to him by the Owner under the contract or otherwise or from his security deposit or from the
proceeds of sale thereof, of a sufficient part thereof.

In the event of any of the above course being adopted by the Owner, the contractor shall have no claim to
compensation for any loss sustained by him by reason of his having purchased or procured any materials
or entered into any agreements or made any advances on account of or with a view to the execution of
the work of the performance of the contract. In case the Contractor shall not be entitled to recover or be
paid any sum for any work actually performed under this contract unless the Engineer-in- Charge will certify
in writing the performance of such work and the value payable in respect thereof and he shall only be
entitled to be paid the value so certified.

27 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER


CLAUSE 26:

In any case in which any of the powers conferred upon the owner by clause 26 thereof shall have become exercisable
and the same had not been exercised, the non exercise thereof shall not constitute a waiver of any of the conditions
hereof and such powers shall notwithstanding be exercised in the event of any further case of default by the contractor
for which any clause of hereof he is declared liable to pay compensation amounting to the whole of his security
deposit and the liability of the contractor for past and future compensation shall remain unaffected. In the event of
the Owner putting in force the power under sub-clause (a), (b) or (c) vested in him under the proceeding clause he
may, if he so desires takes possession of all or any tools and plants materials and stores in or upon the works or the
site thereof belonging to the contractor or procured by him and intended to be used for the execution of the work or
any part thereof paying or allowing for the same in account at the contract rates or in case of these not being
applicable at current market rates to be certified by the Engineer-in-Charge whose certificate thereof shall be final
otherwise the Engineer-in-Charge may give notice in writing to the contractor or his clerk of the works, supervisor or
other authorized agent, requiring him to remove such tools, plant, materials or stores from the premises (within a
time to be specified in such notice) and in the event of the contractor failing to comply with any such requisition, the
Engineer-in-Charge may remove them at the contractors expense or sell them by auction or private sale on account
of the contractor and at his risk in, all respects without any further notice as to the date, time or place of sale and
the certificate of the Engineer-in-Charge as to the expense of any such removal and the amount of proceeds and any
expenses of any such sale shall be final and conclusive against the contractor.

28 NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK:

If at any time from the commencement of the work the owner shall for any reasons whatsoever, not require the
whole or part thereof as specified in the tender to be carried out, the Engineer-in-Charge shall give notice in writing
of the fact to the contractor, who shall have no claim to any payment or compensation whatsoever on account of any
profit or advantage which he might have derived from the execution of the work in full, but which he did not derive
in consequence of the full amount of the work not having been carried out, neither shall he have any claim for
compensation by reason of any alterations having been made in the original specifications, drawings, designs and
instructions which shall involve any curtailment of the work as originally contemplated.

29 CHANGES IN CONSTITUTION:

Where the contractor is a partnership firm, the prior approval, in writing, of the Owner shall be obtained before any
change is made in the constitution of the firm, where the contractor is an individual or a Hindu undivided family
business concern, such approval as aforesaid shall likewise be obtained before sub-contractor enters into any
agreement with other parties, where under the reconstituted firm would have the right to carryout the work hereby
undertaken by the contractor. In either case if prior approval as aforesaid is not obtained, the contract shall be
deemed to have been allotted in contravention of clauses 35 hereof and the same action may be taken and, the same
consequence shall ensure as provided in the said clause.
30 IF THE CONTRACTOR DIES:

Without prejudice to any of the rights or remedies under his contract, if the contractor dies, the Owner shall have
the option of terminating the contract without compensation to the contractor.

31 EMPLOYEES OF THE OWNER NOT INDIVIDUALLY LIABLE:

No director or official or employee of the Owner shall in any way be personally bound or liable for the acts or
obligations of the Owner under the contract or answerable for any default or omission in the observance or
performance of any of the acts, matters or things which are herein contained.

15

Page 180 of 4779


32 OWNER NOT BOUND BY PERSONAL REPRESENTATIONS:

The contractor shall not be entitled to any increase on the item rates of the contract or any other right or claim
whatsoever by reason of representation, explanation or statement or alleged representation, promise or guarantees
given or alleged to have been given to him by any person.

33 CONTRACTOR’S OFFICE AT SITE:

The contractor shall provide and maintain an office at the site, if space provided by the owner, for the accommodation
of his agent and staff and such office shall be open at all reasonable hours to receive instruction, notices, or other
communications.

34 CONTRACTOR’S SUBORDINATE STAFF AND THEIR CONDUCTS:

34.1 The contractor, on or after award of the work shall name and depute a qualified personnel having sufficient
experience in carrying out work of similar nature to whom the equipments materials, if any, shall be issued
and instructions for works given. The contractor shall also provide to the satisfaction of the Engineer-in-
Charge sufficient and qualified staff to supervise the execution of the-works, competent sub-agents,
supervisor and leading hands including those specially qualified by previous experience to supervise the
type of works comprised in the contract in such manner as will ensure work of the best quality, expeditious
working. Whenever in the opinion of the Engineer-in-Charge, additional properly qualified supervision staff
is considered necessary, they shall be employed by the contractor without additional charges on account
thereof. The Contractor shall ensure to the satisfaction of the Engineer-in- Charge that sub-contractors, if
any shall provide competent and efficient supervision over the work entrusted to them.
34.2 If and whenever any of the Contractor’s or sub-contractor’s agents, sub-agents, assistants supervisor or
other employees shall in the opinion of Engineer-in-Charge be guilty of any misconduct or be incompetent
or insufficiently qualified or negligent in the performance of their duties or that in the opinion of the owner
or Engineer-in-Charge, it is undesirable for administrative or any other reason for such person or persons
to be employed in the works, the contractor, if so directed by the Engineer-in- Charge, shall at once remove
such person or persons from employment thereon. Any person or persons so removed from the works shall
not again be employed in connection with the works without the written permission of the Engineer-in-
Charge. Any person so removed from the works shall be immediately replaced at the expense of the
contractor by a qualified and competent substitute. Should the contractor be requested to repatriate any
person removed from the works he shall do so and shall bear all costs in connection herewith.
34.3 The contractor shall be responsible for the proper behaviour of all the staff, supervisor, workmen and others
and shall exercise a proper degree of control over them and in particular, and without prejudice to the said
generality, the contractor shall be bound to prohibit and prevent any employees from trespassing or acting
in any way detrimental or prejudicial to the interest of the community or of the properties or occupiers of
land and properties in the neighborhood and in the event of such employee so trespassing, the contractor
shall be responsible therefore and relieve the Owner of all consequent claims or actions for damages or
injury or any other grounds whatsoever. The decision of the Engineer-in-Charge upon any matter arising
under this clause shall be final. Contractor shall ensure that none of their employees are ever engaged in
any anti-national activities.
34.4 All contractor’s personnel entering upon the Owner’s premises shall be properly identified by badges issued
by owner which must be worn all times on Owner’s premises.

35 SUB-LETTING OF WORK:

Sub letting of contracts shall not be generally permitted. However owner may permit sub letting of work on specific
cases subject to the following:-
i) No part of the contract nor any share of interest there shall in any manner or degree be transferred assigned
sublet by the contractor directly or indirectly to any firm or corporation whosoever except as provided for in the
succeeding sub-clause, without the consent in writing of the Owner.
ii) Sub Contractors for Temporary Works Etc.:- The Owner may give written consent to sub-contract for execution
of any part of the works at the site, being entered into by the contractor provided each individual sub-contract
is submitted to the Engineer-in-Charge before being entered into and is approved by him.
iii) List of Sub-Contractors to be supplied: - At the commencement of every month the contractor shall furnish to
the Engineer-in-Charge list of all sub-contractors or firms engaged by the contractor and working at the site
during the previous month with particulars of the general nature of the sub-contract or works.
iv) Contractor’s Liability Not Limited By Sub-Contractors:- Notwithstanding any sub-letting with such approval as
aforesaid and notwithstanding that the Engineer-in-Charge shall have received copies of any sub-contracts, the
contractor shall be and shall remain solely responsible for the quality and proper and expeditious execution of
the works and the performance of all the conditions of the contract in all respects as if such sub-letting or sub-
contracting had not taken place and as if such work had been done directly by the Contractor.
v) Owner may Terminate Sub-Contracts:- If any sub-contractor engaged upon the works at the site executes any
work which in the opinion of the Engineer-in-Charge is not in accordance with the Contract documents, the
owner may by written notice to the contractor request him to terminate such sub-contract and the contractor
upon the receipt of such notice shall terminate such sub contract and the latter shall forthwith leave the works,
failing which the owner shall have right to remove such sub-contractors from the Site.
vi) No Remedy For Action Taken Under This Clause:- No action taken by the owner under the clause shall relieve
16

Page 181 of 4779


the contractor of any of his liabilities under the contract or give rise to any right to compensation, extension of
time or otherwise failing which, the owner shall have right to remove such sub-contractors from the Site.

36 POWER OF ENTRY:

If the contractor shall not commence the work in the manner previously described in the contract document or if he
shall, at any time in the opinion of the Engineer-in-Charge.
i. Fail to carryout the works in conformity with the contract documents, or
ii. Fail to carryout the works in accordance with the time schedule, or
iii. Substantially suspend work or the works for a period of Fourteen days without authority from the
Engineer-in-Charge, or
iv. Fail to carryout and execute the works to the satisfactions of the Engineer-in-Charge, or
v. Fail to supply sufficient or suitable constructional equipments, temporary works, labour materials or things,
or
vi. Commit or suffer or permit any other breach of any of the provisions of the contract on his part to be
performed or observed or persist in any of the above mentioned breaches of the contract for the fourteen
days, after notice in writing shall have been given to the Contractor by the Engineer-in-Charge requiring
such breach to be remedied, or
vii. Abandon the works, or
viii. During the continuance of the contract, become bankrupt, make any arrangement or composition with his
creditors, or permit any execution to be levied or go into liquidation whether compulsory or voluntary not
being merely a voluntary liquidation for the purpose of amalgamation or reconstruction.

Then in any such case, the Owner shall have the power to enter upon the works and take possession thereof and of
the materials, temporary works, constructional equipment, and stock thereon, and to revoke the contractor’s license
to use the same, and to complete the works, by his agents, other contractor or workmen, or to re-let the same upon
any terms and to such other person firm or corporation as the Owner in his absolute discretion may think proper to
employ and for the purpose aforesaid to use or authorize the use of any materials, temporary works constructional
equipment, and stock as aforesaid without making payment or allowances to the contractor for the said materials
other than such as may be certified in writing by the Engineer-in-Charge to be reasonable, and without making any
payment or allowance to the contractor for the use of the temporary said works, constructional equipments and stock
or being liable for any loss of damage thereto, and if the Owner shall by reason of his taking possession of the works
or of the works being completed by other contractors (due account being taken of any such extra work or works
which may be omitted) then the amount of such excess as certified by the Engineer-in- Charge shall be deducted
from any money which may be due for work done by the contractor under the contract and not paid for. Any deficiency
shall forthwith be made good and paid to the Owner by the contractor and the Owner shall have power to sell in such
manner and for such price as he may think fit all or any of the constructional equipment, materials etc. belonging to
and to recoup and retain the said deficiency or any part thereof out of the proceeds of the sale.

37 CONTRACTORS RESPONSIBILITY WITH OTHER AGENCIES:

Without repugnance to any other condition, it shall be the responsibility of the contractor executing the work of civil
construction, to work in close co-operation and co-ordinate the works with other contractors or their authorized
representatives and the contractor will put up a joint scheme, showing the arrangements, with other contractors /
agencies for carrying his portion of work to the Engineer-in-Charge, and get the approval. The contractor before
finally submitting the schemes to the Engineer-in-Charge shall have the written agreement of the other agencies. The
Engineer-in-Charge before communicating his approval of the scheme, with any required modifications shall get the
final agreement of all the agencies, which shall be binding. No claim shall be entertained on account of the above.
The contractor shall conform in all respects with the provisions of any statutory regulations, ordinances or by laws of
any local or duly constituted authorities or public bodies which may be applicable from time to time to the works or
any temporary works. The contractor shall keep the Owner Indemnified against all penalties and liabilities of every
kind arising out of non-adherence to such statutes ordinances, laws, rules, regulations, etc.

38 OTHER AGENTS AT SITE:

The contractor shall have to execute the work in such place and condition where other agencies might also be
engaged for other works such as site grading, filling and leveling, electrical and mechanical engineering works etc.
No claim shall be entertained to works being executed in the above circumstances.

39 NOTICES:

Any notice hereunder may be served on the contractor or his duly authorized representative at the job site or may
be served by registered mail direct to the address furnished by the Contractor. Proof of issue of any such notice could
be conclusive of the contractor having been duly informed of all contents therein.

40 RIGHTS OF VARIOUS INTERESTS:

i) The Owner reserves the right to distribute the work between more than one contractor. The contractor shall co-
operate and afford other contractors reasonable opportunity for access to the works for the carriage and storage of
materials and execution of their works.

17

Page 182 of 4779


ii) Whenever the work being done by any department of the Owner or by other contractors employed by the Owner
is contingent upon work covered by the contract, the respective rights of the various interests involved shall be
determined by the Engineer-in-Charge to secure the completion of the various portions of the work in general
harmony.

41 RIGHT OF OWNER TO DETERMINE / TERMINATE CONTRACT

i) Owner shall, at any time be entitled to determine and terminate the contract, if in the opinion of the Owner the
cessation of the work becomes necessary owing to paucity of funds or for any other cause whatsoever, in which case,
the cost of approved materials at the site at current market rates as verified and approved by Engineer-in- Charge
and of the value of the work done to date by the contractor shall be paid for in full at the rates specified in the
contract. A notice in writing from the Owner to the contractor of such determination and termination and the reason
thereof, shall be the conclusive proof of the fact that the contract has been so determined and terminated by the
Owner.

ii) Should the contract be determined under sub-clause (i) of this clause and the contractor claims payments to
compensate expenditure incurred by him in the expectation of completing the whole of the work, the Owner shall
consider and admit such claim as are deemed fair and reasonable and are supported by vouchers to the satisfaction
of the Engineer-in-Charge. The Owner’s decision on the necessity and propriety of any such expenditure shall be final
and conclusive and binding on the contractor.

42 TERMINATION FOR CONVENIENCE :

BPCL shall, in addition to any other right enabling it to terminate the contract, have the right to terminate the contract
at any time by giving prior written notice of at least 14 days to the contractor. Such termination shall be without prejudice
to the rights of the parties that have accrued on or before the date of termination of the contract.

If the contract is terminated under this provision, the contractor is entitled to be compensated as under:-

a. the contract price attributable to the works performed as at the date of termination

and
b. the reasonable costs incurred by the contractor for termination of subcontractors or the repatriation of the
contractors’ and subcontractors’ employees

less

the aggregate of all previous payments allocated to the works.

Any sums due to BPCL from the contractor accruing prior to the date of termination will be deducted from the amount
to be paid to the contractor under the contract.

If, as a result of any such deductions, there is a negative amount payable to the contractor, then the contractor must
pay an amount equal to such negative sum to BPCL within 15 days of BPCL intimating the contractor.

43 PATENTS AND ROYALTIES:

43.1 The contractor, if licensed under any patent covering equipment, machinery, materials or compositions of matter to
be used or supplied or methods and process to be practiced or employed in the performance of this contract, agrees
to pay all royalties and licence fees which may be due with respect thereto. If any equipment, machinery, materials
or composition matters, to be used or supplied or methods and process to be practised or employed in the
performance of this contract, is covered by a patent under which contractor is not licensed then the contractor before
supplying or using the equipment, machinery, materials, compositions method or processes shall obtain such licences,
and pay such royalties and licence fees as may be necessary for performance of the contract. In the event, the
contractor fails to pay any such royalties or obtain any such licence, any suit for infringement of such patents which
is brought against the contractor or the Owner as a result of such failure will be defended by the contractor at his
own expenses and the contractor will pay any damages and costs awarded in such suit. The contractor shall promptly
notify the owner if the contractor has acquired knowledge of any patent under which a suit for infringement could be
reasonably brought because of the use by the Owner of any equipment, machinery, materials, and process methods
to be supplied hereunder. The contractor agrees to and does hereby grant to Owner, together with the right to extend
the same to any of the subsidiaries of the Owner as irrevocable, royalty- free licence to use in any country, any
invention made by the contractor or his employee in or as a result of the performance of the work under the contract.

The Owner shall indemnify and save harmless the contractor from any loss on account of claims on contractor for
the contributory infringement of patent rights arising out and based upon the claim that the use by the Owner of the
process included in the design prepared by the Owner and used in the operation of the plant infringes on any patent
right with respect to any sub-contract entered into by contractor pursuant to the provisions of sub-contractor
an undertaking to provide the Owner with the same patent protection that contractor is required to provide under
18

Page 183 of 4779


the provisions of this clause.

43.2 All drawings, blue prints, tracings, reproducible, models, plans, specification and copies thereof, furnished by the
Owner as well as drawings, tracings, reproducible, plans specifications, design, calculations etc. prepared by the
contractor for the purpose of execution of works covered in or connected with this contract shall be the property of
Owner and shall not be used for any other work but are to be delivered to the Owner at the completion of the
contract.

43.3 Where so desired by Engineer-in-Charge, the contractor agrees to respect the secrecy of any document, drawings
etc. issued to him for the execution of this contract, and restrict access to such documents, drawing etc. to the
minimum and further, the contractor agrees to execute an individual SECRECY agreement from each or any person
employed by contractor having access to such documents, drawings and to any other agency or individual, without
the written approval by Engineer-in-Charge.

44 LIENS:

44.1 If, at any time, there should be evidence or any lien or claim for which the Owner might have become liable and
which is chargeable to the contractor, the Owner shall have the right to retain out of any payment then due or
thereafter to become due an amount sufficient to completely indemnify the owner against such lien or claim and if
such lien or claim be valid the Owner may pay and discharge the same and deduct the amount so paid from any
money which may be or may become due and payable to the Contractor. If any lien or claim remain unsettled after
all payments are made, the contractor shall refund or pay to the Owner all moneys that the latter may be compelled
to pay in discharging such lien or claim including all costs and reasonable expenses.

44.2 Contractor will not disclose details of the work to any person or persons except those engaged in its performance,
and only to the extent required for the particular portion of the work being done.
Contractor will not give any items concerning details of the work to the press or a news disseminating agency without
prior written approval from Engineer-in-Charge. Contractor shall not take any pictures on site without written approval
of Engineer-in-Charge

45 OPERATION OF CONTRACT:

45.1 Law Governing:


Regardless of the place of contracting, place of performance or otherwise, this Agreement, and all amendments,
modifications, alterations, or supplements, thereto shall be governed by the laws of India and respective state laws
for the nature, validity and interpretation thereof.

45.2 Non-Waiver of Default:

Any failure by the Owner or Contractor at any time, or from time to time, to enforce or require the strict keeping and
performance of any of the terms or conditions of this agreement, or to exercise a right hereunder, shall not constitute
a waiver of such terms, conditions or rights, and shall not affect or impair same, or the right of the Owner or the
Contractor, as the case may be at any time to avail itself of same.

19

Page 184 of 4779


SECTION - V

PERFORMANCE OF WORK

46 EXECUTION OF WORKS:

46.1 All the works shall be executed in strict conformity with the provisions of the contract documents and with such
explanatory detailed drawings, specifications, and instructions as may be furnished from time to time to the contractor
by the Engineer-in-Charge whether mentioned in the contract or not. The contractor shall be responsible for ensuring
that works throughout are executed in the most substantial, proper and workman like manner with the quality of
material and workmanship in strict accordance with the specifications following all safety requirements of BPCL and
as stipulated in work permits as per the directions and to the entire satisfaction of the Engineer-in- Charge.
46.2 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities/materials, it is understood that the contractor shall do, so at his cost unless otherwise specified.
46.3 The materials, design and workmanship shall satisfy the relevant Indian Standards, the Job specification contained
herein and codes referred to. Where the job specification stipulate requirements in addition to those contained in the
standards codes and specifications, these additional requirements shall also be satisfied.

47 COORDINATION AND INSPECTION OF WORK:

The coordination and inspection of the day-to-day work under the contract shall be the responsibility of the Engineer-
in-Charge. The written instructions regarding any particular job will be normally be passed by the Engineer-in-Charge
or his authorized representative. A work order book / logbook will be maintained by the Contractor for each job in
which the aforesaid written instructions will be entered. These will be signed by the contractor or his authorized
representative by way of acknowledgment within 12 hours. The non maintaining of the order book or non signing by
the contractor shall not preclude the contractor from complying with the instructions.

48 WORK IN MONSOON AND DEWATERING:

48.1 The completion of the work may entail working in the monsoon also. The contractor must maintain a minimum labour
force as may be required for the job and plan and execute the construction and erection according to the prescribed
schedule. No extra rate will be considered for such work in monsoon.
48.2 During monsoon and other period, it shall be the responsibility of the contractor to keep the construction work site
free from water at his own cost.

49 WORK ON SUNDAYS AND HOLIDAYS:

For carrying out work on Sundays and Holidays if needed, the contractor will approach the Engineer-in-Charge or his
representative at least two days in advance and obtain permission in writing. No special compensation on this account
will be payable.

50 GENERAL CONDITIONS FOR CONSTRUCTION AND ERECTION WORK:

50.1 Place of Work:


The work has to be executed at specified premises as per the tender. Contractor should apprise himself of all the
conditions prevailing in such location and the restrictions placed on movement of personnel and equipment, types of
equipment and tools permitted, working methods allowed etc. in the light of security and safety regulations operative
in the area.
The safety regulations to be complied with, by the contractor will also be provided along with the tender. No idle time
wages or compensation for temporary stoppage of work or restrictions would be paid, and the rate quoted for the
various items of work should cover the cost of all such contingencies and eventualities. Substantial structures and
utilities exist both above ground and underground, adjacent to the work site. (The construction activity gets restrained
by the existence of such structures and utilities). Special care is necessary in transportation, storage, working on
equipments and other construction activities to protect the existing features and prevent damage to any facility.
Necessary protective structures barricades etc. have to be erected at various places as directed by Engineer-in-
Charge. No extra payment of such protective works will be made unless specially provided in the tender.
50.2 The working time or the time of work is 48 hours per week normally. Overtime work is permitted in cases of need
and the Owner will not compensate the same. Shift working at 2 or 3 shifts per day may become necessary and the
contractor should take this aspect into consideration for formulating his rates for quotation. No extra claims will be
entertained by the Owner on this account.
50.3 The contractor must arrange for the placement of workers in such a way that the delayed completing of the work or
any part thereof for any reasons whatsoever will not affect their proper employment. The Owner will not entertain
any claim for idle time payment whatsoever.
50.4 The contractor shall submit to the Owner reports at regular intervals regarding the state and progress of work. The
details and preforma of the report will mutually be agreed after the award of contract.

20

Page 185 of 4779


51 DRAWINGS TO BE SUPPLIED BY THE OWNER:

51.1 Where drawings are attached with tender, these shall be for the general guidance of the contractor to enable him to
visualize the type of work contemplated and scope of work involved. The contractor will be deemed to have studied
the drawings and formed an idea about the work involved.
51.2 Detailed working drawings on the basis of which actual execution of the work is to proceed will be furnished from
time to time during the progress of the work. The contractor shall be deemed to have gone through the drawings
supplied to him thoroughly and carefully and in conjunction with all other connected drawings and bring to the notice
of the Engineer-in-Charge, discrepancies, if any, therein before actually carrying out the work.
51.3 Copies of all detailed working drawings relating to the works shall be kept at the contractor’s office of the site and
shall be made available to the Engineer-in-Charge at any time during the contract. The drawings and other documents
issued by the Owner shall be returned to the Owner on completion of the works. Reference is also invited to clause
43.2 and 43.3 above regarding drawings and other documents.

52 DRAWINGS TO BE SUPPLIED BY THE CONTRACTOR:

52.1 Where drawings/data are to be furnished by the contractor, they shall be as enumerated in the special conditions of
contract, and shall be furnished within the specified time.
52.2 Where approval of drawings before manufacture / construction / fabrication has been specified, it shall be contractor’s
responsibility to have these drawings prepared as per the directions of Engineer-in-Charge and got approved before
proceeding with manufacture construction / fabrication, as the case may be. Any changes that may have become
necessary in these drawings during the execution of the work shall have to be carried out by the contractor to the
satisfaction of Engineer-in-Charge at no extra cost. All final drawings shall bear the certification stamps duly signed
by both the contractor and the Engineer-in-Charge.
52.3 A period of 3 weeks from the date of receipt shall be required normally for approval of drawings by the Engineer-in-
Charge.

53 SETTING OUT WORKS:

53.1 The Engineer-in-Charge shall furnish the contractor with only the four corners of the work site and a level bench mark
and the contractor shall set out the works and shall provide efficient staff for the purpose and shall be solely
responsible for the accuracy of such setting out.
53.2 The contractor shall provide, fix and be responsible for the maintenance of all stacks, templates, level marks, profiles
and other similar things and shall take all necessary precaution to prevent their removal or disturbance and shall be
responsible for the consequence of such removal or disturbance should the same take place and for their efficient
and timely reinstatement. The contractor shall also be responsible for the maintenance of all existing survey marks,
boundary marks, distance marks and centre line marks, either existing or supplied and fixed by the contractor. The,
work shall be set out to the satisfaction of the Engineer-in-Charge. The approval thereof or joining in setting out the
work shall not relieve the contractor of any of his responsibilities.
53.3 Before beginning the works, the contractor shall at his own cost, provide all necessary reference and level posts,
pegs, bamboos, flags, ranging rods, strings and other materials for proper layout of the work in accordance with the
scheme, for bearing marks acceptable to the Engineer-in-Charge. The centre, longitudinal or face lines and cross lines
shall be marked by means of small masonry pillars. Each pillar shall have distinct marks at the centre to enable
theodolite to be set over it. No work shall be started until all these points are checked and approved by the Engineer-
in-Charge in writing but such approval shall not relieve the contractor of any of his responsibilities. The contractor
shall also provide all labour, material and other facilities, as necessary, for the proper checking of layout and inspection
of the points during construction.
53.4 Pillars bearing geodetic marks located at the site of work under construction should be protected and fenced by the
contractor.
53.5 On completion of works, the contractor must submit the geodetic documents according to which the work was carried
out.

54 RESPONSIBILITY FOR LEVEL AND ALIGNMENT:

The contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and
correctness of every part of the work and shall rectify effectually any errors or imperfections therein. Such
rectifications shall be carried out by the contractor, at his own cost, when instructions are issued to that effect by the
Engineer-in-Charge.

55 MATERIALS TO BE SUPPLIED BY CONTRACTOR:

55.1 The contractor shall procure and provide the whole of the materials required for construction including tools, tackles,
construction plant and equipment for the completion and maintenance of the works except the materials which will
be issued by Owner and shall make his own arrangement for procuring such materials and for the transport thereof.
The materials procured by the contractor shall be BPCL approved/specified quality.
55.2 All materials procured should meet the specifications given in the tender document. The Engineer-in-Charge may, at
his discretion, ask for samples and test certificates for any batch of any material procured. Before procuring, the
contractor should get the approval of Engineer-in-Charge for any material to be used for the works.
55.3 Manufacturer’s certificate shall be submitted for all materials supplied by the contractor. If, however, in the opinion
of the Engineer-in-Charge any tests are required to be conducted on the materials supplied by the contractor, these

21

Page 186 of 4779


will be arranged by the contractor promptly at his own cost.

56 MATERIALS SUPPLIED BY OWNER:

56.1 If the specifications of the work provides for the use of any materials of special description to be supplied from the
Owner’s stores, price for such material to be charged therefore as herein after mentioned being so far as practicable
for the convenience of the contractor but not so as in any way to control the meaning or effect of the contract. The
contractor shall be bound to purchase and shall be supplied such materials as are from time to time required to be
used by him for the purpose of the contract only. The sums due from the contractor for the value of the actual
materials supplied by the Owner will be recovered from the running account bill on the basis of the actual consumption
of materials in the work covered and for which the running account bill has been prepared. After the completion of
the works, however, the contractor has to account for the full quantity of materials supplied to him as per relevant
clauses in this document.
56.2 The value of the materials as may be supplied to the contractor by the Owner will be debited to the contractor’s
account at the rates shown in the schedule of chargeable materials and if they are not entered in the schedule, they
will be debited at cost price, which for the purpose of the contract shall include the cost of carriage and all other
expenses whatsoever such as normal storage supervision charges which shall have been incurred in obtaining the
same at the Owner’s stores. All materials so supplied to the contractor shall remain the absolute property of the
Owner and shall not be removed on any account from the site of the work, and shall be at all times open for
inspection to the Engineer-in-Charge. Any such materials remaining unused at the time of completion or termination
of the contract shall be returned to the Owner’s stores or at a place as directed by the Engineer-in- Charge in
perfectly good condition, at contractor’s cost.

57 CONDITIONS FOR ISSUE OF MATERIALS:

i) Materials specified to be issued by the Owner will be supplied to the contractor by the Owner from his
stores/location. It shall be the responsibility of the contractor to take delivery of the materials and arrange for its
loading, transport and unloading at the site of work at his own cost. The materials shall be issued between the
working hours and as per the rules of the Owner framed from time to time.
ii) The contractor shall bear all incidental charges for the storage and safe custody of materials at site after these
have been issued to him.
iii) Materials specified to be issued by the Owner shall be issued in standard sizes as obtained from the manufacturer.
iv) The contractor shall construct suitable godown at the site of work for storing the materials safe against damage
by rain, dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the purpose.
v) It shall be duty of the contractor to inspect the material supplied to him at the time of taking delivery and satisfy
himself that they are in good condition. After the materials have been delivered by the Owner, it shall be the
responsibility of the contractor to keep them in good condition and if the materials are damaged or lost, at any
time, they shall be repaired and/ or replaced by him at his own cost, according to the directions of the Engineer-
in-Charge.
vi) The Owner shall not be liable for delay in supply or non-supply of any materials which the Owner has undertaken
to supply where such failure or delay is due to natural calamities, act of enemies, transport and procurement
difficulties and any circumstances beyond the control of the Owner. In no case, the contractor shall be entitled
to claim any compensation or loss suffered by him on this account.
vii) It shall be the responsibility of the contractor to arrange in time all materials required for the works other than
those to be supplied by the Owner. If, however, in the opinion of the Engineer-in-Charge the execution of the
work is likely to be delayed due to the contractor’s inability to make arrangements for supply of materials which
normally he has to arrange for, the Engineer-in-Charge shall have the right, at his own discretion, to Issue such
materials If available with the Owner or procure the materials from the market or elsewhere and the contractor
will be bound to take such materials at the rates decided by the Engineer-in-Charge. This, however, does not in
any way absolve the contractor from responsibility of making arrangements for the supply of such materials in
part or in full, should such a situation occur, nor shall this, constitute a reason for the delay in the execution of
the work.
viii) None of the materials supplied to the contractor will be utilized by the contractor for manufacturing item, which
can be obtained from standard manufacturer in finished form.
ix) The contractor shall, if desired by the Engineer-in-Charge, be required to execute an indemnity bond for safe
custody and accounting of all materials issued by the Owner.
x) The contractor shall furnish to the Engineer-in-Charge sufficiently in advance a statement showing his
requirements of the quantities of the materials to be supplied by the Owner and the time when the same will be
required by him for the works, so as to enable the Engineer-in-Charge to make necessary arrangement for
procurement and supply of the material.
xi) A daily account of the materials issued by the Owner shall be maintained by the contractor indicating the daily
receipt, consumption and balance in hand. This account shall be maintained in a manner prescribed by the
Engineer-in-Charge along with all connected papers viz. requisition, issues etc. and shall be always available for
inspection in the contractor’s office at site.
xii) The contractor should see that only the required quantities of materials are got issued. The contractor shall not
be entitled to cartage and incidental charges for returning the surplus materials, if any, to the stores/location
where from they were issued or to the place as directed by the Engineer-in-Charge.
xiii) Materials/ Equipment supplied by Owner shall not be utilized for any other purpose(s) than issued for.

22

Page 187 of 4779


58 MATERIALS PROCURED WITH ASSISTANCE OF OWNER:

Notwithstanding anything contained to the contrary in any or all the clause of this document where any materials for
the execution of the contract are procured with the assistance of Owner either by issue from Owner’s stock or
purchase made under orders or permits or licences issued by Government, the contractor shall hold the said materials
as trustee for the Owner and use such materials economically and solely for the purpose of the contract and not
dispose them off without the permission of the owner and return, if required by the Engineer-in-Charge, all surplus
or unserviceable materials that may be left with him after the completion of the contract or at its termination for any
reason, whatsoever on his being paid or credited such prices as the Engineer in-Charge shall determine having due
regard to the condition of the materials. The price allowed to the contractor however, shall not exceed the amount
charged to him excluding the storage charges if any. The decision of the Engineer-in- Charge shall be final and
conclusive in such matters. In the event of breach of the aforesaid condition, the contractor shall in terms of the
licenses or permits, and/or for criminal breach of trust, be liable to compensate the Owner a double rate or high rate,
in the event of those materials at that time having higher rate or not being available in the market, then any other
rate to be determined by the Engineer-in-Charge and his decision shall be final and conclusive.

59 MATERIALS OBTAINED FROM DISMANTLING:

If the contractor in the course of execution of the work is called upon to dismantle any part for reasons other than
those stipulated in clauses 66 & 70 hereunder, the materials obtained in the work of dismantling etc. will be considered
as the Owner’s property and will be disposed off to the best advantage of the Owner.

60 ARTICLES OF VALUE FOUND:

All gold, silver and other materials, of any description and all precious stones, coins, treasure relies, antiquities and
other similar things which shall be found in, under or upon the site, shall be property of the Owner and the contractor
shall duly preserve the same to the satisfaction of the Engineer-in-Charge and shall from time to time deliver the
same to such person or person indicated by the Owner.

61 DISCREPANCIES BETWEEN INSTRUCTIONS:

Should any discrepancy occur between the various instructions furnished to the contractor, his agents or staff or any
doubt, arise as to the meaning of any such instructions or should there be any misunderstanding between the
contractor’s staff and the Engineer-in-Charge’s staff, the contractor shall refer the matter immediately in writing to
the Engineer-in-Charge whose decision thereon shall be final and conclusive and no claim for losses alleged to have
been caused by such discrepancies between instructions, or doubts, or misunderstanding shall in any event be
admissible.

62 ALTERATIONS IN SPECIFICATIONS AND DESIGNS AND EXTRA WORK:

A) The Engineer-in-Charge shall have power to make any alterations in, omissions from, additions to of substitutions
for, the schedule of rates, the original specifications, drawings, designs and instructions that may appear to him
to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out such
altered / extra / new items of work in accordance with any instructions which may be given to him in writing signed
by the Engineer-in-Charge and such alterations, omissions, additions or substitutions shall not invalidate the
contract and any altered additional or substituted work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on the same conditions in all respect on
which he agree to do the main work. The time for completion of work may be extended for the part of the particular
job at the discretions of the Engineer-in-Charge, for only such alteration, additions or substitutions of the work, as
he may consider as just and reasonable. The rates for such additional, altered or substituted work under this
clause shall be worked out in accordance with the following provisions:

a) If the rates for the additional, altered or substituted work are specified in the contract for the work, the
contractor is bound to carry out the additional, altered or substituted work at the same rates as are specified in
the contract.

b) If the rates for the additional, altered or substituted work are not specifically provided in the contract for the
work, the rates will be derived from the rates for similar class of works as specified in the contract for the work.
The opinion of the Engineer-in-Charge as to whether the rates can be reasonably so derived from items in the
contracts will be final and binding on the contractor.

c) If the rates for the altered, additional or substituted work cannot be determined in the manner specified in sub-
clause (a) and (b) above, then the contractor shall inform the Engineer-in-Charge of the rate which is his
intention to charge for such class of work supported by analysis of the rate or rates claimed, and the Engineer-
in-Charge shall determine the rates on the basis of the prevailing market rates of materials, labour cost at
schedule of labour plus 10% to cover contractor’s supervision, overheads and profit and pay the contractor
accordingly. The opinion of the Engineer-in-Charge as to the current market rates of materials and the quantum
of labour involved per unit of measurement will be final and binding on the contractor.

23

Page 188 of 4779


d) Provisions, contained in sub-clause (a) to (c) above shall not, however, apply:

Where the value of alterations / additions / deletions or substitutions exceeds beyond plus or minus 25% of the
estimated contract value (i.e. quoted item rates of contractor shall hold good for variations etc. within plus or
minus 25% of estimated contract value)

B) In the event and as a result of such alternatives / additions / substitutions / deletion, the scope of contract work
exceed the value stipulated in the contract by more than the limits given in clause (d) above, the Contractor shall
claim revision of the rates supported by the proper analysis in respect of such items for quantities in excess of the
above limits, notwithstanding the fact that the rates for such items exist in the tender for the main work or can be
derived in accordance with the provision of sub-clause (b) of Clause 62 A, and the Engineer-in-Charge may revise
their rates having regard to the prevailing market rates, and the contractor shall be paid in accordance with the
rates so fixed. But, under no circumstances the contractor shall suspend / stop / slowdown the work on the plea
of non-settlement of rates of items falling under this clause.

63 VARIATION IN CONTRACT VALUE :

Compensation for Reduction in Contract value due to change in quantity:

 Upto & inclusive of (-) 25% of Total Contract Value (TCV): No cost compensation.
 Beyond (-) 25% of TCV: Cost compensation @ 10% of reduction in the contract value from (-) 25% of TCV (i.e. 75% of
TCV).

Discount to be obtained for Increase in contract value due to change in quantity:

 Upto & inclusive of (+) 50% of TCV: No discount.


Beyond (+) 50% of TCV: Reduction @ 10% of increase in the contract value beyond (+) 50% of TCV.

64 ACTION WHERE NO SPECIFICATIONS ISSUED:

In case of any class of work for which there is no such specification given by the Owner in the tender documents,
such work shall be carried out in accordance with Indian Standard Specifications and if the Indian Standard
Specifications do not cover the same the work should be carried out as per standard Engineering Practice subject to
the approval of the Engineer-in-Charge.

65 ABNORMAL RATES:

The contractor is expected to quote rate for each item after analysis of cost involved for the completion of item/work,
considering all specifications and conditions of contract. This will avoid loss of profit or gain, in case of curtailment or
change of specification for any item. In case it is noticed that the rates for any item, quoted by the tenderer are
unusually high or unusually low, it will be sufficient cause for the rejection of the tender unless the Owner is convinced
about the reasonableness of the rates on scrutiny of the analysis for such rate to be furnished by the tenderer on
demand.

66 INSPECTION OF WORK:

66.1 The Engineer-in-Charge will have full power and authority to inspect the works at any time wherever in progress
either on the Site or at the contractor’s premises / workshop where situated premises /workshops of any person,
firm or corporation where work in connect with the contract may be in hand or where materials are being or are to
be supplied, and the contractor shall afford or procure for the Engineer-in-Charge every facility and assistance to
carry out such Inspection. The contractor shall at all time during the usual working hours and at all other time for
which reasonable notice of the intention of the Engineer in-Charge or his representative to visit the works have been
given to the contractor, either himself be present to receive order and instructions or post a responsible agent duly
accredited in writing for the purpose. Orders given to the contractor’s agent shall be considered to have the same
force as if they had been given to the contractor himself. The contractor shall give not less than seven days, notice
in writing to the Engineer-in-Charge before covering up or placing any work beyond reach of inspection and
measurement any work in order that the same may be inspected and measured. In the event of breach of above
the same shall be uncovered at contractor’s expense carrying out such measurement or inspection.
66.2 No materials shall be dispatched by the contractor before obtaining the approval of Engineer-in-Charge in writing.
The contractor is to provide at all times during the progress of the work and the maintenance period, proper means
of access with ladders, gangways, etc. and the necessary attendance to move and adopt as directed for inspection
or measurement of the works by the Engine in-Charge.

67 ASSISTANCE TO THE ENGINEERS:

The contractor shall make available to the Engineer-in-Charge, free of cost necessary instruments and assistance in
checking of setting out of works and taking measurement of work.

24

Page 189 of 4779


68 TESTS FOR QUALITY OF WORKS:

68.1 All workmanship shall be of the respective kinds described in the contract documents and in accordance with the
instructions of the Engineer-in-Charge and shall be subjected from time to time to such test at contractor’s cost as
the Engineer-in-Charge may direct at place of manufacture or fabrication or on the site or at all or any such places.
The contractor shall provide assistance, instruments, labour and materials as are normally required for examining,
measuring and testing any workmanship as may be selected and required the Engineer-in-Charge.

68.2 All the tests necessary in connection with the execution of the work as decided by Engineer-in-Charge shall be carried
out at the field testing laboratory of the Owner by paying the charges as decided by the Owner from time to time.
In case of non-availability of test facility with the Owner, the required test shall be carried out at the cost of contractor
at government or any other testing laboratory as directed by Engineer-in-Charge.

68.3 If any tests are required to be carried out in connection with the work or materials workmanship not supplied by the
contractor, such tests shall be carried out by the contractor as per the instructions of Engineer-in-Charge and cost
of such tests shall be reimbursed by the Owner.

69 SAMPLES:

The contractor shall furnish to the Engineer-in-Charge for approval when requested or if required by the specifications,
adequate samples of all materials and finishes to be used in the work. Such samples shall be submitted before the
work is commenced and in ample time to permit tests and examinations thereof. All materials furnished and finishing
applied in actual work shall be fully identical to the approval samples.

70 ACTION AND COMPENSATION IN CASE OF BAD WORK:

If it shall appear to the Engineer-in-Charge that any work has been executed with unsound, imperfect or unskilled
workmanship or with materials of any inferior description, or that any materials or articles provided by the contractor
for the execution of the work are unsound or of a quality inferior to that contracted for, or otherwise not in accordance
with the contract, the contractor shall on demand in writing from the Engineer-in-Charge or his authorised
representative, specifying the work, materials or articles complained of, notwithstanding that the same have been
inadvertently passed, certified and paid for forthwith shall rectify or remove and reconstruct the works specified and
provide other proper and suitable materials or articles at his own charge and cost, and in the event of failure to do
so within a period to be specified by the Engineer-in-Charge in his demand aforesaid, the contractor shall be liable to
pay compensation at the rate of one percentage of the estimated cost of the whole work, for every week limited to
a maximum of 10 per cent of the estimated cost of the whole work, while his failure to do so shall continue and in
the case of any such failure the Engineer-in-Charge may on expiry of notice period rectify or remove and re-execute
the work or remove and replace with others, the materials or articles complained of as the case may be at the risk
and expenses of the contractors in all respects. The decision of the Engineer-in-Charge as to any question arising
under this clause shall be final and conclusive.

71 SUSPENSION OF WORKS:

The contractor shall, if ordered in writing by the Engineer-in-Charge or his representative, temporarily suspend the
works or any part thereof for such period and such time as so ordered and shall not, after receiving such written
order, proceed with the work therein ordered to be suspended, until he shall have received a written order to proceed
therewith. The contractor shall not be entitled to claim/ compensation for any loss or damage sustained by him by
reason of temporary suspension of the works aforesaid. An extension of time for completion, corresponding with the
delay caused by any such suspension of the works as aforesaid will be granted to the contractor, should he apply for
the same, provided that suspension was not consequent to any default or failure on the part of the contractor.

72 OWNER MAY DO PART OF WORK:

Upon failure of the contractor to comply with any instructions given in accordance with the provisions of the contract,
the owner has the alternative right, instead of assuming charge for entire work to place additional labour force, tools,
equipments and materials on such parts of the work, as the owner may designate or also engage another contractor
to carry out the work. In such cases, the owner shall deduct from the amount which otherwise might become due to
the contractor, the cost of such work and materials with ten percent added to cover all departmental charges and
should the total amount thereof exceed the amount due to the contractor, the contractor shall pay the difference to
the owner.

73 POSSESSION PRIOR TO COMPLETION:

The Engineer-in-Charge shall have the right to take possession of or use any completed or partially completed work
or part of the work. Such possessions or use shall not be deemed to be an acceptance of any work completed in
accordance with the contract agreement. If such prior possession or use by the Engineer-in-Charge delays the
progress of work, suitable adjustment in the time of completion will made and contract agreement shall be deemed
to be modified accordingly.

25

Page 190 of 4779


74 PERIOD OF LIABILITY FROM THE DATE OF COMPLETION OF WORK:

74.1 The contractor shall guarantee the installation/site work for a period of 12 (twelve) Months from the date of completion
of work, unless otherwise specified. Any damage that may lie undiscovered at the time of issue of completion
certificate, connected in any way with the equipment or materials supplied by him or in the workmanship shall be
rectified or replaced by the contractor at his own expense as deemed necessary by the Engineer-in-Charge or in
default, the Engineer-in-Charge may cause the same made good by other workmen and deduct expenses (for which
the certificate of Engineer-in-Charge shall be final) from any sums that may be then or at any time thereafter, become
due to the contractor or from his security deposit. In case the defect arises within the abovementioned Defect Liability
Period (DLP) and the same is repaired/replaced, the DLP for the repaired/replaced job/item will be extended suitably
so as to cover the original DLP. However, in no case, such extension will exceed 24 months from date of start of initial
DLP.

74.2 If the contractor feels that any variation in work or in quality of materials or proportions would be beneficial or
necessary to fulfill the guarantee called for, he shall bring this to the notice of the Engineer-in-Charge in writing. The
work will not be considered as complete and taken over by the Owner until all the temporary works etc., constructed
by the contractor is removed and work site cleaned to the satisfaction of Engineer-in-Charge.

74.3 Care of Works:

From the commencement to completion of works, the contractor shall take full responsibility for the care of all works
including all temporary works, and in case any damage, loss or injury happens to the works or to any part thereof
or to any temporary work, from any cause whatsoever, he shall at own cost repair and make good the same, so that
at completion, the work shall be in good order and in conformity in every respect with the requirements of the
contract and the Engineer-in-Charge’s instructions.

74.4 Effects prior to taking over:


If at any time, before the work is taken over, the Engineer-in-Charge shall
a) Decide that any work done or materials used by the contractor or any sub-contractor is defective or not in
accordance with the contract or that the works or any portion thereof are defective or do not fulfill the
requirements of contract (all such matters being herein after called ‘Defects’ in this clause) and
b) As soon as reasonably practicable, notice given to the contractor in writing of the said decisions specifying
particulars of the defects alleged to exist or to have occurred, then the contractor shall at his own expenses and
with all speed make good the defects so specified.
In the case contractor shall fail to do so, the Owner may take, at the cost of the contractor, such steps as may in all
circumstances, be reasonable to make good such defects. The expenditure, so incurred by the Owner shall be
recovered from the amount due to the contractor. The decision of the Engineer-in-Charge with regard to the amount
be recovered from the contractor will be final and binding on the contractor. As soon as the works have been
completed in accordance with the contract (except in minor respects that do not affect their use for the purpose for
which they are intended and except for maintenance thereof provided in clause 74.1) and have passed the tests on
completion, the Engineer-in-Charge shall issue a certificate (hereinafter called completion certificate) in which he
shall certify the date on which the work have been so completed and have passed the said tests and the Owner shall
be deemed to have taken over the works on the date so certified. If the works have been divided into various groups
in the contract, the Owner shall be entitled to take over any group or groups before the other or others and thereupon
the Engineer-in-Charge shall issue a completion certificate which will however, be for such group or groups as taken
over only.

74.5 Defects after taking over:

In order that the contractor could obtain a completion certificate, he shall make good with all possible speed, any
defect arising from the defective materials supplied by the Contractor or workmanship or any act of omission of the
contract that may have been noticed or developed after the works or group of the works has been taken over. The
period allowed for carrying out such work will be normally one month. If any defect be not remedied within a
reasonable time, the Owner may proceed to do the work at the contractor’s risk and expense and deduct from the
final bill such amount as may be decided by the Owner. If by reason of any default on the part of the contractor a
completion certificate has not been issued in respect of every portion of the work within one month after the date
fixed by the contract for the completion of the works, the Owner shall be at his liberty to use the works or any portion
thereof in respect of which a completion certificate has been issued provided that the works or the portion thereof
so used as aforesaid shall be afforded reasonable opportunity for completing these works for the issue of completion
certificate.

74.6 The Security Deposit/retention money deducted / furnished as per clause 18 of GCC shall be retained for the period
of liability as given in clause 74.1 above. This Retention amount or Bank Guarantee furnished against Security
Deposit/retention money shall be released only on expiry of the period of liability and also based on the certification
of the Engineer-in-charge that no defect/damage has been reported / observed during the stipulated period of liability
for the contract.

74.7 Performance of contractor shall be evaluated on each job by Engineer-in-Charge and recorded. Review of performance
will be carried out at appropriate intervals by BPCL.

26

Page 191 of 4779


SECTION VI

BILLS / MEASUREMENT / PAYMENT

75 SCHEDULE OF RATES AND PAYMENTS:

i) Contractor’s Remuneration

The price to be paid by the Owner to contractor for the whole of the work to be done and the performance of all the
obligations undertaken by the contractor under the contract documents shall be ascertained by the application of the
respective item rates (the inclusive nature of which is more particularly defined by way of application but not of
limitation, with the succeeding sub-clause of this clause) and payment to be made accordingly for the work actually
executed and approved by the Engineer-in-Charge. The sum so ascertained shall (excepting only as and to the extent
expressly provided herein) constitute the sole and inclusive remuneration of the contractor under the contract and
no further payment whatsoever shall be or become due or payable to the contractor under the contract.

ii) Schedule of rates to be inclusive:

The prices/rates quoted by the contractor shall remain firm till the issue of final completion certificate and shall not
be subject to escalation. Schedule of rates shall be deemed to include and cover all costs, expense and liabilities of
every description and all risk of every kind to be taken in executing, completing and handing over the work to the
Owner by the Contractor. The Contractor shall be deemed to have known the nature, scope, magnitude and the
extent of the works and materials required, though the contract document may not fully and precisely furnish them.
He shall make such provision in the item rates as he may consider necessary to cover the cost of such items of work
and materials as may be reasonable and necessary to complete the works. The opinion of the Engineer-in- Charge
as to the items of work which are necessary and reasonable for completion of work shall be final and binding on the
contractor, although the same may not be shown on or described specially in contract documents.

Generality of this present provision shall not be deemed to cut down or limit in any way because in certain cases it
may and in other cases it may not be expressly stated that the contractor shall do or perform a work or supply articles
or perform services at his own cost or without addition of payment or without extra charges or words to the same
effect or that it may be stated or not stated that the same are included in and covered by the schedule of rates.

iii) Schedule of Rates to Cover Constructional Equipments, Materials, Labour etc.

Without in any way limiting the provisions of the preceding sub-clause the schedule of rates shall be deemed to
include and cover the cost of all constructional equipment, temporary work (except as provided for herein), pumps,
materials, labour, the insurance, fuel, stores and appliances to be supplied by the contractor and other matters in
connection with each item in the schedule of rates and the execution of the works or any portion thereof, finished,
complete in every respect and maintained as shown or described in the contract documents or may be ordered in
writing during the continuance of this contract.

iv) Schedule of Rates to cover Royalties, Rents and Claims:

The Schedule of Rates shall be deemed to include and cover the cost of all royalties and fees for the articles and
processes, protected by letters, or otherwise incorporated in or used in connection with the works, also all royalties,
rents and other payments in connection with obtaining materials of whatsoever kind for the works and shall include
an indemnity to the Owner which the contractor hereby gives against all actions, proceedings, claims damages, costs
and expenses arising from the incorporation in or use on the works of a such articles, processes or materials, Octroi
or other municipal or local Board charges levied on materials, equipment or machineries to be brought to site for use
on work shall be borne by the contractor.

v) Schedule of Rates to Cover Taxes and Duties:

No claim or exemption or reduction of customs duties, GST, quarry or any port dues, transport charges, stamp duties
or Central or States Government or Local Body or Municipal Taxes or duties, taxes or charges (from or of any other
body), whatsoever, will be granted or obtained, all of which expenses shall be deemed to be included in and covered
by the Schedule of Rates. Contractor shall also obtain and pay for all permits, or other privileges necessary to complete
work.

vi) Schedule of Rates to cover Risk of Delay:

The schedule of Rates shall be deemed to include and cover the risk of all possibilities of delay and interference with
the contractors conduct of work which occur from any cause including orders of owner in the exercises of his powers
and on account of extension of time granted due to various reasons and for all other possible or probable cause of
delay.

vii) Schedule of Rates cannot be altered:

For work under unit rate basis, no alteration will be allowed in the schedule of Rates by reason of work or any part
of them being modified, altered, extended, diminished or omitted. The schedule of Rates are fully Inclusive rates

27

Page 192 of 4779


which have been fixed by the contractor and agreed to the Owner and cannot be altered.
For lumpsum contract, the payment will be made according to the work actually carried out for which purpose an
item wise or workwise, Schedule of rates shall be furnished, suitable for evaluating the value of work done and
preparing running account bills.

76 PROCEDURE FOR MEASUREMENT / BILLING OF WORK IN PROGRESS:


i) Measurements:

All measurements shall be in metric system. All the works in progress will be jointly measured by the representative
of the Engineer-in-Charge and the Contractor’s authorise agent progressively. Such measurement will be got recorded
in the measurement book by the Engineer-in-Charge or his authorised representative and signed in token of accepted
by the contractor or his authorised representative.
For the purpose of taking joint measurement the contractor’s representative shall be bound to be present whenever
required by the Engineer-in-Charge. If, however, he absents for any reason whatsoever the measurement will be
taken by the Engineer-in-Charge or his representative and this will be deemed to be correct and binding on the
contractor.
ii) Billing:
The contractor will submit a bill to the Engineer-in-Charge of the work giving abstract and detailed measurements
for the various items executed during a month, before the expiry of the 1st week of the succeeding month. The
Engineer-in-Charge shall take or cause to be taken the requisite measurements for the purpose of having the same
verified and the claim, as far as admissible, adjusted, if possible, before the expiry of 10 days from presentation of
the bill.
iii) Dispute in Mode of Measurements:
In case of any dispute as to the mode of measurement not covered by the contract to be adopted for any item of
work, mode of measurement as per latest Indian Standard Specifications shall be followed.

77 LUMPSUMS IN TENDER:

For the items in tender where it includes lumpsum in respect of parts of work, the contractor shall be entitled to
payment in respect of the items at the same rates as are payable under this contract for such items, or if part of the
work in question is not In the opinion of the Engineer-in-Charge capable of measurement of determination, the owner
may at his discretion pay the lumpsum amount entered In the tender or a percentage thereof and the certificate In
writing of the Engineer-in-Charge shall be final and conclusive against the contractor with regards to any sum or
sums payable to him under the provisions of the clause.

78 RUNNING ACCOUNT PAYMENTS TO BE REGARDED AS ADVANCES:

All running account payments shall be regarded as payment by way of advance against the final payment only and
not as payments for work actually done and completed and shall not preclude the requiring of bad, unsound and
imperfect, or unskilled work to be removed and taken away and reconstructed or re-erected or be considered as an
admission of the due performance of the contract, or any part thereof in this respect, or of the accruing of any claim
by the contractor, nor shall it conclude, determine or affect in any way the powers of the Owner under these conditions
or any of them as to the final settlement and the adjustments of the accounts or otherwise, or in any other way vary
or affect the contract.
The final bill shall be submitted by the contractor within one month of the date of physical completion of the work,
and settled immediately but not later than 60 days otherwise the Engineer-in charge’s certificate of the measurement
and of total amount payable for the work accordingly shall be final and binding on all parties. The final bill shall be
presented by the contractor along with ‘No claim certificate’ in a format acceptable to the owner or such other
documents as directed by the owner.

79 EXTRA WORK:

Should the contractor consider that he is entitled to any extra payment for extra job carried out whatsoever in respect
of the works, he shall forthwith give notice in writing to the Engineer-in-Charge that he claims extra payment for the
extra work. Such notice shall be given to the Engineer-in-Charge within one week from the ordering of any extra
work or happening of any event, upon which the contractor bases such claims, and such notice shall contain full
particulars of the nature of such claim with full details and amount claimed. Failure on part of the contractor to put
forward any claim with the necessary particulars as above within the time above specified shall be an absolute
waiver thereof. No omission by the owner to reject any such claim and no delay in dealing therewith shall be waiver
by the owner of any rights in respect thereof.

80 PAYMENT OF CONTRACTOR’S BILL:

Generally no payment shall be made for works estimated to cost less than Rs. 50,000/- till the whole of the work
shall have been completed. But in case of works estimate to cost more than Rs. 50,000/- the contractor on submitting
the bill thereof be entitled to receive a monthly payment proportion to the part thereof approved and passed by the

28

Page 193 of 4779


Engineer-in-Charge, whose certificate of such approval and passing of the sum so payable shall be final and conclusive
against the contractor. This payment will be made after making necessary deductions as stipulated elsewhere in the
contract document for materials, security deposit or any moneys due to the Owner etc.
75% payment of the Running Account bill (RA bill) shall be released within 15 calendar days of receipt of RA bill duly
certified by Engineer-in-charge (EIC) and the balance payment shall be released within 30 days of receipt of RA bill
by EIC after detailed scrutiny.

81 CONCLUSION OF CONTRACT:

In a situation where the L1 bidder is not lowest for some specific line items and the L1/L2 parity is likely to be
affected during the execution of the contract, due to variation in quantities of individual line items in contract based on
site conditions, then the final payment could be restricted to ensure that the overall total payment of the executed
work does not exceed the overall amount that would have been payable to the then L1 as per the latter’s quoted rates.

82 MODE OF PAYMENT:

Payment will be made to the contractor normally through NEFT mode.

83 COMPLETION CERTIFICATE:

83.1 Application for Completion Certificate:

When the contractor fulfills his obligation under clause 74.4, he shall be eligible to apply for completion certificate.
The contractor may apply for separate completion certificate respect of each such portion of the work by submitting
the completion documents along with such application for completion certificate.
The Engineer-in-Charge shall normally issue to the contractor the completion certificate within one month after
receiving an application therefore from the contractor after verifying from the completion documents and satisfying
himself that the work has been completed in accordance with and as set out in the construction and erection drawings
and the contract documents.
The contractor, after obtaining the completion certificate is eligible to present the final bill for the work executed by
him under the terms of contract.

83.2 Completion Certificate:

The contractor shall be furnished with a certificate by the Engineer-in-Charge of such completion, but no certificate
shall be given nor shall the work be deemed to have been executed until all scaffolding surplus materials and rubbish
is cleared off the site completely or until the work shall have been measured by the Engineer-in-Charge whose
measurement shall be binding and conclusive. The work will not be considered complete and taken over by the
Owner, until all the temporary works, labour and staff colonies etc. constructed are removed and the work site
cleaned of all debris etc., as described in clause in 83.3 below and to the satisfaction of the Engineer-in-Charge.

If the contractor shall fail 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 scaffolding, surplus materials
and rubbish and dispose 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 so incurred and shall have no claim in respect of any such scaffolding or
surplus materials as aforesaid except for any sum actually realised by the sale thereof.

83.3 Clearing the site:

Cart away all debris generated from the work and dispose it off without giving rise to any complaints from local,
municipal or government authorities. Metal scraps or any other scrap including wooden packing materials shall be
disposed as instructed by the Engineer-in-Charge or as follows:
a) All unused scrap steel bar/ structural steel sections/pipe materials etc., (Free issue by owner) shall be the
property of the owner and the same shall be returned by the contractor category-wise at their own cost
to Owner’s store. The weighment slip issued by the Warehouse (in original) is required to be attached
along with the final bill/ material reconciliation statement. In case, the material is supplied by the
contractor, as per their scope of work, the scrap material generated out of the same should be taken out
at their own cost before the settlement of the final bill.
b) Insulation material (either issued by owner to the contractor or supplied by contractor) shall be kept in the
area allocated by owner. During the insulation activities, the contractor should keep the work area clean
on day-to-day basis. On completion of insulation job, all debris/packing should be taken out to the
designated location or as directed by the Engineer in charge for disposal at their own cost before the
settlement of the final bill.
83.4 The financial implication of above, if any, should be taken care of in the quoted rates; and no separate claim shall be
entertained on this account. The final bill of the contractor shall be linked with the area cleaning in all respects, including
removal of shuttering material, disposal of debris/scrap etc. to the entire satisfaction of Engineer-in- Charge.

84 FINAL DECISION AND FINAL CERTIFICATE:

Upon Expiry of the period of liability and subject to the Engineer-in-Charge being satisfied that the works have been
duly maintained by the contractor during monsoon or such period as herein before provided in clause 74 and that the
29

Page 194 of 4779


contractor has in all respect duly made up any subsidence and performed all his obligations under the contract, the
Engineer-in-Charge shall (without prejudice to the rights of the Owner to retain the provisions of relevant clause
hereof) give a certificate herein referred to as the final certificate to that effect. The contractor shall not be considered
to have fulfilled the whole of his obligations under the contract until Final Certificate have been given by the Engineer-
in-Charge notwithstanding any previous entry upon the work and taking possession, working or using of the same or
any part thereof by the owner.

85 CERTIFICATE FOR PAYMENTS AND EVIDENCE OF COMPLETION:

Except the final certificate, no other certificate or payments against a certificate or on general account shall be taken
to be an admission by the Owner of the due performance of the contract or any part thereof or occupancy or validity
of any claim by the contractor.

30

Page 195 of 4779


SECTION VII

TAXES/DUTIES/INSURANCE

86. TAXES AND DUTIES:

The contractor agrees to and does hereby accept full and exclusive liability forthe payment of any and all taxes, duties,
etc. now in force or hereafter Imposed, increased or modified, from time to time in respect of work and materials and
all contributions and taxes for unemployment compensation, insurance and old age pensions or annuities now or
hereafter imposed by anyCentral or State Government authorities which are imposed with respect to orcovered by the
wages, salaries, or other compensations paid to the persons employed by the contractor and the contractor shall be
responsible for the compliance with all obligations and restrictions imposed by the Labour Law orany other law affecting
employer - employee relationship and the contractor further agrees to comply and secure the compliance by all sub-
contractors, with all applicable Central, State, Municipal and local laws and regulations andrequirements of any Central,
State or Local Government agency or authority.Contractor further agrees to defend, indemnify and hold harmless from
any liability or penalty which may be Imposed by the Central, State of Local Authority by reason of any violation by
contractor or sub-contractor of such laws, regulations or requirements and also from all claims, suits or proceedingthat
may be brought against the Owner arising under, growing out of, or by reason of the work provided for by this contract
by third parties, or by Centralor State Government authority or any administrative sub-division thereof.

86.1 The vendor shall take steps viz. mention relevant GSTIN of BPCL in GST invoices and returns, uploading invoice in GSTR 1,
payment of the tax liability on the said invoices and filing of Returns etc. and comply with all the requirements ofapplicable
laws including GST laws for the time being in force to enable the OWNER to avail tax credit/s including input tax credit.

Deferment of GST Amounts shall be done for those vendors who have got instances of open mismatches due to non-
compliance. Open mismatches refer tocases whereby OWNER could not claim the GST Input Tax Credit in the month of
payment of invoice due to non-compliance/ delayed compliance by the VENDOR.Accordingly, Over and above any payment
term mentioned in the tender including that mentioned in the GPC/GCC, payment to VENDOR by OWNER for the basic amount
(i.e. amount excluding GST) shall be made as mentioned in GPC/GCC oras mentioned anywhere else in the tender as
applicable. However, GST amountof the Invoices shall be paid only after the amount gets reflected in the return (GSTR-1
Return of outward supplies/GSTR-3B) submitted by the vendor on GSTIN portal (GSTR 2B of OWNER) to the satisfaction of
OWNER. Till such time GST amount with correct details is reflected in GSTIN portal to satisfaction of OWNER,amount shall be
withheld by OWNER.

Over and above, VENDOR is also required to issue e-invoice if the same is applicable to the OWNER. In absence of GST e-
invoice, any loss of Input Tax Credit to the OWNER shall be indemnified by the VENDOR.
Deferment of GST amounts to the vendors are subject to compliance of any applicable Act.
86.2 In case of vendors for whom deferment of GST amounts were not done, anyloss or non-availability of input tax credit by
the OWNER due to non- compliance of applicable tax law including but not limited to GST laws in force or otherwise, on the
part of VENDOR, an amount equivalent to any tax liability accruing to the OWNER and/or to the extent of any loss accrued
to the OWNER due to the non-availability of input tax credit or any liability accruedto the OWNER shall either stand cancelled
or deducted from the payment due to the VENDOR or shall be reimbursed by the VENDOR as the case may be tillsuch default
is either rectified or made good by the VENDOR and the OWNERis satisfied that it is in a position to claim valid input tax
credit within the timelines as per applicable laws.

86.3 Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the OWNER at any point of time on
account of non-compliance ofapplicable tax laws or rules or regulations thereof or otherwise due to defaulton the part of
VENDOR shall be borne by the VENDOR. An amount equivalentto such cost, liability, dues, penalty, fees, and interest as the
case may be shall be reimbursed by the VENDOR within 30 days. Any GST as may be applicable on such recovery of
amount shall also be borne by VENDOR and same shall be collected by the OWNER.

87 INSURANCE:

Contractor shall at his own expenses carry and maintain insurance with reputable insurance companies to the
satisfaction of the Owner as follows:

i) Employees State Insurance Act:

The Contractor agrees to and does hereby accept full and exclusive liability for the compliance with all obligations
imposed by the Employees State Insurance Act, 1948, and the contractor further agrees to defend, indemnify and
hold Owner harmless from any liability or penalty which may be imposed by the Central, State or Local Authority by
reason of any asserted violation by contractor or sub-contractor, of theEmployee State Act, 1948 and also from all
claims suits or proceedings that may be brought against the Owner arising under, growing out of or by reason of the
work provided for by this contract whether brought by employees of the contractor, by third parties or by Central or
State Government authority or any politicalsub-division thereof.

The contractor agrees to filing, with the Employees State Insurance Corporation, the Declaration Forms and all
forms which may be required in respect of the contractor’s or sub-contractor’s employees whose aggregate
remuneration as fixed by the concerned authorities and who are employed in the work providedfor or those covered

31

Page 196 of 4779


by ESI Act under any amendment to the Act from time to time. The contractor shall deduct and secure the
agreement of the sub-contractor to deduct the employee’s contribution as per the first schedule of the Employee
State Insurance Act from wages and affix the Employee’s contribution Cards at Wages payment intervals. The
contractor shall remit and secure the agreement of the sub-contractor toremit to the authorized bank, Employee’s
State Insurance Corporation Account, the Employee’s contribution as required by the Act. The contractor agrees to
maintain all Cards and records as required under the Act in respect of employees and the payments and the
contractor shall secure the agreement of the subcontractor to maintain such records. Any expenses incurred for the
contribution, making contribution ormaintaining records shall be to the contractor’s or sub-contractor’s account.

The Owner shall retain such sum as may necessary, from the total contract value until contractor shall furnish
satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid.

ii) Workman’s Compensation and Employee’s Liability Insurance:

Insurance shall be effected for all the Contractor’s employees engaged in the performs of this contract, if any of
the work is sublet, the contractor shall require the sub-contractor to provide workman’s compensation and
employer’s liability Insurance for the latter’s employees if such employees are not covered under the contractors
insurance.

iii) Any other Insurance Required Under Law or Regulations or by Owner:

Owner shall cover Project Material and Equipments under and over all Marine-cum-Erection Insurance Policy.
Contractor shall carry and maintain any and all other insurance which be required under any law orregulation from
time to time. He shall also carry and main any other insurance which may be required by the Owner.

iv) Automobile Liability Insurance:


Contractor shall take out an Automobile Liability Insurance to cover all risks to Owner for each of his vehiclesplying on
works of this contract and these insurance shall be valid for the total contract period. No extra payments will be made
for this insurance. Owner shall not be liable for any damage or loss not made good by the insurance company, should
such damage or toss result from unauthorised use of the vehicle.

88. DAMAGE TO PROPERTY:

i) Contractor shall be responsible for making good, to the satisfaction of the Owner any loss of and any damage to all
structures and properties belonging to the Owner or being executed or procured or being procured by the Owner
or of other agencies within the premise all the work of the Owner, if such loss or damage is due to fault and/or the
negligence willful acts or omission of contractor, his employees, agents,representative or \ sub-contractor.

ii) The contractor shall indemnify and keep the Owner harmless of all claims for damage to property other thanOwner’s
property arising under or by reason of this agreement if such claims results from the fault and/or negligence or willful
acts or omission of contractor, his employees, agents, representatives or sub-contractors.

32

Page 197 of 4779


SECTION VIII
LABOUR LAWS AND OTHER REGULATIONS

89 LABOUR LAWS:

i) No labour below the age of eighteen years shall be employed on the work.

ii) The contractor shall not pay less than what is provided under the Minimum Wages Act for the applicable
trade or category of workman to the worker engaged by him on the work and also ensure that any sub-
contractors engaged by him also pay not below the applicable minimum wages under the Act and hold the
company, indemnified in respect of any claims that may arise in respect or non-compliance with this
requirements.

iii) The contractor shall observe all the formalities required under the provisions of the contract labour
(Regulation and abolition) Act 1970 and the rules made thereunder and as may be amended from time to
time. He shall pay the required deposit under the Act Appropriate to the number of workmen to be employed
by him or through sub-contractor and get him self registered under the Act. He shall produce the certificate
of registration granted by the Govt. authority under the Act to the company before commencement of
work. The company recognises only the contractor and not his sub-contractors under the provisions of the
Act. The contractor will have to submit daily a list of his employees, who will be entering the Company’s
premises for the work awarded. He will also keep his wage register available at all times as close to the
work site as possible and produce the same for inspection whenever required by designated Company
officials. If the company so desires, a deposit may be taken from the Contractor to be refunded only after
the Company is satisfied that all the workmen employed by the contractor have been fully paid for the
period of work in Company’s premises at least at rates equal to or better than wages provided for under
the Minimum Wages Act.

iv) The Contractor will comply with the provisions of the employee’s Provident Fund Act and the Family Pension
Fund Act as may be applicable and as amended from time to time. Contractor shall obtain their own
provident fund account number. Offer of the contractor who does not have provident fund account will be
liable for rejection.

v) The Contractor will comply with the provisions of the Payment of Gratuity Act 1972 as may be applicable
and as amended from time to time.

90 IMPLEMENTATION OF APPRENTICES ACT 1961:

The Contractor shall comply with provisions of the Apprentices Act 1961 and the Rules/orders issued thereunder from
time to time. If he fails to do so, his failure will be breach of the contract and the Engineer-in-Charge may, at his
discretion, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any
violation by him of the provision of the act.

91 CONTRACTOR TO INDEMNIFY THE OWNER:

i) The contractor shall indemnity the owner and every member, officer and employee of the Owner, also the
Engineer-in-Charge and his staff against all actions, proceedings, claims, demands, costs, and expenses
whatsoever arising out of or in connection with the matters referred to in clause 86 and all actions/
proceedings, claims, demands, costs and expenses which may be made against the Owner for or in respect
of or arising out of any failure by the contractor in the performance of his obligations under the contract
documents. The Owner shall not be liable for or in respect of any demand or compensation payable by law
in respect of or in consequence of any accident or injury to any workmen or other person in the employment
of the contractor or his sub-contractor and contractor shall indemnify and keep indemnified the Owner
against all such damages and compensations and against all claims, damage, proceedings, costs, charges
and expenses whatsoever, thereof or in relation thereto.

ii) Payment of Claims and Damages:

Should the Owner have to pay any money in respect of such claims or demands as aforesaid the amount
so paid and the costs incurred by the Owner shall be charged to and paid the Contractor and the contractor
shall not be at liberty to dispute or question the rig of the Owner to make such payments notwithstanding
the same may have been made without his consent or authority or in law or otherwise to the country.

In every case to which by virtue of the provisions of Section 12, sub-section (I) of workmen’s compensation
Act 1923 or other applicable provisions of workmen’s Compensation Act any other Act, the Owner is obliged
to pay compensation to a workmen employed by contractor in execution of the works, the Owner will
recover from the contractor the amount of compensation so paid and without prejudice to the rights of
Owner under Section 12 sub-section (2) of the said Act. Owner shall be at liberty to recover such amount
or any part thereof by deducting it from the security deposit or from any sum due to the contractor whether
under the contract or otherwise. The Owner shall not be bound to contest any clime made under Section
33

Page 198 of 4779


12, sub-section (I) of the said Act except on the written request of contractor and upon his giving to the
Owner full security for all costs for which the Owner might become liable on consequence of contesting
such claims.

iii) Employment Liability:

a) The contractor shall be solely and exclusively responsible for engaging or employing persons for
the execution of work. All employees engaged by the contractor shall be on his/ their payroll and
paid by him/ them. All disputes or differences between the contractor and his/ their employees
shall be settled by him/ them. Owner has absolutely no liability whatsoever concerning the
employees of the contractor. The contractor shall indemnify owner against all loss or damage or
liability arising out of or in the course of his/ their employees. The contractor shall make regular
and full payment of wages without giving any complaint by any employee of the contractor or
his sub-contractor regarding non-payment of wages/ salaries or other dues. Owner reserves the
right to make such payments directly, to such employee or sub-contractor of the contractor and
recover the amount in full from the bills of Contractor, and the contractor shall not claim any
compensation or reimbursement thereof. The Contractor shall comply with the Minimum Wages
Act applicable to the area with regard to payment of wages of his employees and also of
employees of his sub-contractor.

b) The Contractor shall advise in writing to all of his employees and the employees of his sub-
contractor as follows:
It is fully understood that your appointment and/ or deployment is only in connection with the
owner and it does not give you any right of claim for employment by owner.

92 (a) HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS:

In respect of all labour directly employed in the works for performance of the contractor’s par this agreement, the
contractor shall comply with or cause to be complied with all the rules and regulations of the local sanitary and other
authorities or as framed by the Owner from time to time for the protection of health and sanitary arrangements for
all workers.

(b) MEDICAL FITNESS CERTIFICATION :


Contractor shall follow guidelines for medical fitness certification of workers employed for working at height more
than 30 metres using temporary structures.

93 SAFETY REGULATIONS:

i) In respect of all labour, directly or indirectly employed In the work for the performance of contractor’s part
of this agreement, the contractor shall at his own expenses arrange for all safety provisions as per safety
codes of C.P.W.D. Indian Standard Institution, the Electricity Act, The Mines Act and any such other acts
as applicable.

ii) The Contractor shall ensure that he, his sub-contractor and his, or their personnel or representatives shall
comply with all Fire / Safety regulations issued from time to time by the Company or otherwise howsoever
and should any injury resulting in death or not or loss / or damage due to Fire to any property or a portion
thereof, occurred as a result of failure to comply with such regulations, the contractor shall be held
responsible for the consequences thereof and shall keep the company harmless and indemnified.

94 ARBITRATION:

Any dispute or difference whatsoever arising out of or in connection with this Agreement including any question
regarding its existence, validity, construction, interpretation, application, meaning, scope, operation or effect of this
contract or termination thereof shall be referred to and finally resolved through arbitration as per the procedure
mentioned herein below :
(a) The dispute or difference shall, in any event, be referred only to a Sole Arbitrator
(b) The appointment and arbitration proceedings shall be conducted in accordance with SCOPE forum of Arbitration
Rules for the time being in force or as amended from time to time
(c) The Seat of arbitration shall be at _____________(Region/HQ from where the tender has been floated)
(d) The proceedings shall be conducted in English language
(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the Sole
Arbitrator.
In the event of any dispute or difference relating to the interpretation and application of the provisions of commercial
contract(s) between the Central Public Sector Enterprises (CPSEs)/Port Trusts inter se and also between CPSEs and
Government Departments/Organizations (excluding disputes concerning Railways, Income Tax, Customs & Excise
Departments*), such dispute or difference shall be taken up by either party for its resolution through AMRCD as
mentioned in DPE OM no.4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018.
(* The exclusion would also include disputes concerning GST, State level Sales Tax / VAT etc; though not mentioned
explicitly)

34

Page 199 of 4779


95 JURISDICTION:

The contractor shall be governed by the Laws in force in INDIA. The contractor hereby submits to the jurisdiction of
the Courts situated at Mumbai/(Ernakulam-in the case of Kochi Refinery), for the purpose of actions and proceedings
arising out of the contract and the courts at Mumbai/(Ernakulam-in the case of Kochi Refinery), only will have
jurisdiction to hear and decide such actions and proceedings.

96 ORDER OF PRECEDENCE FOR WORKS / SERVICES CONTRACTS:

1. Contract Agreement (in GCC)


2. Detailed letter of Acceptance along with its enclosures
3. Letter of Award / Fax of Acceptance
4. Job Specifications (specific to particular job only)
5. Drawings
6. Special Conditions of Contract (SCC)
7. Technical Specifications
8. Instructions to Bidders
9. General Conditions of Contract (GCC)
10. Other Documents

Additionally, any variation or amendment / change order issued after signing of formal contract shall take precedence
over respective clauses of the formal contract and its Annexures.

97 LIMITATION OF LIABILITY

The aggregate total liability of the Contractor to Owner under the Contract shall not exceed the total Contract Price,
except that this Clause shall not limit the liability of the Contractor for following:
(a) In the event of breach of any Applicable Law;

(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross negligence of the Contractor or any
person acting on behalf of the Contractor; or

(c) In the event of acts or omissions of the Contractor which are contrary to the most elementary rules of diligence
which a conscientious Contractor would have followed in similar circumstances; or

(d) In the event of any claim or loss or damage arising out of infringement of Intellectual Property; or

(e) For any damage to any third party, including death or injury of any third party caused by the Contractor or any
person or firm acting on behalf of the Contractor in executing the Works. Neither Party shall be liable to the other
Party for any kind of indirect or consequential loss or damage like, loss of use, loss of profit, loss of
production or business interruption which is connected with any claim arising under the Contract.

98 POLICE VERIFICATION OF CONTRACT STAFF AND TRANSPORT CREW AT LOCATION:

The Contract staff should submit the following documents for enabling them to enter the location:
i) Police verification certificate issued by the police (PVC)
ii) Photocopy of Aadhaar Card (Original to be cross checked)
iii) Assurance certificate from the Vendor / Contractor /transporter

99 NUISANCE:

The contractor shall not at any time do, cause or permit any nuisance on site or do anything which shall cause
unnecessary disturbance or inconvenience to Corporation, tenants or occupiers of other properties near the site and to
the general public.

100 BUILDING AND OTHER CONSTRUCTION WORKERS CESS:

i) Bidders to note that under Building and other Construction Workers Welfare Act (Re&CS) Act 1996, Cess is applicable
to contracts executed outside Factory Area (e.g. construction of new industrial installation, office &
residential buildings etc.) as per the provisions applicable under ‘The Building and Other Construction Workers
Welfare Cess Act 1996’.

ii) The contractor must be registered with the concerned authorities under the Building and other Construction Workers‟
(RE&CS) Act, 1996 or in case of non-registration; the contractor should obtain registration within one month of the
award of contract.

35

Page 200 of 4779


iii) The contractor shall be responsible to comply with all provisions of the Building and Other Construction
Workers‟ (RE&CS) Act, 1996, the Building and other Construction Workers‟ Welfare Cess Act, 1996, the Building
and other Construction Workers‟ (RE&CS) Rules, 1998 and the Building and other Construction Workers Welfare
Cess Rules, 1998.

iv) Cess, as per the prevailing rate (presently 1%), shall be deducted at source from bills of the contactors by the
Engineer-in-Charge and remitted to the “Secretary, Building and other Construction Workers Welfare Board” of the
concerned State.

v) The contactor shall be responsible to submit final assessment return of the Cess amount to the assessing officer
after adjusting the Cess deducted at source.

36

Page 201 of 4779


SECTION - IX

MEMORANDUM OF AGREEMENT

An agreement made this day of 20 between BHARAT PETROLEUM


CORPORATION LIMITED a Company Incorporated in India and having its registered office at Ballard Estate,
Mumbai, (herein after referred to as ‘the Company’ which expression shall include its heirs, legal representatives,
successors and permitted assignees) of the one part, and

(herein after referred to as “The Contractor” which expression shall include its heirs, legal representatives,
successors and permitted assignees) of the other part, whereby it is agreed:-
1. The Contractor shall carry out and complete the work as mentioned in the Purchase order/Contract No.
dated , (hereinafter referred to as “the work”) for the Company at its specified site to its
complete satisfaction in accordance with the specifications, schedule of rates and plans attached as per Purchase
order/Contract and with the instructions given from time to time, by the Company’s authorized engineer under
whose supervision the work shall be-executed. The parties hereto agree that this agreement shall be effective
from the date of the aforesaid Purchase Order/Contract.

2. Inspection of site: The Contractor has been given an opportunity before or at the time of the entrusting of the
work to him of making an inspection of the site to set at rest any doubt he may have had about the difficulties
attending his offer, and any difficulties which may be met with by him in the course of the execution of the work
shall neither relieve him from fulfilling the terms of this Agreement, nor entitled him to claim extra payment or
an extension of the period stipulated for the completion of the work, except where it will be agreed by the
Company’s authorized Engineer that such difficulties could not have been foreseen.

3. Supply of Labour and Materials: The Contractor shall furnish all labour, materials, equipment or tools
necessary for the construction of the work, except such materials, equipment or tools as will be supplied by the
Company and are detailed in Purchase order/Contract. The contractor will assume full responsibility for the
protection and safety of the work during its construction. The details and dimensions shown on the said plans
referred to in the Purchase order/Contract shall be strictly adhered to by the contractor and no alterations shall
be made therein unless previous sanction thereto has been given in writing by the Company.

(a) The Contractor shall prepare detailed and shop drawings and any other data required.

(b) All materials supplied by the Contractor shall be of the best quality. The Contractor shall at his own cost
arrange for and/or carry out any test of materials, which the Company’s authorized Engineer may
require.

(c) The Contractor shall at the request of the Company’s authorized Engineer immediately dismiss from the
work any person employed thereon who, in the opinion of the Company’s authorized Engineer, is
unsuitable or incompetent or who, has been guilty of misconduct, and such person shall not again be
employed or allowed on the works without the permission of the Company, in writing.

4. E. & O. E. No advantage is to be taken either by the Company or the Contractor of any clerical error or mistake,
which may occur in the specification, schedule of rates, plans, tender or any other papers supplied to or by the
contractor in connection with the work.

5. Damage on account of Incomplete work: The Contractor shall commence the work and shall complete the
work as mentioned in Purchase order/Contract failing which the Contractor shall pay or allow to the Company to
recover as liquidated damages, at the rate of minimum 0.5% per week of delay or part there of up to a maximum
of 5% of the total contract value, if Liquidated damages clause is made applicable in the contract. Such damages
may be deducted by the Company from any amount due to the contractor; otherwise they shall be recoverable
by lawful means.

6. a) Determination of the Agreement: The company shall, at any time, be entitled to determine and terminate
the contract, if in the opinion of the company, the cessation of the work becomes necessary owing to paucity of
funds or for any other cause whatsoever. On such determination / termination, the cost of approved materials,
37

Page 202 of 4779


brought by the contractor and lying at the site, at current market rates as verified and approved by company’s
engineer and of the value of the work done to date by the contractor shall be paid for in full at the rate specified
in the contract. A notice in writing from the company to the contractor of such determination and termination
and reasons therefore shall be the conclusive proof of the fact that the contract has been so determined and
terminated by the company.
Should the contract be determined as above and the contractor claims payment to compensate expenditure
incurred by him in the expectation of completing the work, the company shall consider and admit such claim as
are deemed fair and reasonable and are supported by the vouchers to satisfaction of the engineer-in-charge. The
company’s decision on the necessity and propriety of such expenditure shall be final and conclusive and binding
on the contractor.
The contractor shall not be entitled to get any possible loss of profit that he could have earned had the contract
been not determined / terminated under the above clauses of this article.
b) Termination/Offloading: The contractor fully understands that timely completion of the work as per the
schedule is of paramount necessity as otherwise it would lead to adversely affecting the schedules of other
works/project with resultant financial and other losses to the Company. In view of this, the contractor
unconditionally agrees and binds himself to be liable for all the consequences for non-completion of the work
within the stipulated time.
In case a situation is brought about by the contractor warranting termination/off-loading of the whole or any part
of the work for any reason whatsoever, the Company shall have the liberty and right to entrust/engage/award
the work so terminated off loaded at the risk and cost of the contractor to any other agency/contractor by adopting
any mode of inviting tenders, i.e. open/limited/single party/negotiation basis etc. in order to ensure completion
of the work as per the schedule or at the quickest possible time.

7. Defective Work / Materials: If the work done by the Contractor or any part there of shall be found defective
in workmanship or by reason of bad or inferior materials used, then in such case he shall at his own risk and cost
without delay, demolish all such defective work and rebuild or replace the same in a satisfactory manner. The
Company may, if necessary, at the cost and risk of the Contractor, temporarily stop all other activities by the
Contractor in connection with the work until such time as the defective work has been rebuilt or replaced at the
Contractor’s cost. In case of default on the part of the contractor to remove defectives work and rebuild or replace
the same without delay and in a manner satisfactory to the Company, the Company shall be entitled to employ
another Contractor or its own workman to carry out the removal and rebuilding or replacing at the risk and cost
of the contractor.

8. Substitution of Contractor : If the Company finds it necessary to employ a person or persons for the purposes
provided in clauses 6 (b) and 7 above, then the Company may deduct and retain from out of the sums due to
the contractor all such amounts as they may require to pay or to reimburse themselves there from in respect of
the costs and expenses which they have incurred in completing the work and or in removing defective work and
rebuilding or replacing the same in a manner satisfactory to the Company and if such amounts be more than the
sums due or thereafter becoming due to the Contractor, than the balance, shall be a debt recoverable from the
Contractor by the Company. The Contractor shall not in any manner do or cause to be done any act, matter or
things whatsoever to prevent the person or persons so employed by the Company from removing defective work
and re-building or replacing the same in a manner satisfactory to the Company and/or from, completing the work
in the manner aforesaid.

9. Removal of Material: On the Determination of the Agreement as referred to in Clause 6, the Contractor shall
at his own risk and cost remove from site within Seven days all his materials, equipment and tools. It is agreed
that in case of such determination the company shall be entitled to purchase from the Contractor such materials
as will be approved by the Authorized Engineer of the Company at the prices then current. If the Contractor does
not remove the other materials, equipment and tools which he has been asked to remove within the time
prescribed as aforesaid, the Company may remove and sell the same holding the proceeds less the cost of
storage, removal and sale to the credit of the Contractor. Should Company incur any loss in respect of the sale,
it shall be entitled to recover same from the Contractor.

10. Inspection of work: Inspection will be made periodically during the progress of the work by the authorized
Engineer of the Company and all work performed must be of acceptable quality of which the said Engineer-in-
Charge will be the sole judge.

11. Supervision: The Contractor shall during the whole time the work is in progress, employ one or more competent
and technical English speaking Supervisors acceptable to the Company’s authorized Engineer, one of whom at
least shall be in constant attendance at the site while persons are at work there. Any directions, explanations,
instructions, or notices in connection with the work given by the Company’s authorized Engineer to these
Supervisors shall be deemed to have been given to the Contractor.

38

Page 203 of 4779


12. Payment: The Company, in consideration of the contractor carrying out and completing the said work at the
Company’s said site, to the satisfaction of the Company, shall pay the contractor as per the said schedule of
Rates, subject to deductions, retentions and abatements, if any to be made therefrom in accordance with the
provisions of this Agreement. During the progress of the work and provided the work is progressing according to
the time-table laid down to the contractor, the contractor shall be entitled once a month to receive advance
payment on the above mentioned sum proportionate to such part of the work as shall have been executed during
the preceding month but only after such part of the work as has been executed has been inspected and approved
by the Company’s authorized Engineer. From such interim payments each time 10% will be withheld as Security
deposit and this 10% will be paid to the Contractor after the defect liability period, provided that any defects
appearing during that period are corrected by him. OR
100% payment will be made on the basis of actual executed quantities after satisfactory completion and due
certification by BPCL Engineer-in-charge. In lieu of 10% Retention money towards Security deposit, contractor
shall submit bank guarantee of equivalent amount of retention money (10% of contract value) before submission
of 1st Running Account (RA) bill valid for defects liability period specified. Further, the Bank Guarantee shall have
a claim period of six months beyond the date of expiry, and the same shall be mentioned clearly in the Bank
Guarantee.

13. Defects after Completion: Any defects which may appear within the defect liability period specified shall, upon
the directions in writing of the Company and within such reasonable time as shall be specified therein be amended
and made good by the Contractor, at his own cost unless the Company shall decide that the Contractor will be
paid for such amending and making good, and in case of default on the Contractor’s part, the Company may
amend and make good or have amended and made good such defects and all damages, losses and expenses
consequent thereon, incidental to those shall be borne by the Contractor and such damages, losses and expenses
shall be recoverable from him by the Company or may be deducted by the Company from any moneys due to or
thereafter becoming due to the Contractor. Alternatively, the Company may, in lieu of such amending and making
good by the Contractor elect to deduct from any moneys due or thereafter becoming due to the Contractor a
sum to be determined by the Company sufficient to cover the cost of amending and making good such defects,
and in the event of the amount withheld in accordance with Clause 12 being insufficient, recover the balance
from the Contractor together with any expenses the Company may have incurred in connection with such
recovery. Should any defective work have been done or bad inferior materials supplied by any Sub-Contractor
employed on the work, has been approved by the Company as provided in Clause 15, the Contractor shall be
liable to amend and make good in the same manner as if such work or materials had been done or supplied by
the Contractor. The Contractor shall remain liable under this Clause notwithstanding the signing by the Company’s
authorized Engineer of any certificate or the passing of any account.

14. Alterations: The Company reserves the right at any time to alter any quantities of any item indicated in the
Purchase order/Contract, in which case the total amount payable to the Contractor shall be less or higher,
proportionate with the reduction or increase in quantity of such item, allowance for which will be made at the
Contractor’s agreed rates.

15. Subletting Agreement: The Contractor shall not sublet or assign the work or any part thereof to another party
without the written consent of the company and no such subletting or assignment shall relieve the contractor from
the full and entire responsibility of his obligation under this Agreement.

16. Cancellation: The Company shall at any and all times during the period stipulated for the work, has the right
forthwith to cancel this agreement by giving written notice thereof to the Contractor and in such case the
Contractor shall be paid for such part of the work as has been executed by him up to the date of cancellation, on
the basis of schedule of rates as per Purchase order/Contract and shall be reimbursed by the Company for the
cost and expenses incurred by him but which would now be wasted as a direct consequence of the cancellation
of the Agreement.

17. Workmen’s Compensation Liability: The Contractor shall hold the Company harmless and indemnified from
and against all claims, costs and charges for which the Company shall be liable under the Workmen’s
Compensation Act, 1923 and any amendments thereof and the expenses to which it shall be put thereunder, both
in respect of personal injuries (within the meaning of the said Act) to the employees and servants of the Contractor
or Sub-Contractors, (if any), arising out of, or occasioned during the currency of this agreement through the acts
or omissions, whether due to negligence or not of the Contractor, Sub-Contractor and/or Company and/or their
respective servants and employees and also in respect of the personal injuries (within the meaning of the said
Act) to the servants and employees of the Company arising out of, or occasioned through the acts and omissions
whether due to negligence or not of the Contractor, Sub-Contractor and or their servants and employees in
carrying out any of the provisions of this Agreement. This indemnity shall be in addition to and not in lieu of any
indemnity to which the Company shall be entitled in law. The Contractor shall at his own expense effect and

39

Page 204 of 4779


maintain, until the completion of the work, with an approved office a Policy of Insurance in the joint names of
the Company and the Contractor, against such risks and deposit such Policy or policies with the Company from
time to time during the currency of this Agreement. The Contractor shall be responsible for anything not included
in the Insurance Policies above referred to and also for all other damage to person or property arising out of or
incidental to the negligent or defective carrying out of this agreement and shall keep the Company harmless and
indemnified. He shall also indemnify the Company in respect of any costs, charges or expenses arising out of any
claim or proceedings and also in respect of any award of compensation or damages arising therefrom. The
Company shall be entitled to deduct the amount of any damages compensation costs, charges and expenses
arising or accruing from or in respect of any such claim or damages from any sum or sums due or thereafter
becoming due to the Contractor.

18. Safety Regulation: The Contractor shall ensure that he/his Sub-Contractor and his, or their personnel or
representatives shall comply with all safety regulations issued from time to time by the Company or otherwise
howsoever and should any injury resulting in death or not or damage to any property occur as result of failure to
comply with such regulations the Contractor shall be held responsible for the consequences thereof, shall keep
the Company harmless and indemnified.

19. ARBITRATION: Any dispute or difference whatsoever arising out of or in connection with this Agreement
including any question regarding its existence, validity, construction, interpretation, application, meaning, scope,
operation or effect of this contract or termination thereof shall be referred to and finally resolved through
arbitration as per the procedure mentioned herein below :

(a) The dispute or difference shall, in any event, be referred only to a Sole Arbitrator

(b) The appointment and arbitration proceedings shall be conducted in accordance with SCOPE forum of
Arbitration Rules for the time being in force or as amended from time to time

(c) The Seat of arbitration shall be at _______ (Region/HQ from where the tender has been floated)

(d) The proceedings shall be conducted in English language

(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the Sole
Arbitrator.
In the event of any dispute or difference relating to the interpretation and application of the provisions of
commercial contract(s) between the Central Public Sector Enterprises (CPSEs)/Port Trusts inter se and also
between CPSEs and Government Departments/Organizations (excluding disputes concerning Railways, Income
Tax, Customs & Excise Departments*), such dispute or difference shall be taken up by either party for its
resolution through AMRCD as mentioned in DPE OM no.4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018.
(* The exclusion would also include disputes concerning GST, State level Sales Tax / VAT etc; though not
mentioned explicitly)

20. Jurisdiction:

The contractor shall be governed by the Laws in force in INDIA. The contractor hereby submits to the jurisdiction
of the Courts situated at Mumbai/(Ernakulam-in the case of Kochi Refinery), for the purpose of actions and
proceedings arising out of the contract and the courts at Mumbai/(Ernakulam-in the case of Kochi Refinery), only
will have jurisdiction to hear and decide such actions and proceedings.

21 Minimum Wages:

The Contractor, his executors and administrators (and in the case of a Limited Company, its successors and
assigns) shall hold the Company harmless and indemnified from and against all claims, costs and charges, for
which the Company shall be liable under the Minimum Wages Act, 1948, the Contract Labour (Regulation and
Abolition) Act, 1970 and any amendments or modifications thereof, and all expenses it shall be put thereunder
through the acts or omissions whether willful or not on the part of the Contractor. This indemnity shall be in
addition to and not in lieu of, any indemnity to which the Company shall be entitled in law.

22. Employees State Insurance: This Contractor hereby admits that he is fully aware of his responsibilities under
the Employees State Insurance Act, 1948, as an immediate employer of the employees engaged by him for the
execution of this contract which he agrees to discharge. The Contractor acknowledge the statutory right of the
company (as a Principle Employer) to recover the amount of the contributions, paid by it in the first instance in

40

Page 205 of 4779


respect of the employees employed by or through him (the Contractor), as well as the employee’s contribution,
if any, either by deduction from any amount payable to him by the Company under any contract or as debt
payable by him to the Company.

In witness where of the said contracting parties have set their hands.

Witness
For Bharat Petroleum Corporation Ltd. For Bharat Petroleum Corporation Ltd.

Witness
Contractor’s witness - Signature Contractor’s Signature
Name & Address:- Name & Address:-

41

Page 206 of 4779


PROFORMA OF BANK GUARANTEE

(On non-judicial paper of appropriate value)

FOR EARNEST MONEY / SECURITY DEPOSIT TOWARDS PERFORMANCE

To
Bharat Petroleum Corporation Ltd.

Dear Sirs,

M/s. have taken tender for the work CRFQ No/PO


No

for Bharat Petroleum Corporation Ltd.

The tender Conditions of Contract provide that the Contractor shall pay a sum of Rs.
(Rupees ) as earnest money/security deposit in the form therein mentioned. The form
of payment of earnest money/security deposit includes guarantee executed by Scheduled Bank, undertaking full responsibility to indemnify
Bharat Petroleum Corporation Ltd. in case of default.

The said have approached us and at their request and in consideration of the premises
we having our office at have agreed to
give such guarantee as hereinafter mentioned.

1. We hereby undertake and agree with you that


if default shall be made by M/s. in performing any of the terms and
conditions of the tender or in payment of any money payable to Bharat Petroleum Corporation Ltd. We shall on demand pay to
you in such matter as to you may direct the said amount of Rupees only or such portion
thereof not exceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without effecting this guarantee postpones for any time or from time to
time the exercise of any of the powers and rights conferred on you under the contract with the said and to
enforce or to for bear from endorsing any power of rights or by reason of time being given to the said which under law relating
to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of Rs. (Rupees ) from us


in manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the
said M/s. and/or that any dispute or disputes are pending before any officer,
tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the said but shall in all respects and for all purposes be
binding operative units payment of all money due to you in respect of such liabilities is paid.

5. Our liability under this guarantee is restricted to Rupees Our guarantees shall remain
in force until unless a suit or action to enforce a claim
under Guarantee is filed against us within six months from
(which is date of expiry of guarantee) all our rights under the said guarantee shall be
forfeited and shall be relieved and discharged from all liabilities thereunder.

6. We have power to issue this guarantee in your favour under Memorandum and Articles of Association and the undersigned has
full power to do under the Power of Attorney dated granted to him by the Bank.

Yours faithfully

Bank by its Constituted Attorney Signature of a person duly authorized to sign on behalf of the
bank.

42

Page 207 of 4779


TAX RESIDENCY CERTIFICATE

TRC obtained by the Non-resident from Government of foreign country shall contain the following particulars:

i. Name of the assessee


ii. Status (individual, company, firm, etc.) of the assessee
iii. Nationality (in case of individual)
iv. Country or specified territory of incorporation or registration (in case of others)
v. Assessee’s tax identification number in the country or specified territory of residence or in case of no such number, then, a
unique number on the basis of which the person is identified by the Government of the country or the specified territory
vi. Residential status for the purpose of Tax
vii. Period for which the certificate is applicable
viii. Address of the applicant for the period for which the certificate is applicable

43

Page 208 of 4779


FORM NO. 10 F

[See sub-rule (1) of rule 21AB of the Income-tax Act, 1961]


Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A of the Income-tax Act,
1961

1. I_________________*son/daughter of Shri _____________ in the capacity of ___________________(designation)do provide the


following information, relevant to the previous year _________,*in my case/in the case of __________for the purposes of sub-section
(5) of *section 90/section 90A:-

Sl. No. Nature of information Details #


(i) Status (individual, company, firm etc.) of the assessee :
(ii) Permanent Account Number (PAN) of the assessee if allotted : :
(iii) Nationality (in the case of an individual) :
or
Country or specified territory of incorporation or registration (in the case
of others)

(iv) Assessee’s tax identification number in the country or specified territory :


of residence and if there is no such number, then, a unique number on
the basis of which the person is identified by the Government of the
country or the specified territory of which the assessee claims to be a
resident
(v) Period for which the residential status as mentioned in the certificate :
referred to in sub-section (4) of section 90 or sub-section (4 )of section
90A is applicable

(vi) Address of the assessee in the country or territory outside India during :
the period for which the certificate, mentioned in (v) above, is applicable

2. I have obtained a certificate referred to in sub-section (4) of section 90 or sub-section (4) of section 90A from the Government of
_________________________(name of country or specified territory outside India).
Signature:_________________________
Name:____________________________
Address:__________________________
Permanent Account Number :___________________

Verification
I_________________do hereby declare that to the best of my knowledge and belief what is stated above is correct, complete and is
truly stated.

Verified today the ___________day of _________________

________________________________________
Signature of the person providing the information

Place:_________________

Notes:
1. * Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section (4) of section 90 or sub-section (4) of
section 90A.”.

44

Page 209 of 4779


BHARAT PETROLEUM CORPORATION LTD

ACKNOWLEDGEMENT

We, M/s. having office at received


the copy of GENERAL CONDITIONS OF CONTRACT and confirm our acceptance to all the terms and conditions as mentioned herein
in this General Conditions of Contract and we are hereby returning this copy of Acknowledgement duly signed.

For & on behalf of M/s.

Signature :
Name :

Designation :
( Seal / Stamp )

Place :

Date :

45

Page 210 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 1 of 31

1.1.1.1.

SPECIAL CONDITIONS OF CONTRACT

Engineers India Limited


New Delhi

Page 211 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 2 of 31

1.1.1.1.

TABLE OF CONTENTS
1.0 INTRODUCTION ........................................................................................................................ 4

2.0 LOCATION OF SITE .................................................................................................................. 4

3.0 TIME FOR COMPLETION ......................................................................................................... 5

4.0 SCOPE OF WORKS .................................................................................................................... 5

5.0 SCOPE OF SUPPLY .................................................................................................................... 5

6.0 DRAWINGS AND DOCUMENTS ............................................................................................. 6

7.0 TERMS OF PAYMENTS ............................................................................................................ 7

8.0 TAXES AND DUTIES................................................................................................................. 8

9.0 FIRM PRICES .............................................................................................................................. 8

10.0 SITE ORGANISATION .............................................................................................................. 8

11.0 QUALITY MANAGEMENT SYSTEM ...................................................................................... 8

12.0 PROTECTION OF EXISTING FACILITIES .............................................................................. 9

13.0 UNDERGROUND AND OVERHEAD STRUCTURES............................................................. 9

14.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF


CONSTRUCTION EQUIPMENT ............................................................................................... 9

15.0 CALIBRATION REQUIREMENTS OF MONITORING AND MEASURING DEVICES AT


CONSTRUCTION SITE ............................................................................................................ 11

16.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS.............................. 11

17.0 MATERIAL TO BE TAKEN OUTSIDE PROJECT PREMISES: ............................................ 15

18.0 DISPOSAL OF SURPLUS SCRAP AND DEBRIS BY CONTRACTOR: ............................... 15

19.0 CONTRACT PERFORMANCE GUARANTEE / SECURITY DEPOSIT ............................... 15

20.0 PROVISION FOR TERMINATION OF CONTRACTS / PURCHASE ORDERS ................... 15

21.0 REQUIREMENTS FOR DOCUMENTATION ......................................................................... 16

22.0 GENERAL ENVIRONMENT REQUIREMENT ...................................................................... 16

23.0 ELECTRICAL CONTRACTOR’S LICENSE ........................................................................... 16

24.0 MAKE OF MATERIALS........................................................................................................... 17

Engineers India Limited


New Delhi

Page 212 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 3 of 31

1.1.1.1.

25.0 PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL BY


CONTRACTOR ......................................................................................................................... 17

26.0 CERTIFICATE OF VERIFICATION AND GOOD CONDITION ........................................... 17

27.0 SUB CONTRACTING ............................................................................................................... 19

28.0 INSURANCE: ............................................................................................................................ 19

29.0 EXTENDED STAY COMPENSATION ................................................................................... 19

30.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT ................................ 19

31.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT ................................... 20

32.0 CONSTRUCTION RIGHT-OF-USE AND PERMITS:............................................................. 22

33.0 HYDROTESTING ..................................................................................................................... 22

34.0 RESPONSIBILITY OF CONTRACTOR .................................................................................. 23

35.0 CHECKING OF LEVELS .......................................................................................................... 24

36.0 SUBMISSION OF COLOURED PHOTOGRAPHS ................................................................. 24

37.0 VIDEOGRAPHY ....................................................................................................................... 24

38.0 PIPES FOR WELDING QUALIFICATION.............................................................................. 25

39.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT ........................................... 25

40.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND PRADHANMANTRI


JEEVAN JYOTI BIMA YOJANA (PMJJBY): .......................................................................... 26

41.0 EXCAVATION BY BLASTING ............................................................................................... 26

42.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM .............................. 26

43.0 AHR ITEMS............................................................................................................................... 29

44.0 LIQUIDATED DAMAGES FOR DELAY ................................................................................ 29

45.0 PLANNING AND DESIGNING IN PURVIEW OF VULNERABILITY ATLAS OF INDIA . 30

Engineers India Limited


New Delhi

Page 213 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 4 of 31

1.1.1.1.

1.0 INTRODUCTION
1.1 These Special Conditions of Contract shall be read in conjunction with the General
Conditions of Contract, specifications of work, drawings and any other document
forming part of this contract wherever the context so requires.
1.2 Notwithstanding the sub-division of the document into these separate sections and
volumes, every part of each shall be deemed to be supplementary of every other part
and shall be read with and into the contract so far as it may be practicable to do so.
1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of
the Special Conditions of Contract, then unless a different intention appears, the
provision(s) of the Special Conditions of Contract shall be deemed to override the
provision(s) of GCC only to the extent that such repugnancy of variations in the
Special Conditions of Contract are not possible of being reconciled with the provisions
of GCC.
1.4 In the absence of any Specifications covering any material, design or work(s) the
same shall be performed/supplied/executed in accordance with standard Engg.
Practice as per the instructions/directions of the Engineer-in-Charge, which will be
binding on the CONTRACTOR.
1.5 Order of precedence
The documents forming the Contract are to be taken as mutually explanatory of one
another. If there is an ambiguity or discrepancy in the Term & Conditions defined in
the various documents, the order of Precedence shall be as follows:
▪ Contract Agreement with its enclosures
▪ Detailed letter of Acceptance along with its enclosures
▪ Letter of Award / Fax of Acceptance
▪ Amendment to Bidding Document, if any
▪ Invitation for Bids (IFB)
▪ Bid Data Sheet (BDS)
▪ Job Specifications
▪ Drawings
▪ Special Conditions of Contract (SCC)
▪ Technical specifications
▪ Instructions to Bidders (ITB)
▪ General Conditions of Contract (GCC)
▪ Other Documents
A variation or amendment issued after the execution of the formal contract shall take
precedence over respective clauses of the formal contract and its Annexure.
2.0 LOCATION OF SITE
The location for the proposed multi-product pipeline from Krishnapatnam Dispatch
Terminal to Receipt Terminal at Malkapur (Hyderabad).

Engineers India Limited


New Delhi

Page 214 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 5 of 31

1.1.1.1.

3.0 TIME FOR COMPLETION


3.1 The work shall be executed strictly as per Time for Completion given in Invitation for
Bids (IFB)/Letter Inviting Bids (LIB).
3.2 The work shall be executed strictly as per time Schedule indicated in Annexure-I to
SCC . The period of completion given includes the time required for mobilization as
well as testing, commissioning, rectifications, if any, retesting and completion in all
respects to the entire satisfaction of the Engineer-in-Charge and handing over to
Owner / EIL.
3.3 The Engineer-in-Charge and CONTRACTOR will prepare a joint programme of
execution of work. This programme will take into account the time of completion
mentioned above.
3.4 Monthly/ weekly construction programme will be drawn up by Engineer-in-Charge
jointly with the CONTRACTOR based on availability of work fronts and the joint
construction programmes. The CONTRACTOR shall strictly adhere to this Targets/
Programme.
3.5 Prior to taking up fabrication / installation of any major component of work at site, the
CONTRACTOR shall submit to EIL his proposed construction sequence and
procedures and obtain EIL’s approval in writing. This approval in no way absolve the
responsibility of CONTRACTOR in accordance with the provisions of Contract.
3.6 If the CONTRACTOR’s work plan necessitates a disruption / shutdown in BPCL’s
operation, the plan shall be mutually discussed between EIL and CONTRACTOR and
developed so as to keep such disruption / shutdown to the barest unavoidable
minimum. Any time and cost arising due to failure of the Bidder to develop / adhere
such a work plan shall be to his account.
3.7 CONTRACTOR shall give every day report on category wise labour and equipment
deployed along with the progress of work done on previous day in the proforma
prescribed by the Engineer-in-Charge.
4.0 SCOPE OF WORKS
4.1 The scope of work in general includes scope of work specified in various Technical
Specifications provided in Technical portion of the bidding document and Schedule of
Rates (SOR) enclosed in the Bidding Document. Further, it includes any other work
not specifically mentioned but required to complete the work as per specifications,
drawings and instructions of Engineer-in-Charge.
4.2 Scope of work shall be read in conjunction with item description of Schedule of Rates
and CONTRACTOR's scope shall include all activities of work specified in the item
description of Schedule of Rates.
4.3 Rates shall include all cost for the performance of the item considering all parts of the
Bidding Document. In case any activity though specifically not covered in description
of item under ‘Schedule of Rates' but is required to complete the work which could be
reasonably implied/ informed from the content of Bidding Document, the cost for
carrying out such activity of work shall be deemed to be included in the item rate.
5.0 SCOPE OF SUPPLY
5.1 The scope of supply is as mentioned in Job Specifications/ Technical Specifications,
Schedule of Rates etc. of Bidding Document. All materials, equipment, labour &

Engineers India Limited


New Delhi

Page 215 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 6 of 31

1.1.1.1.

consumables required for successful completion of work as per the description of item
in Schedule of Rates shall be supplied by the CONTRACTOR and the cost of such
supply shall be deemed to be included in the quoted rates without any additional
liability on the part of BPCL except for the material specifically covered under BPCL's
Scope of Supply.
5.2 All materials, equipment and components used in execution of the works under this
contract must be new and unused (not reconditioned) and of recent manufacture and
in no case is of date of manufacture older than one year from the date of delivery at
the site.
6.0 DRAWINGS AND DOCUMENTS
6.1 The drawings accompanying the Bidding Document (if any) are of indicative nature
and issued for bidding purpose only. Purpose of these drawing is to enable the bidder
to make an offer in line with the requirements of the Owner / EIL. However no extra
claim whatsoever shall be entertained for variation in the "Approved for Construction"
and “Bidding document drawings" regarding any changes/units. Construction shall be
as per drawings/specifications issued / approved by the Engineer-in-Charge during
the course of execution of work. Detailed construction drawings (wherever required)
on the basis of which actual execution of work is to proceed will be prepared by the
CONTRACTOR.
6.2 The drawings and documents to be submitted by the CONTRACTOR to EIL after
award of the work as per the requirements enlisted in the bidding document shall be
for EIL review, information and record. The CONTRACTOR shall ensure that
drawings and documents submitted to EIL are accompanied by relevant calculations,
data as required and essential for review of the document/ drawings. EIL shall review
the drawings/ documents within 2 weeks from the date of submission, provided the
same are accompanied by relevant calculations, data as required and essential for
review.
6.3 All documents and drawings including those of CONTRACTORs sub-vendor's
manufacturer's etc. shall be submitted to EIL after having been fully vetted in detail,
approved and co-opted by the CONTRACTOR & shall bear CONTRACTOR seal/
certifications to this effect. All documents/drawings & submissions made to EIL
without compliance to this requirement will not be acceptable and the delay & liability
owing to this shall be to the CONTRACTOR's account.
6.4 The review of documents and drawings by EIL shall not absolve CONTRACTOR from
his responsibility to meet the requirements of specifications, drawings etc. and
liabilities for mistakes and deviations. Upon receiving the comments on the
drawing/documents reviewed by EIL, CONTRACTOR shall incorporate the comments
as required and ensure their compliance.
6.5 Copies of all detailed working drawing relating to the works shall be kept at the
CONTRACTOR’s office at the site and shall be made available to the Engineer-in-
charge/ Owner at any time during execution of the contract. However, no extra claim
what so ever shall be entertained for any variation in the “approved/issued for
construction drawings” and “tender drawings” regarding any changes/units unless
otherwise agreed.
6.6 The CONTRACTOR shall rectify any inaccuracies, errors and non-compliance to
contractual requirements. Any delay occurring on this shall not construe a reason for
delay/ extension.
Engineers India Limited
New Delhi

Page 216 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 7 of 31

1.1.1.1.

7.0 TERMS OF PAYMENTS


7.1 Clause No. 75 of GCC regarding Payment of Contractor’s Bill is partially modified to
following extent:
7.2 The basis and terms of payments for various items of schedule of rate, for making
"On Account Payments" shall be as set out in ANNEXURE-II to SCC.
7.3 For all payment purposes, measurement shall be as set out in ANNEXURE-III to
SCC.
7.4 Invoicing Instructions
CONTRACTOR shall submit the following documents along with the monthly
invoices:
A) Along with first invoice:
Following documents / details should be invariably furnished along with first invoice:
i) Copy of valid registration certificate under the GST Law.
ii) Particulars required for making payment through ‘Electronic Payment
Mechanism’
iii) Mobile No. (optional)
iv) Email id.
B) Periodical / Monthly payment:
i) Invoice (i.e., Tax invoice as per relevant GST rules, indicating GST
registration number and HSN and / or SAC No., Rate and amount of GST
shown separately.
ii) Insurance policies and proof of payment of premium (for applicable insurance
under CONTRACTOR’s scope).
iii) Copies of challans / receipt of payments of contributions for their employees
to the Authorities Employees’ Provident Fund and Miscellaneous Provisions
Act, 1952 and the Employees’ State Insurance Act, 1948 prescribed under
the said Acts such payments along with the list showing persons employed
together with emoluments paid for the purpose of provident fund deductions
shall be submitted to BPCL before the end of every calendar months.
iv) Undertaking by the CONTRACTOR regarding compliance of all statutes.
v) Certificate by the CONTRACTOR stating labor have been paid not less than
minimum wages (as applicable).
vi) An undertaking that all materials, equipment and components used in
execution of the works under this contract are new and unused (not
reconditioned) and of recent manufacture and in no case is of date of
manufacture older than one year from the date of delivery at the site.
However, structural steel shall in no case be of date of manufacture older
than 2 years from the date of delivery at site.
vii) Any other document specifically mentioned in the Contract, or supporting
documents in respect of other claims (if any), permissible under the contract.
7.5 In the event of BPCL/EIL objecting to any portion of work covered by the said invoice,
Engineers India Limited
New Delhi

Page 217 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 8 of 31

1.1.1.1.

such objection shall be communicated to the CONTRACTOR. CONTRACTOR shall


have the right to claim the payment of such amounts objected by BPCL/EIL in
subsequent invoice after removal of cause of such objection.
7.6 In the event of BPCL/EIL noticing at any time that any amount has been disbursed
wrongly to the CONTRACTOR or any other amount is due from the CONTRACTOR
to BPCL, BPCL may without prejudice to its rights recover such amounts by other
means after notifying the CONTRACTOR or deduct such amount from any payment
failing due to the CONTRACTOR. The details of such recovery, if any, will be
intimated to the CONTRACTOR.
7.7 DIGITAL PAYMENTS
In order to encourage and facilitate digital payments, CONTRACTOR has to ensure
that all payments to Workmen, further Contractors / Suppliers of Materials & Services
are made in form of e-payment only, as per due dates, wherever applicable.
The CONTRACTOR has to ensure timely payment of wages through e-payment only.
Further Bidder shall comply the requirement of E-invoicing as per notification no
13/2020-Central Tax dated 21.03.2020 and its amendments thereafter.
8.0 TAXES AND DUTIES
In addition to Clause No. 86 of GCC, the provisions towards Taxes and duties along
with statutory variation shall be as per enclosed Annexure-A to Special Purchase
Conditions (is it SPC or SCC ?).
PRICE BASIS W.R.T INCLUSION/EXCLUSION OF TAXES
The quoted price shall be deemed to be inclusive of all the taxes and duties except
GST. CONTRACTOR shall exclusively be liable for any tax liability outside India.
Prices quoted shall be deemed to be inclusive of taxes & duties applicable outside
India.
9.0 FIRM PRICES
The quoted price shall remain firm and fixed and valid until completion of the contract
and shall not be subjected to escalation for any reason what so ever, except statutory
variations in taxes & duties.
10.0 SITE ORGANISATION
The Contractor shall without prejudice to his overall responsibilities and liabilities to
provide adequate qualified and skilled personnel on the work as per Annexure-IV to
SCC and shall deploy site organization and augment the same as decided by the
Engineer-in-Charge depending on the exigencies of work.
Qualification and Experience of key construction personnel and penalty for their non-
mobilization shall be as per document no. 7-82-0003 (enclosed as Annexure-V to
SCC).
In addition to this, Contractor shall deploy Safety Supervisors to ensure safer working
conditions at site.
11.0 QUALITY MANAGEMENT SYSTEM
The Contractor shall adhere to the quality assurance system as per EIL Specification
No. 6-78-0001 enclosed as per Annexure-VI to SCC. After the award of the contract,

Engineers India Limited


New Delhi

Page 218 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 9 of 31

1.1.1.1.

detailed quality assurance programme to be followed for the execution of contract


shall be submitted by Contractor.
12.0 PROTECTION OF EXISTING FACILITIES
CONTRACTOR shall obtain full details of all existing and planned underground
services from Owner / EIL and shall follow these closely at all times during the
performance of work. CONTRACTOR shall be responsible for location and protection
of all underground lines, structures, power cables, OFC cables etc. at his own cost.
Despite all precautions, should any damage to any structure / utility etc. occur, the
CONTRACTOR shall contact Owner / EIL and CONTRACTOR shall forthwith carry
out repair at his expenses under the direction and to the satisfaction of Engineer-in-
charge. If the same is not attended by the CONTRACTOR within the said time period,
will be get done at panel rates through other agency at CONTRACTOR‘s risk and
cost.
CONTRACTOR shall take all precautions to ensure that no damage is caused to the
existing pipelines, cables etc. during construction.
13.0 UNDERGROUND AND OVERHEAD STRUCTURES
Engineers-in-Charge/ OWNER shall provide, to the best possible extent, details in
respect of existing structures, overhead lines, existing pipelines and utilities existing
at job site to the CONTRACTOR. The CONTRACTOR shall execute the work in such
a manner that the said structures, utilities, pipelines etc. are not disturbed or
damaged, and shall indemnify and keep indemnified EIL/ OWNER from and against
any destruction thereof or damages thereto. CONTRACTOR shall conduct their own
survey (if required) and use their information to avoid damage in existing
facilities/structures etc. Moreover, CONTRACTOR shall prepare drawing showing all
the above stated details accurately and submit to Engineer-in-Charge. No extra
payment shall be made on this account. The contract price/ item rates are deemed to
be inclusive of the costs towards this activity.
Should any damage be done by the CONTRACTOR to any mains, pipes, cables or
lines (whether above or below ground etc.), whether or not shown on the drawings
the CONTRACTOR shall make good or bear the cost of making good the same
without delay to the satisfaction of the Engineer-in-Charge.
14.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF
CONSTRUCTION EQUIPMENT
14.1 MECHANISATION OF CONSTRUCTION ACTIVITIES
14.1.1 The CONTRACTOR shall mechanise the construction activities to the maximum
extent by deploying all necessary construction equipment/ machinery in adequate
numbers and capacities.
14.1.2 For speedy execution of work, Contractor shall also ensure use of computer software
for at least the following:
(i) Billing
(ii) Planning & Scheduling
(iii) Progress Reporting
(iv) Material Control & Warehousing

Engineers India Limited


New Delhi

Page 219 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 10 of 31

1.1.1.1.

(v) Safety Records


(vi) Resource Deployment
(vii) Communication
14.1.3 CONTRACTOR further agrees that Contract price is inclusive of all the associated
costs, which he may incur for actual mobilization, required in respect of use of
mechanized construction techniques and that BPCL/EIL in this regard shall entertain
no claim whatsoever.
14.2 MOBILISATION OF CONSTRUCTION EQUIPMENTS
14.2.1 The CONTRACTOR shall without prejudice to his responsibilities to execute and
complete the work as per the specifications and time for completion, progressively
deploy minimum construction equipment & tools and further augment the same
depending on the exigencies of work as per Annexure-VII to SCC and as decided by
the Engineer-in-Charge so as to suit the construction schedule within scheduled
completion date without any additional cost to BPCL.
It is expressly understood that breakdowns of CONTRACTOR’s Constructional Plant
and Equipment during the execution of works shall not be regarded as physical
conditions which could not have reasonably been foreseen by the CONTRACTOR
and as such, the cost of such breakdowns and any resultant delays and costs thereof
will be to CONTRACTOR’s account, unless such breakdown are caused by an event
of Force Majeure.
The CONTRACTOR shall ensure that the Construction Plant and Equipment brought
by him to the site are in good working condition.
The CONTRACTOR shall schedule repair and maintenance of his constructional
plant and equipment in such a way that constructional plant and equipment
breakdown will not delay completion of works beyond the scheduled completion date.
If the CONTRACTOR’s constructional plant and equipment experience breakdown of
such frequency and type that delay in completion of the works beyond the scheduled
completion date is probable, the CONTRACTOR shall take immediate action, and
replace such constructional plant and equipment and / or mobilise suitable
constructional plant and equipment in a timely manner at no additional cost to BPCL /
EIL so as to prevent delay in completion beyond the scheduled completion date.
If due to the occurrence of breakdown to CONTRACTOR’s constructional plant and
equipment, the execution of works is suspended or adversely affected for a period of
30 continuous days and the CONTRACTOR has not taken any appropriate action to
remedy the condition to the satisfaction of Engineer-in-Charge, BPCL/EIL may
enforce the provisions of Termination and / or LD clause.
14.3 EMPLOYMENT OF LOCAL LABOUR
BPCL desires to maximise the deployment of local labour (skilled / semi-skilled /
unskilled) and to that effect CONTRACTORs are required to make special efforts so
as to deploy locally available manpower to the extent possible. This is required to
improve the employment opportunities for local youth and bring economic well-being
in the region. In case of non-availability of suitable labour in any category out of the
above persons, labour from outside may be employed.
The CONTRACTOR shall not recruit personnel of any category from among those
who are already employed by the other agencies working at site but shall make
Engineers India Limited
New Delhi

Page 220 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 11 of 31

1.1.1.1.

maximum use of local labour available.

14.4 SCHEDULE OF LABOR & EQUIPMENT


Rates Hiring / Recovery Rate for Deployment of Manpower attached as Annexure-
VIII to SCC shall be used for analysing rates for extra items and recovery for non-
deployment of manpower.
14.5 Equipment Hiring / Recovery Rates attached as Annexure-VIII to SCC shall be used
for analysing rates for extra items and recovery for non-deployment of equipment
15.0 CALIBRATION REQUIREMENTS OF MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITE
Calibration Requirements of Monitoring and Measuring Devices at Construction Site
shall be as per document no. 7-82-0002 (enclosed herewith as ANNEXURE-IX).
16.0 CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS
If BPCL has undertaken in the Bidding Documents to procure and supply Free Issue
Materials, the supply of Free Issue Materials to the Contractor shall be on the
following terms and conditions:
16.1 The approx. value of the Owner supplied material Part wise is given below for
preparation of indemnity bond:
a) Part A – INR 171.76 Crores
b) Part B – INR 118.45 Crores
c) Part C – INR 93.77 Crores
d) Part D - INR 141.02 Crores
16.2 Deliveries shall be either from the storage of BPCL or from the factory/storage of a
supplier designated by BPCL or from nearest suitable railhead or other point(s) of
collection as may be determined by BPCL taking into account the source(s) of supply
of the Free Issue Materials.
16.3 It shall be the responsibility of the Contractor at his own risks and Costs to take
delivery of the Free Issue Materials from the stores, factory, railhead or other
collection point, as the case may be, and to arrange for its loading, transportation to
the Site and unloading at the Site or other place of storage. The Contractor shall in
taking delivery ensure compliance with any conditions for delivery applicable to
deliveries from BPCL’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 BPCL indemnified from and against all
consequences thereof.
16.4 The Contractor shall inspect the Free Issue Materials supplied to it at the time of
taking delivery thereof and satisfy itself of the quality, quantity and condition thereof
prior to taking delivery and BPCL shall not be liable for any claims or complaints
whatsoever in respect of quality, quantity or conditions of the Free Issue Materials
once the Contractor has taken delivery thereof.
16.5 The Contractor shall on receiving and opening the packing cases or other packaging
Engineers India Limited
New Delhi

Page 221 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 12 of 31

1.1.1.1.

of Free Issue Materials on behalf of BPCL, verify and tally the actual contents with the
packing list and bring any discrepancies to the notice of the Engineer-in-Charge. The
Contractor shall also sort out and segregate and hand over to BPCL’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
BPCL’s stores if required, after getting authorization from the Engineer-in-Charge.
The commissioning spares may be got issued from BPCL’s stores, if commissioning
is included in the Contractor’s scope.
16.6 The Free Issue Materials supplied or procured by BPCL shall be utilized by the
Contractor only for incorporation in the Permanent Works and even so shall not
unless specifically authorized by BPCL in this behalf) be utilized for manufacturing
any item(s) which can be obtained in finished form from standard manufactures.
16.7 The Contractor shall furnish to the Engineer-in-Charge sufficiently in advance a
detailed statement showing his requirement of the types and quantities of Free Issue
Materials agreed to be supplied by BPCL, indication of the time when relative types
and quantities thereof shall be required by it for the Works so as to enable BPCL to
verify the quantities of Free Issue Materials specified by the Contractor and to enable
BPCL to make arrangements for the supply thereof.
16.8 BPCL shall not be responsible for any delay in the supply of any Free Issue Materials
supplied or procured or agreed to be supplied or procured by BPCL, and no such
delay or failure shall anyway render BPCL 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 the 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 relating to extension of time and associated
provisions thereof shall apply.
16.9 The Contractor shall maintain a day to day account of all Free Issue Materials
supplied to it by BPCL indicating the daily receipt(s), consumption and balance(s) in
hand of each Free Issue Material and category thereof. Such account shall be
maintained in such from (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 without notice and for this purpose the Engineer-in-Charge shall
be permitted and enabled without obstruction to enter into any godown or other place
or premises where the Free
16.10 Issue 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.
16.11 All Free Issue Materials supplied by BPCL shall be taken delivery of, held, stored and
utilized by the Contractor as trustee of BPCL, and delivery of Free Issue Materials to
the Contractor shall constitute an entrustment thereof by BPCL to the Contractor, with
the intent that any utilization, application or disposal thereof by the Contractor
otherwise than for incorporation in the Permanent Works in terms hereof shall
constitute a breach of trust by the Contractor.
Engineers India Limited
New Delhi

Page 222 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 13 of 31

1.1.1.1.

16.12 The Contractor shall hold and store any Free Issue Materials supplied by BPCL 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 Free Issue Material, and the Contractor shall be and
remain responsible at all times at his own risk and cost to ensure that the Free Issue
Materials supplied by BPCL is/are retained at all times in premises that are air and
water tight and otherwise suitable for the storage of the concerned Free Issue
Materials so as to prevent damage or deterioration for any cause whatsoever or theft
or other loss, and shall arrange such watch and ward therefore as shall be necessary
to ensure the safety thereof.
16.13 The Engineer-in-Charge may at his discretion require that all premises in which any
Free Issue Materials supplied by BPCL are stored, shall be double locked with the
keys to one lock retained by Engineer-in-Charge or his representative and the other
with the Contractor with the intent that all issues of BPCL supplied Free Issue
Materials shall be with concurrence of the Engineer-in-Charge 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 Free Issue
Materials.
16.14 The Free Issue Materials supplied by BPCL shall be insured by BPCL against normal
risks during transit (within 20 km of ROU on either side), storage and erection. In the
event of loss or damage, the Contractor shall, however, be responsible forthwith to
make and pursue with the insurance company on behalf of BPCL for all claims under
the policy(ies) and to fulfil all formalities required to obtain payment there under
and/or to assist BPCL in making or pursuing any such claim(s) and/or in obtaining
payment there under. The shortfall in settlement of claim net of policy deductible as
explained under Insurance Clause will be make good by the contractor.
Wherever the Contractor is required to take out any material supplied by BPCL to a
location outside the Plant premises (Beyond 20km from ROU), 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 Works, policy(ies) of insurance against the risks of fire, lightning,
earthquake, riot, strike and theft and against any other damage or loss, for the full
value (on reinstatement value basis) of the Free Issue Materials lying in the
Contractor’s custody and/or storage pending utilization/ incorporation in the
Permanent Work and during incorporation in the Permanent Work. The insurance
shall be kept valid till the Completion of the Works and till the Free Issue Materials is
duly accounted for to the satisfaction of BPCL.
Such insurance policy(ies) shall be in the joint names of BPCL and the Contractor
with exclusive right of BPCL to receive all money(ies) due in respect of such
policy(ies), and with right in BPCL (but without obligation to do so) to take out and/or
pay the premium for any such policy(ies) and deduct the premium and any other
costs and expenses in this behalf from the money(ies) for the time being due to the
Contractor.
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.
16.15 Where the Free Issue Materials are being stored within the battery area (within 20km
Engineers India Limited
New Delhi

Page 223 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 14 of 31

1.1.1.1.

of ROU) under the security and gate-pass control of BPCL and are covered by the
Overall Storage-cum insurance Policy taken by BPCL for the Works. Contractor shall
submit the Indemnity Bond. The value for Indemnity bond shall be equivalent amount
of Free Issue Material taken outside the dump yard site.
The proforma of Indemnity Bond is enclosed in Proposal Forms.
16.16 No such Insurance(s), as aforesaid, shall 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 Free Issue Materials, supplied by BPCL or
any of them contrary to the provisions hereof and shall keep BPCL indemnified from
and against the same and shall forthwith at his own Cost and expense replace any
such Free Issue Materials 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 BPCL.
16.17 The Contractor shall use the Free Issue Materials supplied by BPCL 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 BPCL in respect of any such Free Issue
Materials. For any excess wastage or scrap, due to misuse or injudicious, careless or
wrong use of the Free Issue Materials, or in case of loss, damage or deterioration of
the Free Issue 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 Free Issue Materials with materials of
equivalent quantity and grade, acceptable to BPCL within the time limit specified by
BPCL, and where this is not possible, practicable or advisable, in the opinion of
BPCL, which shall be final and binding on the Contractor, BPCL shall be
compensated by the Contractor for the loss caused, for the replacement costs, which
shall be worked out by BPCL based on the assessed landed cost plus the costs of
procurement at 15% (fifteen percent) of the assessed landed costs for BPCL. This
amount shall forthwith be remitted by the Contractor within a week of demand made
by BPCL, failing which BPCL shall be entitled to recover/adjust the amount
demanded from any money(ies) due from BPCL to the Contractor and / or from any
security or any other deposits of the Contractor lying with BPCL, under this and/or
any other contract, without any further notice to the Contractor. The decisions of
BPCL in respect of the actions contemplated in this clause shall be final and binding
on the Contractor.
16.18 Notwithstanding anything herein provided and notwithstanding the transfer of all risks
in respect of such Free Issue Materials to the Contractor, the ownership in respect of
all the Free Issue Materials shall at all times be and remain with BPCL.
16.19 The excess equipment and material and the scrap material generated from the Work,
in so far as the Free Issue Materials are concerned, shall be returned to BPCL’s
Stores. On Completion of the Work, the Contractor shall duly render accounts for the
materials and equipment issued by BPCL, to the satisfaction of BPCL. Any shortages,
losses and/or damages shall be to the Contractor’s account and all the conditions
stipulated under sub-clause 16.17 above shall apply in this case also.

Engineers India Limited


New Delhi

Page 224 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 15 of 31

1.1.1.1.

16.20 Every month, CONTRACTOR shall submit an account for all materials issued by
BPCL in the proforma prescribed by the Engineer-in-Charge. On completion of work
the CONTRACTOR shall submit “Material Appropriation Statement” for all materials
issued by the BPCL.
16.21 Wherever materials are under CONTRACTOR’s scope of supply whether part or in
full for any item of work covered under SOR, no allowances towards wastage/scrap
etc. shall be accounted for.
16.22 The conditions for issue of materials by BPCL and reconciliation of such materials
shall be as per specification No. 7-82-0001 attached herewith as Annexure-X to
these Special Conditions of Contract. This shall not be applicable for the materials
supplied by CONTRACTOR.
17.0 MATERIAL TO BE TAKEN OUTSIDE PROJECT PREMISES:

As per Refer Clause no 16.0 above.

18.0 DISPOSAL OF SURPLUS SCRAP AND DEBRIS BY CONTRACTOR:


18.1 Surplus civil construction materials comprising sand, cement, bricks, stones,
aggregates and the products of dismantling the Temporary Works erected by the
Contractor shall vest in and belong to the Contractor upon Completion of the Works
and/or earlier termination of the Contract for any cause. The Contractor shall have the
right, subject to the other terms & conditions of the Contract, to remove the surplus
civil construction material from the Site, subject to satisfactory proof of supply. No
other surplus material will be allowed to be removed from the Site and shall be
deemed to be the property of BPCL and the same shall be transported properly to
BPCL’s store or as directed by BPCL. The Contract Price quoted by the Contractor
shall be deemed to include the cost of all surplus materials which are deemed to be
the property of BPCL.
18.2 The CONTRACTOR shall not dump any material in the vicinity of the existing facilities
of the BPCL or the facilities which are being installed under the Contract.
CONTRACTOR shall dispose the scrap & waste at a place and lead to be identified
by EIL/ BPCL. Construction waste, surplus earth shall be disposed outside the plant
at a safe / undisputed place. CONTRACTOR to take necessary approvals from the
statutory authorities for such disposal. All dismantled pipes and steel material shall be
transported to EIL/ BPCL stores complex after weighing the same through EIL/BPCL
Weigh Bridge by CONTRACTOR.
19.0 CONTRACT PERFORMANCE GUARANTEE / SECURITY DEPOSIT
Clause No. 18 of GCC regarding performance security is modified to the following
extant:
19.1 Deleted.

20.0 PROVISION FOR TERMINATION OF CONTRACTS / PURCHASE ORDERS


The methodology for processing Termination for default shall be as follows:
20.1 Any material breach in contractual obligations shall be dealt on mutual discussion
basis, so as to correct breach. In case of failure to correct the breach, EIL/ BPCL
shall initiate Termination action as per the contract.
20.2 In case of non-submission of CPBG within the period stipulated, required CPBG
Engineers India Limited
New Delhi

Page 225 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 16 of 31

1.1.1.1.

amount along with interest for the delayed period shall be recovered from the first
RA bill / first Milestone payment, onwards, on proportionate basis, till full recovery.
Interest rate shall be SBI base rate as on the date of issuance of enquiry plus 1%.
20.3 In case of non-submission of CPBG within one month beyond the period stipulated
for it, coupled with non-mobilization / non-performance within the period stipulated
for the same, the Termination action along with other contractual penal provisions
may be initiated by BPCL, as per the contract provisions.
20.4 Further, in case of submission of CBPG within scheduled period, but Seller being at
default in terms of Contract 20.1 above shall be applicable.
20.5 In case of occurrence of any of the above specified events, Seller shall be
understood to have defaulted and the BPCL shall have the right to terminate the
contract, at its sole and absolute discretion by issuing a Show Cause notice of 15
calendar days to the Seller, stating the reason and the intention of BPCL to
terminate the Contract/Purchase order and to take other penal actions in terms of
the contract including extant policy for Suspension/ Banning of EIL/BPCL.
20.6 The Seller may also request for a personal hearing.
20.7 BPCL based on the Seller’s response to the Show Cause Notice and the personal
hearing, shall decide the action regarding Termination and/ or Suspension / Banning
or otherwise.
20.8 EIL, being the EPCM Consultant for the client in this Project reserves the right to
take action against the defaulting Seller/bidder in this tender including putting the
Seller on the Suspension/ Banning list of EIL. For this purpose, EIL may decide the
same considering the communications carried out by the client with the Seller
(including show cause notice/ personal hearing, etc.).
20.9 The decision taken as above shall apply to Termination as well as Suspension /
Banning.
20.10 In case, Purchase order awarded for the tendered work have to be terminated due
to Seller's/ supplier’s default and a separate enquiry have to be floated to get the
remaining/ complete work executed, such defaulting Seller/ supplier will not be
considered for enquiries/ tenders issued for the re-floated work/ enquiry.
20.11 Any other case as per BPCL Holiday listing policy.

21.0 REQUIREMENTS FOR DOCUMENTATION


21.1 The Contractor shall adhere to the requirements for Documentation as per EIL
Specification no. 6-78-002 attached as Annexure-XI to Special Conditions of
Contract.

22.0 GENERAL ENVIRONMENT REQUIREMENT


22.1 The CONTRACTOR has to ensure efficient use of natural resources like water, fuel
oil and lubricants. The CONTRACTOR should ensure proper awareness to workers to
maintain a green and clean environment inside/outside the plant.
22.2 The CONTRACTOR shall be responsible to arrange for the fuel requirement of his
workers and staff without resorting to cutting of trees and shrubs. Cutting of trees and
shrubs is strictly prohibited for this purpose.

23.0 ELECTRICAL CONTRACTOR’S LICENSE


23.1 The Contractor or its nominated Contractor(s), as the case may be, shall have a valid
Engineers India Limited
New Delhi

Page 226 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 17 of 31

1.1.1.1.

electrical contractor’s license for working in the State in which the job site is located.
The Contractor shall furnish a copy of the same to Engineer-in-charge before
commencement of any electrical work or work pertaining to Electrical System.
23.2 No electrical work or work pertaining to electrical system(s) shall be permitted to be
executed without a valid Electrical Contractors License being produced by the
Contractor or his nominated Contractor, as the case may be, intending to execute the
work.

24.0 MAKE OF MATERIALS


24.1 The materials required to be supplied by the CONTRACTOR under this contract shall
be procured only from EIL approved vendors. Where the makes of materials are not
indicated in the Bidding document, CONTRACTOR shall furnish the details of makes
and shall obtain prior approval of Engineer-in-Charge of vendors / sub-vendors before
placing order.

25.0 PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL BY


CONTRACTOR
25.1 The CONTRACTOR shall purchase TMT Bars, Structural Steel and Cement as per
the provisions defined in ANNEXURE-XII.

26.0 CERTIFICATE OF VERIFICATION AND GOOD CONDITION


26.1 TEST CERTIFICATES
Bidder shall be required to submit recent test certificates for the material being used
in works from the recognised laboratories. These certificates should indicate all
properties of the materials as required in relevant IS Standards or International
Standards.
CONTRACTOR shall also submit the test certificate with every batch of material
supplied which will be approved by Engineer-in-Charge. No secured advance will be
given for the materials not having test certificate. In case any test is to be carried out,
the same shall be got done in the approved laboratory at the cost of CONTRACTOR
The CONTRACTOR shall, before supply of material covered within the scope of
supply, at his own risks, costs and initiative, undertake or cause to be undertaken all
tests, analysis and inspections as shall be required to be undertaken with regard to
the materials under the specification and any codes, practices, orders and
instructions with respect thereto and shall cause the results thereof to be recorded,
reported or certified, as the case may be, and shall not offer for delivery or deliver any
material(s) which has / have not passed such tests / analysis or inspection and which
are not accompanied by the tests results, reports and / or certificates in this behalf
provided in the applicable specifications, code(s) and / or practices.
A certificate of verification and good condition in respect of such material shall be
issued by CONTRACTOR and shall accompany the invoice raised for the respective
material.
26.2 INSPECTION OF SUPPLY ITEMS / MATERIALS
All supply items/ materials shall be subject to pre-despatch inspection from any of the
approved TPI agencies (out of the list mentioned below) and shall be arranged by the

Engineers India Limited


New Delhi

Page 227 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 18 of 31

1.1.1.1.

Contractor at his own Cost (i.e., Bidders to quote prices including inspection charges
for Supply items).
Inspections and tests shall be made as per the specifications forming part of the
contract. Various stages of inspection and testing shall be identified after receipt of
Quality Assurance Programme from the Contractor/Manufacturer.
The material will be procured from EIL approved vendors and will be accepted at site
by PMC on the basis of inspection certificate issued by TPIA / Manufacturer’s Test
Reports from any of TPI agency BV/ DNV/ TUV/ CEIL/ LRS/ SGS/ GLI/ MOODY/
Bax Counsel/ Bharat Quality Engineers/ Meenar Global Consultant.
Inspection and acceptance of bought out items/ materials shall not relieve the
Contractor from any of his responsibilities under this Contract.
26.3 The CONTRACTOR shall carry out the various tests as enumerated in the technical
specifications of this bidding document and the technical documents that will be
furnished to him during the performance of the work.
26.4 All the tests either on the field or at outside laboratories concerning the execution of
the work by the CONTRACTOR shall be carried out by CONTRACTOR at his own
cost.
26.5 The work is subject to inspection at all times by the Engineer-in-Charge. The
CONTRACTOR shall carry out all instructions given during inspection and shall
ensure that the work is being carried out according to the technical specifications of
this bid document, the technical documents and the relevant codes of practice will be
furnished to him during the performance of the work.
26.6 The CONTRACTOR shall provide for purposes of inspection access ladders, lighting
and necessary instruments at his own cost.
26.7 Any work not conforming to execution drawings, specifications or codes shall be
rejected forthwith and the CONTRACTOR shall carryout the rectifications at his own
cost.
26.8 All results of inspection and tests will be recorded in the inspection reports, proforma
of which will be approved by the Engineer-in-Charge. These reports shall form part of
the completion documents.
26.9 Statutory fees paid to IBR authorities and for repeat tests and inspection due to
failures, repairs etc. such reasons attributable to the CONTRACTOR shall be borne
by the CONTRACTOR.
26.10 Inspection and acceptance of work shall not relieve the CONTRACTOR from any of
his responsibilities under this Contract.
26.11 FINAL INSPECTION
After completion of all tests as per specification the whole work will be subject to a
final inspection to ensure that job has been completed as per requirement. If any
defects noticed in the work attributable to CONTRACTOR, the CONTRACTOR at his
own cost shall attend these, as and when the Owner / EIL brings them to his notice.
The Owner / EIL shall have the right to have these defects rectified at the risk and
cost of the CONTRACTOR if he fails to attend to these defects immediately.

Engineers India Limited


New Delhi

Page 228 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 19 of 31

1.1.1.1.

27.0 SUB CONTRACTING


In additional to Clause no. 35 (sub-letting of work) of GCC, following shall also be
applicable:
27.1.1 EIL appointed CONTRACTOR may further sub-contract construction work, to the
Contractor(s) having prior proven experience of similar WORK and on specific
approval by EIL after award of WORK.
27.1.2 Following the notification of Acceptance of Bid, the CONTRACTOR will submit to the
RCM/EIC for approval the details of further Contractors as per ANNEXURE- XIII to
these Special Conditions of Contract. CONTRACTOR shall ensure that competent
and resourceful agencies with proven track record and performance should be
proposed for the work to be sub-contracted.
27.1.3 The list of further construction Contractors proposed in the Bids by the Bidders shall
be considered as indicative only. However, this shall not apply to the Contractors
whose experience has been considered for qualification, wherever permitted, as per
the Notice for Invitation for Bids (IFB).
27.1.4 The CONTRACTOR shall deploy all manpower relating to works at site, i.e., Project
Manager, Quality Control Engineers for various disciplines, Planning Engineers and
Front Line supervisors for Civil, Mechanical, Piping, Electrical and Instrumentation
works, as applicable from his Organization. Sub-contracting of above manpower
requirement shall not be permitted under any circumstances.
27.1.5 Bidder shall meet the requirement regarding deployment of Key construction
manpower as specified in the bidding document as per Annexure - IV to SCC. Bidder
shall also submit their compliance for deployment of manpower along with the bid.
Qualification and Experience of key construction personnel shall be as per
Annexure-V to SCC.

28.0 INSURANCE:
28.1 Owner will arrange Comprehensive Insurance Policy covering marine, Inland Transit
Insurance (in India) and Site Erection/Storage Insurance.

28.2 However, Bidder shall carry and maintain any and all other Statutory Insurance(s)
required under Indian Laws and Regulations, including Workmen Compensation Act
/ Employee State Insurance / Third Party Liabilities, etc. and Insurances for their
personnel & machineries engaged in performance of the work at Contractor’s own
cost. All insurances of material pertaining to the scope under such contract(s) shall
be in the scope of the contractor till permanent incorporation in the work.
Irrespective of work acceptance, the responsibility to maintain adequate insurance
coverage at all times during the period of Contract shall be that of Contractor alone.
Contractor’s failure in this regard shall not relieve /absolve them him of any of his
29.0 responsibilities and obligations under the contract.
29.0
29.0 EXTENDED STAY COMPENSATION
NOT APPLICABLE

30.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT


30.1 CONTRACTOR shall appoint radiography/ NDT agency (ies) only after acceptance of

Engineers India Limited


New Delhi

Page 229 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 20 of 31

1.1.1.1.

such agency(ies) by OWNER/EIL. However, acceptance of radiography/ NDT agency


by OWNER/EIL shall not absolve the CONTRACTOR of his responsibility to execute
radiography work as per requirements of the Contract.
30.2 CONTRACTOR shall mobilize Radiography/ NDT agency at site along with adequate
number of radiography resources/ NDT equipments & appliances, commensurate
with the welding activity and quantum of Radiography/ NDT work load to avoid delays
in Radiography/ NDT and consequent generation of back log. In the event of
generation of back log leading to Delay/ Holdup of subsequent, activities OWNER/EIL
has right to engage additional agency for carrying out the radiography at the risk and
cost of CONTRACTOR including 100% overhead charge.
30.3 Date and extent of mobilization of radiography/ NDT agency/resources shall be
agreed by the CONTRACTOR and the Engineer-in-Charge at the start of work.
30.4 Radiography Check Shots
a) To verify that radiographs are being taken on the prescribed / selected welds /
spots only, 5% of already radiographed spots (For station Piping works) shall be
selected by the Engineer-in-Charge or his designated person for check shots. The
check shots shall be taken up before any further radiography work.
b) The CONTRACTOR will be paid for the check shots at the quoted rates if no
variation is found. If mismatch / variation is found in any of the check shot as per
para a) above, CONTRACTOR shall have to take re-radiography of the entire lot
represented by mismatched check shot (a days production or more as decided by
Engineer In-Charge). In such cases, no payment will be made for the check shots
as well as the re-radiography of the entire lot represented by the check shot.
c) In the event of any non-matching / variation is observed in re-radiography of the
entire lot as per para b) above with reference to the earlier radiographs taken, the
radiography agency shall be forthright debarred from site. CONTRACTOR shall
then carryout re-radiography up to maximum of 100% of all the prescribed /
selected welds/ spots radiographed by the debarred radiography agency (as per
direction of the Engineer In-Charge) at his own cost by engaging a separate
Radiography agency acceptable to OWNER/EIL. The process for verification of
radiographs through check hots shall be continued as per para a) above from the
lots selected by the Engineer In- Charge till 2 (two) consecutive lots are found
with matching check shot radiographs to the satisfaction of EIL/ OWNER.
31.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT
31.1 HSE Compliance
31.1.1 Safety is to be given prime importance. During construction, CONTRACTOR shall
strictly follow the safety procedures, precautions & norms as per SAFETY CODE (as
per GCC), EIL specifications on Health, Safety and Environment (HSE) Management
(enclosed as Annexure-XIV) and requirement of OISD-192 & OISD-207 (enclosed as
Annexure-XV).
31.1.2 During installation, hook-up, pre-commissioning, start up and commissioning of new /
additional / modification works on existing and new Plant, CONTRACTOR shall
ensure compliance of various activities related to Safety, Health & Environment as
per applicable codes and submit the compliance report.
31.1.3 CONTRACTOR shall conduct a Safety Studies Methodology which shall be

Engineers India Limited


New Delhi

Page 230 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 21 of 31

1.1.1.1.

completed and submitted to EIL. Further, the CONTRACTOR shall implement the
findings of the Safety Studies without impact on Contract Price.
31.1.4 The CONTRACTOR shall also be responsible to comply with code requirements of
International Standard Organization (ISO), Occupational Safety & Health
Administration (OSHA), ISO-14000 series, American Petroleum Institute (API) RP
and other relevant international practices. In case of conflict between the
requirements of the various specifications and/or the requirements specified in the bid
document, the more stringent requirement shall be followed.
31.1.5 In case of noncompliance, Engineer-In-Charge shall give notice to the
CONTRACTOR. In case of repeated failure of the CONTRACTOR, Engineer- In-
Charge is free to take actions such as withholding of bills, heavy penalty etc. The
quantum of such actions will be decided by the Engineer- In- Charge, considering the
contract conditions.
31.1.6 The CONTRACTOR shall establish document and maintain an effective Health,
Safety and Environment (HSE) management system. After the award of the contract,
detailed Health, Safety and Environment (HSE) programme to be followed for
execution of contract under various divisions of works will be mutually discussed and
agreed to.
31.1.7 The CONTRACTOR should be required to:
a) Have in place a Safety Management System, approved by a recognized,
approved authority.
b) Prepare a project-specific Safety Plan for each Site
c) Implement the Safety Plans.
d) Ditto the above for Environmental Management
31.1.8 In case, CONTRACTOR fails to follow the instructions of Engineer-in-charge with
respect to above clauses, next payment due to him shall not be released unless until
he complies with the instructions to the full satisfaction of Engineer-in-charge.
31.2 SAFETY/FIRE PROTECTION
31.2.1 CONTRACTOR shall take all necessary measures to protect the work and Workmen
against accidents and occupational disease. They shall observe and comply with all
Governmental safety regulations as well as EIL’s/ BPCL’s and accepted industry
safety practices as required for this work.
31.3 Hot Work Permits
31.3.1 Notwithstanding anything contained elsewhere in the Contract, to take up hot work for
carrying out the required activities, the CONTRACTOR shall be fully responsible to
design, engineer, procure, supply, fabricate, coat wrap (in case of rigid pipeline)
transport, erect, install, pre-commission, test, commission (wherever applicable)
making the related area of plants / worksite gas free, clean and flushing with steam
and / or chemicals of the complete system and in a safe manner. BPCL / EIL shall
issue hot work permits only between dawn to dusk on CONTRACTOR’s request
keeping in view BPCL’s production programmes safety requirements and the
Contract with the provision that BPCL / EIL reserves the right to divert the
CONTRACTOR’s activities involved in his work programme.
31.3.2 It is an essential requirement that there shall be no shutdown of the operating Plant
Engineers India Limited
New Delhi

Page 231 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 22 of 31

1.1.1.1.

unless the situation so demands subject to approval of BPCL / EIL.


31.3.3 The CONTRACTOR shall be responsible for devising methods and developing
detailed procedure to realize this objective and carry out the modifications in orderly
manner.
31.3.4 CONTRACTOR shall strictly comply with all safety requirements of Hot wok permit
during permit duration failing which BPCL / EIL’s representative will have the right to
stop Hot Work and all cost and time effect thereof shall be CONTRACTOR’s account.
31.3.5 BPCL / EIL shall not issue hot work permit at site when critical activities or any other
operation during which CONTRACTOR’s working may be detrimental to the safety of
the facilities are being carried out.
31.3.6 All hot works job shall be carried out in presence of the CONTRACTOR’s safety
officer, who shall be directly responsible for carrying out the hot work job in safe and
orderly manner.
31.4 Safety Audit By BPCL / EIL
EIL/ BPCL may conduct safety Audits at any stage of project execution and before
taking over the facilities. The audit shall be based on a protocol that covers elements
which can affect the safety during execution or the safe operation of the facilities in
the CONTRACTOR’s scope of work. The protocol shall cover documentation, process
hazard analysis, fire detection and suppression system, life saving appliances and
escape routes, operating procedures, pre-startup safety review, safe work practices,
safety and shut down devices, management of change, assurances of quality and
mechanical integrity, emergency response control investigation of accidents,
personnel protective equipments, audit team which could be conducted by the EIL/
BPCL’s personnel or any agency appointed by the EIL/ BPCL for the purpose, accord
full access to site and provide all relevant information, comply with the observations
and recommendations of the audit.
The CONTRACTOR should be required to:
- Have in place a Safety Management System, approved by a recognized,
approved authority.
- Prepare a project-specific Safety Plan for each site
- Implement the Safety Plans
- Ditto the above for Environmental Management
32.0 CONSTRUCTION RIGHT-OF-USE AND PERMITS:
Owner will handover ROU in the interval of 20 kms. Only . At any moment of time
ROU to the tune of 20 km max will be handed over . The vendor has to display
sufficient progress in the first 20 km then only next 20 km ROU will be handed over .
Further in no time the maximum gap of 4.0 km will be allowed between the
subsequent activity like Stringing , Trenching , Welding , Filed Joint coating and
Lowering and TCP.

33.0 HYDROTESTING
33.1 The bidder as per the Technical specification along with their offer taking into account
the completion schedule shall furnish the detailed procedure proposed for the

Engineers India Limited


New Delhi

Page 232 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 23 of 31

1.1.1.1.

hydrostatic testing of pipeline. The necessary piping, pumps etc. shall be provided by
the contractor. The final disposal of water after testing shall be contractor's
responsibility and should be in such a way that neither the traffic movement including
pedestrians nor the standing crop in nearby fields gets affected. Suitable drains shall
be provided for this purpose as directed by the Engineer-in-Charge within the
contracted prices.

33.2 The Contractor shall propose and obtain approval of Engineer-in-Charge for exact
number of test spreads, based on drawings, availability of water for hydrotesting and
keeping in view other exigencies, if any before starting hydro testing work. The
Contractor will carryout the hydrostatic test for approved number of test spread
including preparation for test and tie-ins, without any time and cost implication on this
account to Employer/Consultant. Any increase or decrease in number of test spreads
will not have any cost implication to Owner / Consultant / Contractor.

34.0 RESPONSIBILITY OF CONTRACTOR


34.1 It shall be the responsibility of the Contractor to obtain the approval for any revision
and/or modifications decided by the Contractor from the Employer/Consultant/
Engineer-in-charge before implementation. Also such revisions and/or modifications if
accepted/ approved by the Employer/Consultant/Engineer-in-charge shall be carried
out at no extra cost to the Employer/Consultant. Any changes required during and/or
after approval for detailed construction drawings due to functional requirements or for
efficient running of system keeping the basic parameters unchanged and which has
not been indicated by the Contractor in the data/drawings furnished along with the
offer will be carried out by the Contractor at no extra cost to the Employer/Consultant.

34.2 All expenses towards mobilization at site and demobilization including bringing in
equipment, clearing the site etc. shall be deemed to be included in the prices quoted
and no separate payments on account of such expenses shall be entertained.

34.3 It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipments, scaffoldings and safety gadgets, cranes and
other lifting tackles, tools and appliances to perform the work in a workman like and
efficient manner and complete all the jobs as per time schedules.

34.4 Preparing approaches and working areas for the movement and operation of the
cranes, levelling the areas for assembly and erection shall also be the responsibility
of the Contractor. The Contractor shall acquaint himself with access availability,
facilities such as railway siding, local labour etc. to provide suitable allowances in his
quotation. The Contractor may have to build temporary access roads to aid his own
work, which shall also be taken care while quoting for the work.

34.5 The procurement and supply in sequence and at the appropriate time of all materials
and consumables shall be entirely the Contractor's responsibility and his rates for
execution of work will be inclusive of supply of all these items.

Engineers India Limited


New Delhi

Page 233 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 24 of 31

1.1.1.1.

35.0 CHECKING OF LEVELS


35.1 The Contractor shall be responsible for checking levels, orientation plan of all
foundations, foundation bolts, etc., well in advance of taking up the actual erection
work and bring to the notice of Engineer-in-Charge discrepancies, if any. In case of
minor variations in levels etc. the Contractor shall carry out the necessary
rectifications to the foundations within his quoted price.

35.2 The Contractor shall also be responsible for checking with templates, wherever
necessary, the disposition of foundation bolts with the corresponding bases of
structure and shall effect rectifications, as directed, within his quoted rate.
36.0 SUBMISSION OF COLOURED PHOTOGRAPHS
36.1 The Contractor shall shoot, prepare and submit colored photographs ( B5 size) in 2
sets along with softcopies to EIL site office along with monthly progress report
covering all the activities (Minimum ten no. photographs covering various phases of
each activity) of pipeline constructions highlighting the progress or other areas of
work. Similarly photographs for problem areas (as required) should be submitted well
in advance with a proposed methodology to execute the works and meet the
construction schedule. The cost of same shall be deemed to be inclusive in the rates
and no separate payment shall be made.
37.0 VIDEOGRAPHY
37.1 Contractor shall develop and submit (in CD / Pen Drive) a videotape of three hours
duration covering the construction activities showing the nature and magnitude of the
work. The tape shall be shot and edited to Indian broadcast standards. Videotape
recorded in field shall be shot by professional camerapersons and shall meet the
technical standards of the Hi-8 format or better. Tape shall cover, but not be limited to
the following construction activities:
- Mobilisation of equipment/ machinery ROW cleaning/grading
- Trenching
- Stringing
- Welding: Manual, Semi-Automatic
- Automatic welding
- Auto UT
- Radiography
- Joint Coating
- Pipe laying
- Back filling
- River
- Crossings
- Rail/Road/Canal crossings
- Hydro testing Pre-drying and drying
- Restoration of ROU
- Laying of optical fibre cable
- Various construction and installation at sectionalizing valve stations
- etc

37.2 Videotape shall also have coverage on new/special techniques used in the Contract
and major problems encountered, if any, and the measures taken to resolve them.

Engineers India Limited


New Delhi

Page 234 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 25 of 31

1.1.1.1.

The tape shall be supplemented with suitable narration and subtitles explaining the
job, techniques and methodology, etc. The video shall be prepared with two narration
tracks, one in Hindi one in English. Professional narrators shall voice both. The script
shall include explanations of job activities, techniques used methodologies etc.
Elements of the video programme sequencing and editing techniques shall be
discussed with Employer/Consultant and mutually agreed to before videotaping
begins.

Draft script shall be submitted to Employer/Consultant for approval before editing


commences.

37.3 Following completion of editing and review and approval of programme by


Employer/Consultant, Contractor shall deliver edited master tape to
Employer/Consultant plus six VHS-Format copies of the programme.
38.0 PIPES FOR WELDING QUALIFICATION
38.1 For the purpose of qualification of welding procedure, operators, Contractor may use
the same pipes issued by Employer/Consultant. However, accounting of such pipes
shall be done within the unaccountable wastage and scraps limit as per Annexure-X
to SCC enclosed with the bidding document.

38.2 The bare pipes for the purpose as above shall be issued within two week from the
date of FOI/FOA. The contractor shall bear all cost towards lifting, carting from issue
point to work site/ Contractor’s store, custody, handling, insurance and levies etc. and
return of surplus/scrap materials to employer designated storage point. No separate
payment shall be made for such expenditure.
39.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT

39.1 In order to govern welfare and working conditions of labourers engaged in


construction activities, the Building and other Construction Workers‟ (Regulation of
Employment and Conditions of Service “RE &CS”) Act, 1996 came into force. RE&CS
Act‟1996 is applicable in respect of building and other construction work. Wherever
applicable, The CONTRACTOR shall strictly comply with the following provisions
pertaining to RE &CS Act‟1996.
a. The CONTRACTOR must be registered with the concerned authorities under
the Building and Other Construction Workers‟ (RE&CS) Act, 1996 or in case
of non- registration; the CONTRACTOR should obtain registration within one
month of the award of contract.

b. The CONTRACTOR shall be responsible to comply with all provisions of the


Building and Other Construction Workers‟ (RE&CS) Act, 1996, the Building
and Other Construction Workers‟ Welfare Cess Act, 1996, the Building and
other Construction Workers‟ (RE&CS) Rules, 1998 and the Building and Other
Construction Workers Welfare Cess Rules, 1998.

c. Contractor shall assess and inform BPCL for BOCW Cess at the applicable
rate under the Act and such amount shall be directly paid by BPCL to relevant
statutory authority. The Contractor shall be responsible to submit periodic and
final Assessment Return of the Cess to the Assessing Officer as per

Engineers India Limited


New Delhi

Page 235 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 26 of 31

1.1.1.1.

provisions of the Act. Bidder/ Contractor shall not consider BOCW Cess while
quoting their prices.

Bidder/ Contractor shall also indicate the BOCW Cess in their Invoice
separately to facilitate payment to the statutory authority.
40.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND
PRADHANMANTRI JEEVAN JYOTI BIMA YOJANA (PMJJBY):
40.1 Contractor shall ensure that all its personnel deployed under this contract have
obtained additional insurance coverage under the Pradhan Mantri Suraksha Bima
Yojana (PMSBY) and Pradhan Mantri Jeevan Jyoti Bima Yojana (PMJJBY) through
the participating banks and submit the proof of such insurance coverage to the
satisfaction of BPCL. The cost of the insurance premium amount for both the above
schemes shall be borne by the contractor giving evidence/proof to BPCL in this
respect and Contractor shall suitably consider the same in their bid. Both the
schemes are to be regulated continuously on yearly basis and the same should be
renewed on each successive relevant date in subsequent years.
41.0 EXCAVATION BY BLASTING
41.1 The Contractor shall obtain license from the District authorities for undertaking
blasting work as well as for obtaining and storing the explosive as per Explosive
Rules 1940, corrected up to date. He shall purchase the Explosives, fuses,
detonators etc. only from a licensed dealer. He shall be responsible for the safe
custody and proper accounting of the explosive materials. The Engineer-in-Charge
and his authorized representative shall have the access to check the contractor's
store of explosives and his accounts. In case where the explosive are required to be
transported and stored at site, relevant clauses of the Explosive rules 1940 as
amended subsequently shall apply. The Contractor shall be responsible for any
accident to workman, public or property, due to blasting operations.
42.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM

The following schedules/documents/reports shall be prepared and submitted by the


Bidder/Contractor for review/approval at various stages of the contract.

42.1 After the Award of Contract


a) Time Schedule
The Completion Time Schedule for the work (including mobilization period) as per IFB
in all respect, from the date of issue of Letter of Acceptance.
The Bidder is required to submit a Project Time Schedule in Primavera. The Schedule
shall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the
Bid Document. The Owner interface activities shall be clearly identified with their
latest required dates. Owner reserves the right to disqualify the Bidder if the above
Schedule submitted by the Bidder is not in line with the overall Project requirement.

b) Scheduling & Monitoring System


The Bidders should describe their system of Project Scheduling and monitoring, the
extent of computerization, level of detailing, tracing methodology etc. with the name
of computer package and sample outputs.

Engineers India Limited


New Delhi

Page 236 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 27 of 31

1.1.1.1.

c) Overall Project Schedule


The Contractor shall submit within 1 week of Fax of Acceptance, a sufficiently
detailed overall Project Schedule in the activity network form, clearly indicating the
major milestones, interrelationship/ interdependence between various activities
together with analysis of critical path and floats.

The network will be reviewed and approved by Engineer- in-Charge and the
comments if any shall be incorporated in the network before issuing the same for
implementation. The network thus finalized shall form part of the contract document
and the same shall not be revised without the prior permission from Engineer-in-
Charge during the entire period of contract.
d) Progress Measurement Methodology
The contractor is required to submit within 1 week of award of WORK, the
methodology of progress measurement of sub-ordering, manufacturing/ delivery, sub-
contracting construction and commissioning works and the basis of computation of
overall services/physical progress informed. Owner reserves the right to modify the
methodology in part or in full.

e) Functional Schedules
The contractor should prepare detailed functional schedules in line with network for
functional monitoring and control and submit scheduled progress covers for each
function viz. ordering, delivery and construction.

42.2 Project Review Meetings


The Contractor shall present the programme and status at various review meetings
as required.

a) Weekly Review Meeting


Level of : Contractor’s/ Consultant’s
RCM/ Participation Site In charge & Job Engineers.

Agenda : a) Weekly programme v/s actual achieved in the past


week & programme for next week.
b) Remedial Actions and hold up analysis.
c) Client query/ approval.
Venue : Site Office

b) Monthly Review Meeting

Level of : Senior Officers of BPCL/EIL and Contractors


Participation.
Agenda : a) Progress Status/ Statistics
b) Completion Outlook
c) Major hold ups/slippages
d) Assistance required
e) Critical issues
f) Client query/ approval

Engineers India Limited


New Delhi

Page 237 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 28 of 31

1.1.1.1.

Venue : BPCL/EIL Office/ Site at the discretion of Owner/ EIL

42.3 Progress Reporting Proforma

A) Monthly Progress Report

This report shall be submitted on a monthly basis within 10 (ten) calendar days from cut-off
date, as agreed upon covering overall scenarios of the work. The report shall include, but not
limited to the following:
a) Brief Introduction of the work.
b) Activities executed/ achievements during the month.
c) Schedule versus actual percentage progress and progress curves for Detail
Engg. Sub-ordering, Manufacturing/ Delivery, Sub-contracting, Construction,
Commissioning and Overall and quantum wise status & purchase orders
against schedule.
d) Area of concern/ problem/ hold-ups, impacts and action plans.
e) Resources deployment status.
f) Annexures giving status summary for drawings, MRs, deliveries, sub-
contracting and construction.
g) Procurement status for items to be supplied by Contractor.

B) Weekly Reports

The report will be prepared and submitted by the Contractor on weekly basis and will cover
following items:
a) Activities programmed and completed during the week.
b) Resource deployed men and machines.
c) Quantities achieved against target in construction
d) Record of Mandays lost.
e) Construction percentage progress schedule and actual.

C) Daily Reports
a) Activity programme for the day
b) Progress of the previous day and commutative progress.
c) Manpower & machinery deployed.

D) Any other additional reports/ information as may be required by E.I.C.

42.4 Progress Reports

CONTRACTOR shall make every effort to keep the OWNER adequately informed as
to the progress of the WORK throughout the CONTRACT period.

CONTRACTOR shall keep the OWNER informed well in advance of the construction
schedule so as to permit the OWNER to arrange for requisite inspection to be carried
out in such a manner as to minimize interference with progress of WORK. It is
imperative that close coordination be maintained with the OWNER during all phases
of WORK.

42.5 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a
Engineers India Limited
New Delhi

Page 238 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 29 of 31

1.1.1.1.

detailed report covering the progress as of the last day of the previous month. These
reports will indicate actual and scheduled percentage of completion of construction as
well as general comments of interest or the progress of various phases of the WORK.
The frequency of progress reporting by the CONTRACTOR shall be weekly.

42.6 Once a week, CONTRACTOR shall submit a summary of the WORK accomplished
during the preceding week in form of percentage completion of the various phases of
the WORK, to the OWNER.

42.7 Progress reports shall be supplied by CONTRACTOR with documents such as chart,
networks, photographs, test certificate etc. Such progress reports shall be in the form
and size as may be required by the OWNER and shall be submitted in at least 3
(three) copies.

42.8 Contractor shall prepare daily progress report (DPR) in the desired format and submit
it to Engineer-in-charge along with schedule of next day to Engineer-in charge.
43.0 AHR ITEMS

43.1 Where the quoted rates for the items exceed 25% of the estimate rates, such items
will be considered as Abnormally High Rates (AHR) items and payment of AHR items
beyond the SOR stipulated quantities shall be made at the lowest amongst the
following rates:

i) Rates as per SOR, quoted by the Contractor/Bidder.


ii) Rate of the item, which shall be derived as follows:
a. Based on rates of Machine and labour as available from the contract (which
includes contractor’s supervision, profit, overheads and other expenses).
b. In case rates are not available in the contract, rates will be calculated based
on prevailing market rates of machine, material and labour plus 15% to cover
contractor’s supervision profit, overhead & other expenses.
44.0 LIQUIDATED DAMAGES FOR DELAY
Clause no. 22.0 of GCC, pertaining to Liquidated Damages for Delay stands modified
to the following extent:
44.1 The contractual completion period is as given in the Invitation for Bids and subdivided
into two parts:
a) Mechanical Completion within 10 (Ten) months for Part A, B &D / 09 (Nine) months
for Part C from the date of issue of Letter of Acceptance.

b) PCP Works (including interference survey and its mitigation, Documentation and
submission of ROU NOCs) within 6 (six) months from date of Mechanical Completion
for Parts A & D.

44.2 The LIQUIDATED DAMAGES under 44.1 above shall be applied as under:

In case of delay in works related to clause 44.1 a): at the rate of ½ % of the {total
contract value excluding value of the PCP works (* Refer Note 1 to clause 44.2)} per
week of delay or part thereof subject to maximum of 5% of the {total contract value
excluding value of the PCP works (* Refer Note 1 to clause 44.2) }

Engineers India Limited


New Delhi

Page 239 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 30 of 31

1.1.1.1.

In case of delay in works related to clause 44.1 b): at the rate of ½ % of the Total
Contract Value for the PCP works per week of delay or part thereof subject to
maximum of 5% of the Total Contract Value for the PCP works.

Note1: - For the consideration of Total Contract Value of the PCP works following
SOR line items shall be taken into account.

Part A (SOR item No of PCP works) Part D (SOR item No of PCP works)

01CT.MA2.1 01CT.MB2.1

01CT.MA4.1 01CT.MB4.1

01CT.MA4.2 01CT.MB4.2

01CT.MA4.3 01CT.MB4.3

01CT.MA4.4 01CT.MB4.4

01CT.MA4.5 01CT.MB4.5

44.3 The quoted Price for PCP Works for the Parts A & D shall not be less than 3% (Three
Percent) of the Total Quoted Price .

44.4 The total liability of the Contractor to Employer/ Consultant under sub clause no. 44.1
on Delay shall not exceed 5% (Five Percent) of contract value. The compensation on
account of any liability(ies) other than above shall be as per provisions of Bidding
Documents.
45.0 PLANNING AND DESIGNING IN PURVIEW OF VULNERABILITY ATLAS OF INDIA
Vulnerability Atlas of India (VAI) is comprehensive document which provides
existing hazard scenario for the entire country and presents the digitized State/UT-
wise hazard, maps with respect to earthquakes, winds and floods for district-wise
identification of vulnerable areas. It also includes additional digitized maps for
thunderstorms, cyclone and landslides. The main purpose of this Atlas is its use for
disaster preparedness and mitigation at policy planning and project formulation stage.
This Atlas is one of its kind single point source for the various stakeholders including
policy makers, administration, municipal commissioners, urban managers, engineers,
architects, planners, public etc. to ascertain proneness of any city/location/site to
multi-hazard which includes earthquakes, wind, floods thunderstorms, cyclones and
landslides. While project formulation, approvals and implementation of various urban
housing, buildings and infrastructures schemes, this Atlas provides necessary
information for risk analysis and hazard assessment.

The vulnerability Atlas of India has been prepared by Building Materials and
Technology Promotion Council under Ministry of Housing and Urban Affairs,
Government of India and available at their website www.bmtpc.org.

It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard risk
assessment and include the relevant hazard proneness specific to project location
while planning and designing the project in terms of:

Engineers India Limited


New Delhi

Page 240 of 4779


Name of Work: PIPELINE LAYING AND HDD
SPECIAL CONDITIONS OF CONTRACT
WORKS

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 31 of 31

1.1.1.1.

i) Seismic zone (II to V) for earth quakes,


ii) Wind velocity (Basic Wind Velocity: 55, 50, 47, 44, 39 & 33 m/s)
iii) Area liable to floods and Probable max. surge height iv) Thunderstorms
history
v) Number of cyclonic storms/ severe cyclonic storms and max sustained wind
specific to coastal region
vi) Landslides incidences with Annual rainfall normal vii) District wise Probable
Max. Precipitation

Engineers India Limited


New Delhi

Page 241 of 4779


MASTER INDEX TO SCC

Sl. No Annexure Description

1 Annexure I TIME FOR COMPLETION

2 Annexure II TERMS OF PAYMENT

3 Annexure III MEASUREMENT OF WORKS

4 Annexure IV MINIMUM DEPLOYMENT OF MANPOWER

5 Annexure V QUALIFIED AND EXPERIENCE OF KEY CUSTOMER


PERSONNEL AND PENALTY FOR THEIR NON-MOBILIZATION

6 Annexure VI QUALITY MANAGEMENT SYSTEM

7 Annexure VII MINIMUM CONSTRUCTION EQUIPMENT

8 Annexure VIII RATE HIRING/ RECOVERY RATE FOR EQUIPMENT

9 Annexure IX CALIBRATION REQUIREMENTS OF MONITORING AND


MEASURING DEVICES AT CONSTRUCTION SITE

10 Annexure X CONDITIONS FOR ISSUE AND RECONCILIATION OF


MATERIALS

11 Annexure XI DOCUMENTATION REQUIREMENT FROM SUB-CONTRACTOR

12 Annexure XII PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL


STEEL BY SUB- CONTRACTOR

13 Annexure XIII FORMAT FOR OBTAINING SUB-CONTRACTOR’S APPROVAL.

14 Annexure XIV SPECIFICATIONS ON HEALTH, SAFETY AND ENVIRONMENT


(HSE) MANAGEMENT

15 Annexure XV OISD-192 & 207

16 Annexure A TAXES & DUTIES

Page 242 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

[ANNEXURE - I TO SPECIAL CONDITIONS OF CONTRACT]

PART TIME FOR COMPLETION

Mechanical Completion within TEN (10) Months from the date of issue of Letter of
Part A
Acceptance plus TWO (2) months for Commissioning assistance.

Mechanical Completion within TEN (10) Months from the date of issue of Letter of
Part B
Acceptance plus TWO (2) months for Commissioning assistance.

Mechanical Completion within NINE (9) Months from the date of issue of Letter of
Part C
Acceptance plus TWO (2) months for Commissioning assistance.

Mechanical Completion within TEN (10) Months from the date of issue of Letter of
Part D
Acceptance plus TWO (2) months for Commissioning assistance.

Mechanical Completion: Within TEN (10) / Nine (9) Months as defined above for respective
schedule from the date of issue of Letter of Acceptance.

All balance works post mechanical completion comprising completion of Pre-commissioning,


Commissioning Assistance, As-built Documentation: TWO (02) Months from the date of
Mechanical Completion as defined above.

Permanent Cathodic Protection (PCP) Completion including interference survey and its
mitigation, Documentation related to it and submission of ROU NOCs: Within SIX (06) months
from date of Mechanical Completion as defined above for Part A and D.

Common Notes for all Spreads:


1. Mechanical Completion shall include pipeline laying, hydro testing, restoration, EGP (including
Dig verification & repairs of dents (if any)) and pipeline ready for commissioning in all respects.
2. The aforementioned time of mechanical completion shall be inclusive of mobilization period,
intervening monsoon period.

Engineers India Limited


New Delhi

Page 1 of 1

Page 243 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

TERMS OF PAYMENT

[ANNEXURE - II TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 244 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

TERMS OF PAYMENT

a. Payments shall be made to the contractor as per the “Terms of Payment” as defined in Annexure-II to SCC.

b. 75% payment of the Running Account bill (RA bill) shall be released within 15 calendar days of receipt of RA
bill duly certified by Engineer-in-charge (EIC) and the balance payment shall be released within 30 days of
receipt of RA bill by EIC after detailed scrutiny. Above procedure to be followed till the pre-final bill is paid.

TERMS OF PAYMENT

Pending completion of the whole works, provisional progressive payments for the part of work executed by the
contractor shall be made by Owner on the basis of said work completed and certified by the Owner's representative
as per the agreed milestone payment schedule and the percentage break-ups given below.

Contractor shall submit invoices to the Owner's representative fortnightly in the manner as instructed by Owner.
Each invoice will be supported by documentation acceptable to Owner and certified by the Owner's representative.

Payments made by owner to the contractor for any part of the work shall not deem that the Owner has accepted
the work. All payments against running bills are advance against the work and shall not be taken as final acceptance
of work / measurement carried out till the final bill. Owner will release payment through e-payments
only as detailed in the bidding document.

Payment will be made against Running Account bills for the work done on the basis of accepted unit rates as per
contract in the following manner: -

1. LAYING OF PIPELINE / INSTALLATION


100 % Payment will be made as below: -

1.1. 10 % progressively on completion of site development, staking, clearing and grading of ROU.
1.2. 10% progressively on completion of trenching by excavation.
1.3. 15 % progressively on completion of field welding & NDT.
1.4. 20% progressively on completion of lowering & post padding
1.5. 5% on TCP work completion
1.6. 10 % progressively on completion of laying of HDPE Duct, jointing & testing, warning mat & back filling.
1.7. 5 % on completion of Tie-ins, backfilling of tie-ins, OFC blowing and establishing continuity by OTDR testing.
1.8. 10 % progressively on completion of hydro testing & dewatering & swabbing.
1.9. 5% on Completion of Restoration of ROU & Installation of markers
1.10. 5 % on completion of SV installation, EGP (for respective individual spreads), Dig verification & repair of
the same and mechanical completion
1.11. 2% on completion of Pre-commissioning activities including compliance of check list points of Internal
audit & Statutory body (OISD/PESO/PNGRB) & As-Built drawings & all other drawings / documents as per
Contract
1.12. 1 % on completion of Commissioning
1.13. 2 % on obtaining NOC from all the statutory authorities/ NOC for ROU restoration from landowners and
completion of PCP including all surveys (CIPL/CAT/DCVG) as applicable.

Engineers India Limited


New Delhi

Page 245 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

The above progressive payments are subject to deductions towards income tax & other recoveries as applicable.

2. CROSSING BY HDD METHOD

2.1. 2 % On submission of survey reports after completing of preconstruction survey and approval of design
documents for carrying out HDD
2.2. 3% On obtaining permissions/work permit/approval from jurisdictional authorities for carrying out HDD
2.3. 10% On Positioning of HDD Machine (including accessories & drill pipe) and ready to start pilot drilling at
Site.
2.4. 20% On Completion of Pilot Hole of mainline HDD string
2.5. 10% On completion of Pipe String, pre Hydrotest and Joint Coating of Line Pipe
2.6. 20% On completion of Pulling of Line Pipe
2.7. 5% On completion of Stringing, Welding and Epoxy coating of CS Conduit for OFC
2.8. 5% On completion of Pulling of CS Conduit for OFC
2.9. 5% On Completion of Post- Hydro testing of HDD section
2.10. 5% On Completion of Tie-In of HDD section with Main Pipeline
2.11. 5% On Restoration & removal of bentonite to the satisfaction of EIL/BPCL Engineer-In Charge and
obtaining all NOC’s from landowners / jurisdictional authorities as applicable
2.12. 10% On demobilization, submission of Performance Bank Guarantee, finalization of material
reconciliation and submission of As built drawings/documents duly certified by Engineer-In Charge.

3. CROSSING BY JACKING/ BORING METHOD (CASED CROSSING)

3.1 22” CASING PIPE FOR PIPELINE


3.1.1 30% on supply of casing pipe.
3.1.2 30% upon installation of Casing Pipe, Vent Pipe and Drain Pipe across crossing.
3.1.3 30% after pre-testing & insertion of carrier pipe along with insulators and end seal & checking integrity of
casing with carrier pipe ( meggering).
3.1.4 5% after Tie-in , post hydro-test and continuity test.
3.1.5 5% on completion of all boring works including associated CP works.

3.2 6” CS CONDUIT FOR OFC


3.2.1 30% on supply of casing pipe.
3.2.2 40% upon installation of Casing Pipe.
3.2.3 20% after installation of HDPE duct
3.2.4 5% after blowing of OFC and continuity test.
3.2.5 5% on completion of all works.

4. CATHODIC PROTECTION
The payment for Temporary Cathodic Protection Systems shall be made based on actual measurement of Pipeline in
KM. Accordingly, the Lumpsum Price for Temporary Cathodic Protection System & Permanent Cathodic Protection
Systems shall be considered and payable on pro-rata basis as per following break-up.

Engineers India Limited


New Delhi

Page 246 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

4.1 Temporary CP
4.1.1 10% on approval of design of TCP system.
4.1.2 30% progressively on receipt of equipment / materials at site and verification of test certificate, inspection
release notes.
4.1.3 30% on installation of the system progressively.
4.1.4 25% on testing, commissioning & monitoring of CP System.
4.1.5 5% on completion of all activities & their acceptance. Submission of final documents including monthly
monitoring reports, final bill & acceptance of this by Owner thereafter for successful closure of work order.

4.2 Permanent CP
4.2.1 10% on approval of design of PCP system.
4.2.2 40% progressively on receipt of equipment / materials at site and verification of test Certificate, inspection
release notes.
4.2.3 10% after arranging land for anode beds.
4.2.4 10% on installation of the system progressively including CP panel & anode bed.
4.2.5 5% on testing and commissioning of PCP System
4.2.6 10% after completion of CIPL and CAT survey.
4.2.7 5% after completion of DCVG survey and repair of coating defects.
4.2.8 5% on completion of interference survey and mitigation measures.
4.2.9 5% on completion of all activities & their acceptance. Submission of final documents, final bill & acceptance of
this by Owner thereafter for successful closure of work order.

5. MECHANICAL & PIPING WORKS

5.1 Aboveground piping (Station piping)


5.1.1 30% against receipt of all major materials ( i.e flow tee, valves, IJ, pipes) at site as per approved bill of materials
(BOM shall be prepared by the Contractor on the basis of the furnished Piping GAs, PIDs and approved by the
Engineer In-Charge for procurement of materials).
5.1.2 10% against receipt of all balance materials ( i.e fittings, flanges, gaskets etc) at site as per approved bill of
materials (BOM shall be prepared by the Contractor on the basis of the furnished Piping GAs, PIDs and approved by
the Engineer In-Charge for procurement of materials).
5.1.3 25% After the piping is fabricated.
5.1.4 20% After erection, alignment and welding including completion of radiography and other examinations, repair
of weld if any, and re-radiography & other repeat examination and final approval.
5.1.5 10% After lines are flushed, pressure tested, drained and dried.
5.1.6 5% After completion of the relevant item of work in all respects
5.2 Underground piping (Station piping)

5.2.1 40% against receipt of all materials at site as per approved bill of materials (BOM shall be prepared by the
Contractor on the basis of the furnished Piping GAs, PIDs and approved by the Engineer In-Charge for procurement
of materials).

5.2.2 30% After fabrication of pipe sections, welding, completion of radiography and other examinations, repair of
weld, if any and re-radiography & other repeat examination and final approval.
5.2.3 15% After painting / coating, inspection of painting / coating, laying in trenches and backfilling.
5.2.4 10% After lines are flushed, pressure tested, drained and dried.
5.2.5 5% After completion of the relevant item of work in all respects.
Engineers India Limited
New Delhi

Page 247 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

5.3 Erection of pig launcher & receiver along with Jib crane, trolley (within DT, IP and RT stations)

5.3.1 60% After placing the pig launcher & receiver along with jib crane, trolley on supports, aligning, checking,
flanging up or welding with the pipe.
5.3.2 30% After hydrostatic testing.
5.3.3 10% After completion of the relevant item of work in all respects

6. STRUCTURAL WORKS
6.1 60% Against receipt of materials at site as per approved bill of materials (BOM shall be prepared by the
Contractor on the basis approved design & drawings and approved by the Engineer In-Charge for procurement of
materials).
6.2 30% After cutting, welding, fabrication, hoisting, erection, placing in position, priming and painting as per
Technical Specifications and approved fabrication/ structural drawings.
6.3 10% After completion of the relevant item of work in all respects

7. OFC LAYING AND ASSOCIATED WORKS

7.1 55% price against laying of the Optical Fibre Cable (OFC) through the HDPE duct by blowing method along with
all its associated works, pre-laying testing of owner supplied OFC etc. as per specifications.
7.2 10% price on erection of Pits (OFC Blowing / Pull Pits/Jointing Transition) as per specifications.
7.3 10% price on jointing of OFC and installation of jointing closures, Electronic markers & OFC joint markers.
7.4 20% against testing of installed 40mm HDPE duct, Optical Fibre Cable as per specifications, submission of test
results & OTDR traces and handing over the installed HDPE duct and Optical Fibre Cable within the acceptable losses
limits to the Owner.
7.5 5% against completion of all works in all respects and submission of As-built drawings/documents and Final
documentation.

8. FOR ALL OTHER ITEMS NOT COVERED ABOVE THE PAYMENT SHALL BE MADE AS BELOW

For Items including Supply and Installation

50% on receipt and acceptance of material at site.


30% on erection of material at site.
15% on completion of all activities including testing and their acceptance.
5% on submission of final documents, including As-built drawings / final dossier as applicable, final bill and
acceptance of these by owner.

For items including only installation

90% progressively on completion of activity including all works.


10% progressively on completion of all activities including Testing and their acceptance, submission of final
documents, including As-Built Drawings, final bill and acceptance of these by owner.

Engineers India Limited


New Delhi

Page 248 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

NOTE:

1. No mobilization advance shall be paid to the CONTRACTOR.


2. The above payment terms commensurate with the work executed.
3. The above progress payments are subject to deductions towards income tax, Corporate Tax, TDS on GST and
other deductions as applicable as per terms of the Contract.
4. Withholding Tax at the prevailing rate shall be deducted as per the Indian Income Tax Act. TDS certificate shall be
issued by the Owner.
5. Completion certificate is the certificate issued after attending the defects prior to taking over as specified in the
General Conditions of Contract. In case separate nomenclature is provided for Completion certificate in GCC for
various clients, the same shall be replaced by that certificate accordingly.
6. Part completion certificate whenever essential (in case of job in multi units, offloading case etc.) shall be issued
with due concurrence from competent authorities to facilitate release of Final payment.
7. Wherever milestone payment has been recommended on receipt and acceptance of material, the same shall be
released against “Incoming Material Inspection Report” issued by WPIL. Engineer-in-shall release the progressive
payment towards supply in such a way ensuring that the total quantity against which the payment is released
towards supply shall not exceed the final installed quantity of the item.

Engineers India Limited


New Delhi

Page 249 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 1 of 8

MEASUREMENT OF WORK

[ANNEXURE - III TO SPECIAL CONDITIONS OF


CONTRACT]

Page 250 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 2 of 8

MEASUREMENT OF WORK
1.0 GENERAL
1.1 The mode of measurement shall be as per the details mentioned in this Annexure.
1.2 In case of discrepancy between measurement of work specified in this Annexure,
Standard Specification/ Job Specification, Schedule of Rates etc., precedence shall be
given in following order:
a) Measurement of works as per this Annexure of SCC.
b) Measurement of works as mentioned in Standard Specification/Job Specification.
c) Measurement of works in accordance with item description of relevant item
mentioned in Schedule of Rates.
d) In case the clarity is not in the above documents, then it shall be as per BIS and if
it does not exist in BIS also, then Measurement of works shall be as decided by
Engineer-in-Charge.
1.3 Payment will be made on the basis of joint measurements taken by CONTRACTOR and
certified by Engineer-in-Charge.
1.4 Wherever work is executed based on instructions of Engineer-in-Charge or details are not
adequate in the drawings, CONTRACTOR shall take physical measurements in the
presence of Engineer-in-Charge.
1.5 Measurements will be made on the basis of following units indicated in unit column of
schedule of rates.
a) Weights MT or Kg
b) Length KM/M (Metre)/ CM(Centimetre)/ MM (Millimetre)
c) Number No.
d) Volume Cu.M
e) Area Sq.M
1.6 Wherever the unit of items has been indicated as lump sum, the payment shall be made
on lump sum basis after completion of work and mode of measurement shall not be
applicable for such items.
2.0 PIPING AND RELATED WORK

Measurement of above ground and underground piping shall be done in the following
manner:

2.1 Fabrication of Piping

(i) Measurement for fabrication of pipe shall be done on the basis of Inch. dia (the
nominal diameter of pipe in 'Inches' multiplied by number of weld joints). All
pre‐fabrication work (including transportation of materials to site, fit up, shop weld,
fabrication of spool pieces for erection) as well as all piping welding in situ are
covered in Inch. dia. of fabrication. This shall include all types of BUTT‐welding
e.g. GTAW, SMAW.

(ii) Payment shall be made based on the unit rate against following diameter range of
pipes and type of welds, under the headings of pipe metallurgy (CS/AS/SS etc.,
separately for IBR/NIBR and thickness upto 10 MM/10‐20 MM/20‐30
MM/30‐40MM etc.).
(a) Butt Welds
Upto 1‐1/2" NB
2" to 6" NB

Page 251 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 3 of 8

8" to 14" NB
16" to 24" NB
26" to 36" NB
38" to 48" NB
50" to 60" NB
Above 60" NB
(b) Fillet Welds
Upto 1‐1/2" NB
2" to 6" NB
8"to14"NB
16" to 24" NB
26" to 36" NB
38" to 48" NB
50" to 60" NB
Above 60" NB

(iii) Total welding for slip on flanges shall be accounted as one single joint per flange.
(iv) Seal welds, wherever required shall not be counted under weld joints.
(v) No separate payment shall be made for welding involved in pipe supports.
(vi) Branch welds shall be considered under butt welds

2.2 Erection of Piping


(i) Measurement will be done based on Inch. Meter (the nominal diameter of pipein
'Inches' multiplied by the installed length of piping in 'Meters') as per execution
drawing. Inch. Meter shall include all work pertaining to Erection of Fabricated
spools/straight lengths, providing vent, drains, instrument tapings, alignment,
hydro‐testing and all other activities required as per item description, but not
covered in scope under Inch. dia.

(ii) Payment shall be made based on the unit rate against following diameter range of
pipes:
Upto 1-1/2" NB
2" to 6" NB
8" to 14" NB
16" to 24" NB
26" to 36" NB
38" to 48" NB
50" to 60" NB
Above 60" NB
(iii) All lines shall be measured along the centre lines of pipes, curvilinear centre lines
of bends and elbows, centre line of flanges and all other fittings such as tees,
reducers, expansion joints etc. all in line instruments, line mounted fittings,
ejectors, eductors, mixers, sight glasses, trays, filters, desuperheaters etc. Length
of all types of valves except socket weld valves upto 1-1/2" shall be excluded in
this measurement. However, no separate payment for socket weld valves upto 1-
1/2" size shall be made and the quoted rates for piping shall be deemed to include
the same.

REMARKS:
1. Measurement of following items shall be in linear Running meter
basis/Lumpsum basis, as applicable:
i) Clad steel piping
ii) Cement lined piping
iii) Rubber lined piping
iv) Teflon lined piping
v) Plastic piping (HDPE etc.)
vi) Galvanised piping
vii) Jacketed piping

Page 252 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 4 of 8

viii) Steam Tracers


ix) Tubing

2. Measurement of following items shall be on number basis:


i) Piping Specials like Mitres & Fabricated Reducers
ii) Reinforcement pads

2.3 The socket weld fittings shall be supplied to the CONTRACTOR as per the requirements
of the drawings. All other hot/cold bends, reducers etc. for size 1-1/2" and below shall be
fabricated and erected as per requirements by the CONTRACTOR at no additional cost
and his rates for piping of size 1-1/2" and below shall be inclusive of this work.

2.4 The forged tees shall be supplied to the CONTRACTOR as per the requirement of the
drawings. All other branch connections including reinforcement pads shall be
accomplished by pipe to pipe connections. The rates quoted for piping shall be inclusive of
making branch connections. The reinforcement pads shall be measured separately.

2.5 Vents and drains shall be measured from O.D. of pipe lines and shall be paid for at the
corresponding unit rates for similar sizes of pipe. Other piping attachment such as
couplings, earthing lugs etc. shall be supplied & erected by the CONTRACTOR within his
quoted rates for piping. However, vents and drains required temporarily for flushing and
testing shall be provided by the CONTRACTOR at their cost.

2.6 Fabrication of spool pieces for temporary use to aid CONTRACTOR's work such as
fabrication, erection, flushing and testing of piping etc. shall be done by CONTRACTOR at
his cost as part of piping work and no separate payment shall be made for the same.

2.7 In case of branch piping, the measurement shall be made from outer surface of the main
line except in case of equal size branches, in which case measurement shall be made
from centre line of the branching header.

2.8 As regards safety valves, size of valves will be identified by inlet pipe size.

2.9 Reducers will be paid alongwith piping of larger dia- meter except in the case of funnels
where they are welded only to the smaller diameter pipe, for which payment will be made
alongwith piping of such smaller dia.

2.10 All piping attachments such as couplings, orifice plates, steam traps, strainers, earthing
lugs etc. shall be provided by the CONTRACTOR as part of piping erection work and no
separate payment will be made for the same.
2.2 Fabrication of Specials

2.2.1 For fabrication of mitre bends and reducers (concentric & eccentric) from the pipes/ Steel
plates/ fabricated pipes to be supplied by EIL free of cost, payment will be made on
numbers of such specials at the rates given separately in Schedule of Rates. The unit rate
shall be inclusive of tests such as DP/ MP as mentioned in item description of an item.
However, the erection of mitre bends and reducers shall be part of piping erection work
and the rates for piping will be inclusive of this work.

2.3 Valves

2.3.1 All types of valves such as gate/ globe / check / plug / needle/ ball/ control/ safety valves/
Gate Valves/ Butterfly valves etc. will be measured and paid on number basis at the rates
given in the Schedule of Rates. Dismantling and re-erection of the valves required for the
purpose of testing, calibration etc. shall not be considered for measurement as same are
to be carried out by the CONTRACTOR within his quoted rates. The length of such
valves along with companion flanges shall be excluded from piping length.

Page 253 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 5 of 8

2.4 Fabrication of Supports

2.4.1 Measurement and payment of fabrication of pipe supports shall be on weight basis.

2.4.2 Bolts, nuts and washers including U-bolt will be supplied by CONTRACTOR. Weight of
bolts, nuts and clamps etc. shall not be added to the weight of pipe support for payment
purpose. Spring supports, if any, shall be supplied by EIL as Free Issue.

2.4.3 Erection of all types of supports, spring supports and turn buckles, including grouting of
supports, if required, shall be carried out by the CONTRACTOR as part of piping work and
no separate measurement & payment will be made for it.

2.5 Post Weld Heat Treatment (Stress Relieving)

2.5.1 Measurement and payment for post weld heat treatment shall be on the basis of per
circumferential joint for different diameters of pipes as per the rates quoted. Repeat post
weld heat treatment for repaired joints or otherwise due to CONTRACTOR's fault will be
carried out at CONTRACTOR's cost.

2.6 Radiography/ Dye-Penetrate (DP) Test / Magnetic Particle (MP) Test

2.6.1 Measurement and payment for radiography shall be made on the basis of circumferential
joints for different pipe diameter. Repeat radiography due to defective films or on repaired
joint due to CONTRACTOR's fault or for additional radiography necessitated due to poor
performance of CONTRACTOR's welder will be done at CONTRACTOR's cost.

2.6.2 Measurement and payment for magnetic particle and dye penetrate test will be on the basis
of weld length tested/ circumferential weld joints as mentioned in schedule of rates.

2.6.3 The cost of DP/MP test included in item description of piping items such as Fabrication of
Specials, Reinforcement Pads etc. shall be included in the quoted unit rate and no
additional payment for such DP/MP test for such items shall be made. Payment for DP/MP
test shall be made only for such items where DP/MP test is not included in item description.

2.7 The cost for performing Positive Materials Identification (PMI) using alloy analysers including
hiring of such equipment and mobilisation of the same to site shall be included in the unit
rate for all such items of piping where PMI is specified in the item description.

3.0 PAINTING ON EQUIPMENTS/ PIPING/ STRUCTURAL STEEL ETC.

3.1 Painting on Equipments

3.1.1 For columns, vessels, reactors, Exchangers, furnaces, ejectors etc., measurement shall be
on square meter basis taken over the painted surface.

3.1.2 For equipment numbering, name, lettering and stencilling (only for Pressure Vessels)
separate payment for letter shall be made as per the rates mentioned in Schedule of Rates.

3.1.3 For pumps, motors and compressors measurement shall be made on number basis.

3.2 Painting on Piping, Specials and Fittings

3.2.1 Payment will be made on linear measurement in 'Metres' corrected to the nearest centimetre.

3.2.2 Piping shall be measured along the centre line through all types of fittings and flanges.

Page 254 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 6 of 8

3.2.3 Rates for painting of pipes shall be inclusive of painting of all types of pipe supports, flanges,
guides, shoes, saddles, clamps, etc. and also all types of fittings except valves which shall
be paid separately on number basis.

3.2.4 There will be no separate measurements of the colour bands/ identification signs (line
numbering), flow direction etc. on uninsulated and insulated piping, the rates of painting of
linear length of piping shall be inclusive of cost of such works.

3.3 Painting on Steel Structure

3.3.1 Payment for steel structures shall be made on the basis of admissible weight of structure
painted.

3.3.2 Welds, bolts, nuts, washers etc. shall not be measured and paid as rates for painting of
structure are inclusive of painting of such items.

4.0 ELECTRICAL/INSTRUMENTATION WORKS

4.1 The measurement for cable laying shall be made on the basis of length actually laid from
lug to lug including length of loops provided.
4.2 The weights mentioned in drawing or shipping list shall be the basis of payment. If
mountings for panels etc. are packed separately, their erection weights shall include all
mountings.
5.0 STEEL STRUCTURES

5.1 The rate for fabrication and erection of steel structure/ plates shall include cost of all
handling and transport, trimming, straightening, edge preparation, preparation and getting
approval of fabrication drawings, providing one coat of red oxide zinc chromate primer,
providing and erecting all scaffoldings, temporary supports, tools and tackles, touch-up of
primer coat, grouting etc. Welds, bolts, nuts, washers etc. shall not be measured. Rates
for structural steel work shall deemed to include the same.

5.2 The quantity for payment will be assessed from the approved fabrication drawings and the
respective bill of materials prepared by the CONTRACTOR and approved by EIL. The
weight of structural materials/plate shall be calculated on the basis of relevant IS code and
handbook. If sections are different from IS sections, then manufacturer's handbook shall
be adopted. No allowance in weights shall be made for rolling tolerance.

6.0 GRATING AND FRAMES


Payment shall be made on the basis of weight of grating and frame actually laid. The rate
shall include cost of cutting to size, fabricating, transporting and fixing, smoothing of ends
if necessary and painting with one (1) coat of red oxide zinc chromate primer. Full
deduction shall be made for openings equivalent to 300 mm dia and above. Rate shall
include making openings of all sizes.

7.0 THERMAL INSULATION WORKS

The mode of measurement shall be as per the details mentioned in this Annexure.
In case of discrepancy between measurement of work specified in this Annexure, Standard
Specification/ Job Specification, Schedule of Price/Rates etc., precedence shall be given in
following order :
▪ Measurement of works as per this Annexure of SCC.
▪ Measurement of works as mentioned in Standard Specification/Job
Specification.

Page 255 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 7 of 8

▪ Measurement of works in accordance with item description of relevant item


mentioned in Schedule of Rates.
In case the clarity is not in the above documents, then it shall be as per BIS and if it does
not exist in BIS also, then Measurement of works shall be as decided by Engineer-in-
Charge.
Payment will be made on the basis of joint measurements taken by CONTRACTOR and
certified by Engineer-in-Charge. Measurement shall be based on "Approved for
Construction" drawings, to the extent that the work conforms to the drawings and details
are adequate.
Wherever work is executed based on instructions of Engineer-in-Charge or details are not
adequate in the drawings, CONTRACTOR shall take physical measurements in the
presence of Engineer-in-Charge.
Welds, bolts, nuts, washers etc. shall not be measured. No payment for temporary works
connected with this Contract or for items such as weld, shims, packing plates etc. shall be
made by EIL. Cost of above items shall be included in the unit rates quoted.
Wherever the unit of items has been indicated as lumpsum, the payment shall be made on
lumpsum basis on completion & no mode of measurement shall be applicable.
Piping
Measurement of piping shall be taken/ considered along Curvilinear centre lines of pipe
insulated and through all fittings which are insulated but excluding valves, instruments and
fittings which are insulated measurements shall be considered as under:
a) For all types of valves, including control valves on which removable box has been
provided; payment shall be made per number. This shall be including mating
flanges on either side and proper body of valves/control valves.
b) For all type of flange assembly including orifice plate, payment shall be made on
number basis.
c) For bends, additional measurement equivalent to single length of curvilinear
centre lines of bends shall be added to the respective size of piping.
d) Reducers will be considered with larger diameter.
e) No extra payment shall be made for tees, branch connections and inspection
plugs and the rates quoted shall be inclusive of all these items. Branch
connections shall be measured from the outer surface of the header.
f) No extra payment shall be made for vents, drains and instrument connections
having nozzles length upto 12". However, if the length of such connections
exceeds 300mm the same will be paid as per piping measurement in respective
sizes.
g) For all fittings measurement along curvature centre line shall be considered.
h) Steam/ Refrigerant traced lines and untraced pipelines shall be normally specified
and measured separately Steam/ Refrigerant traced lines shall also be normally
specified and measured separately, according to the number of tracers.
i) For steam/ Refrigerant traced pipelines, which are specified and are measured
separately, only the diameter of the main pipelines (s) shall be reckoned for
measurement of insulation. No separate measurement shall be made for the
insulation of the steam tracer line(s) which shall be deemed to have been covered
under the insulation of the main pipeline.
j) For all fittings measurement along curvature centre line shall be considered.

NOTE:

Page 256 of 4779


Name of Work: PIPELINE LAYING AND HDD WORKS ANNEXURE TO SCC

Bidding Document No- SM/B414-000-MK-T-9510/12 Sheet 8 of 8

All other mode of measurements not covered in above clauses shall be measured
in accordance with relevant BIS codes/ Schedule of Rates/ Specifications etc. and/
or as decided by Engineer-in-Charge. The above measurement of works shall not
be applicable for lumpsum items of SOR.

MEASUREMENT OF WORK (for lumpsum items):

1. The CONTRACTOR shall submit Billing Schedule which will be reviewed and approved by
EIL. The progressive payment R.A Bills will be submitted by the CONTRACTOR on the
basis of this APPROVED Billing Schedule. CONTRACTOR shall also furnish the total
quantities for each activity included in Billing Schedule based on engineering progress till
date.

2. The quantities indicated against each item of WORK shall be reasonable and assessed on
the basis of volume of WORK involved. In case, during execution of WORK, it is noticed
that quantities against certain items are not reasonable and have been furnished with the
intent of getting payment not in proportion of WORK involved then the quantity of such
items shall be modified as per decision of Engineer-in-Charge. The payment made earlier
shall be adjusted accordingly.

3. For assessing the %age of WORK done in accordance with terms of payment,
CONTRACTOR shall submit the measurement sheets based on drawings approved for
construction. All measurements shall be in metric system. Such measurements will be in
a proforma approved by EIL. The measurements shall be signed in token of acceptance
by the CONTRACTOR or his authorized representative. The %age of WORK done shall
be calculated for each activity based on measurement sheets. The CONTRACTOR shall
submit the bill in the approved proforma in quintuplicate to the Engineer-in-Charge of the
WORK.

4. Wherever WORK is executed based on instructions of Engineer-in-Charge, or details are


not adequate in the drawings, physical measurements shall be taken by the
CONTRACTOR in the presence of Engineer-in-Charge.

5. Measurement of weights shall be in Metric Tonnes correct to the nearest kilogram. Linear
measurements shall be in meters, correct to the nearest centimetre.

6. All payments made to the CONTRACTOR against progressive payments through Running
Account Bills shall be considered as advance payment only.

Page 257 of 4779


KEY MINIMUM CONSTRUCTION MANPOWER TO BE
DEPLOYED BY THE CONTRACTOR

[ANNEXURE – IV TO SPECIAL CONDITIONS OF


CONTRACT]

Page 258 of 4779


LIST OF KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-A) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO.- B414-000-83-41-MK-T-9510-A)


S. NO. DESCRIPTION NOS.
1. RCM 1
2. LEAD DISCIPLINE ENGINEER
- MECHANICAL 1

3. LEAD QA/QC ENGINEER 1


4. LEAD PLANNING ENGINEER 1
5. SAFETY OFFICER& OTHER SAFETY PERSONNEL AS PER HSE SPEC (6-82-0001)
6. SURVEYOR 1
7. W/H IN-CHARGE/MATERIALS MANAGER 1
8. DISCIPLINE ENGINEERS+ SUPERVISORS
- CIVIL & STRUCTURAL 1+1
- MECHANICAL 2+2
- WELDING & NDT 1+2
- PLANNING ENGINEER 1
- STORE KEEPER 1
- ELECTRICAL/INSTRUMENTATION ENGINEER 1
- HDD RIG OPERATOR 1
- LICENSED ELECTRICIAN 1

NOTES:

1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.

2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.

3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.

4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.

(STAMP & SIGNATURE OF BIDDER)

Page 259 of 4779


LIST OF KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-B) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO.- B414-000-83-41-MK-T-9510-B)


S. NO. DESCRIPTION NOS.
1. RCM 1
2. LEAD DISCIPLINE ENGINEER
- MECHANICAL 1

3. LEAD QA/QC ENGINEER 1


4. LEAD PLANNING ENGINEER 1
5. SAFETY OFFICER& OTHER SAFETY PERSONNEL AS PER HSE SPEC (6-82-0001)
6. SURVEYOR 1
7. W/H IN-CHARGE/MATERIALS MANAGER 1
8. DISCIPLINE ENGINEERS+ SUPERVISORS
- CIVIL & STRUCTURAL 1+1
- MECHANICAL 2+2
- WELDING & NDT 1+1
-PLANNING ENGINEER 1
-STORE KEEPER 1
- ELECTRICAL/INSTRUMENTATION ENGINEER 1
-HDD RIG OPERATOR 1
-LICENSED ELECTRICIAN 1

NOTES:

1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.

2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.

3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.

4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.

(STAMP & SIGNATURE OF BIDDER)

Page 260 of 4779


LIST OF KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-C) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO.- B414-000-83-41-MK-T-9510-C)


S. NO. DESCRIPTION NOS.
1. RCM 1
2. LEAD DISCIPLINE ENGINEER
- MECHANICAL 1

3. LEAD QA/QC ENGINEER 1


4. LEAD PLANNING ENGINEER 1
5. SAFETY OFFICER& OTHER SAFETY PERSONNEL AS PER HSE SPEC (6-82-0001)
6. SURVEYOR 1
7. W/H IN-CHARGE/MATERIALS MANAGER 1
8. DISCIPLINE ENGINEERS+ SUPERVISORS
- CIVIL & STRUCTURAL 1+1
- MECHANICAL 2+2
- WELDING & NDT 1+1
-PLANNING ENGINEER 1
-STORE KEEPER 1
- ELECTRICAL/INSTRUMENTATION ENGINEER 1
-HDD RIG OPERATOR 1
-LICENSED ELECTRICIAN 1

NOTES:

1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.

2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.

3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.

4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.

(STAMP & SIGNATURE OF BIDDER)

Page 261 of 4779


LIST OF KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-D) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO.- B414-000-83-41-MK-T-9510-D)


S. NO. DESCRIPTION NOS.
1. RCM 1
2. LEAD DISCIPLINE ENGINEER
- MECHANICAL 1

3. LEAD QA/QC ENGINEER 1


4. LEAD PLANNING ENGINEER 1
5. SAFETY OFFICER& OTHER SAFETY PERSONNEL AS PER HSE SPEC (6-82-0001)
6. SURVEYOR 1
7. W/H IN-CHARGE/MATERIALS MANAGER 1
8. DISCIPLINE ENGINEERS+ SUPERVISORS
- CIVIL & STRUCTURAL 1+1
- MECHANICAL 2+2
- WELDING & NDT 1+2
-PLANNING ENGINEER 1
-STORE KEEPER 1
- ELECTRICAL/INSTRUMENTATION ENGINEER 1
-HDD RIG OPERATOR 1
-LICENSED ELECTRICIAN 1

NOTES:

1) Above key construction manpower is required to be deployed by the contractor to complete the work within
schedule. Contractor is required to augment the above list with additional numbers/categories of personnel
as required and directed by Engineer-In charge to complete the work within the completion time schedule
and quoted price.

2) The Key Construction Personnel identified above shall be well qualified & having adequate relevant
experience, as specified in document No. 7-82-0003 enclosed elsewhere in the bidding document. The other
manpower shall also be qualified and experienced with their assigned work.

3) Key Construction personnel identified above shall be deployed by contractor as and when relevant activities
are required to be carried out for completing the job within completion time schedule and as per direction of
Engineer In-charge.

4) CVs of key persons proposed to be deployed shall be submitted to Owner/Engineer-In-charge prior to their
mobilization at site. The mobilization of key personnel shall be done at site subject to prior approval of their
CVs by Owner/Engineer-In-charge.

(STAMP & SIGNATURE OF BIDDER)

Page 262 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

[ANNEXURE - V TO SPECIAL CONDITIONS OF CONTRACT]

QUALIFIED AND EXPERIENCE OF KEY CUSTOMER PERSONNEL AND


PENALTY FOR THEIR NON-MOBILIZATION

Engineers India Limited


New Delhi

Page 1 of 1

Page 263 of 4779


QUALIFICATION & EXPERIENCE STANDARD No.
ENGINEERS REQUIREMENT OF KEY CONSTRUCTION 7-82-0003 Rev. 1
s1 INDIA LIMITED PERSONNEL AND PENALTY FOR THEIR
A Govt of India Undertaking)
NON-MOBILIZATION Page 1 of 5

qd-nui chifAcg 31-Elfra


KrE 31-
1,3ra 311-{ afra
‘71diIoiI

QUALIFICATION & EXPERIENCE


REQUIREMENT OF KEY CONSTRUCTION
PERSONNEL AND PENALTY FOR THEIR NON-
MOBILIZATION

1 01.07.2020 Revised & Updated DG AKK SKS a


Doc. No. 9-1940-0001 Rev 1 has been
0 12 06 2015 DJ MD SC
revised and issued as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 264 of 4779


QUALIFICATION & EXPERIENCE STANDARD No.
>fel ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
$11g.fr215i-eg
10E'rr eremite OTIJOrrrall
INDIA LIMITED
IA Govt of Undo Underlalongj PERSONNEL AND PENALTY FOR THEIR
7-82-0003 Rev. 1
NON-MOBILIZATION Page 2 of 5

Abbreviations:

CV • Curriculum Vitae
EPC : Engineering, Procurement & Construction
EPCC : Engineering, Procurement, Construction & Commissioning
ISO International Organization for Standardization
NDT : Non Destructive Testing
QA/QC: Quality Assurance /Quality Control
RT : Radiography Testing
UT Ultrasonic Testing

Construction Standards Committee

Convenor: Sh. A K Kundu, ED (Construction)

Members: Sh. Janak Kishore, ED (Projects)


Sh. Biswaj it Mandal, Sr. GM (SCM)
Sh. Udayan Chakravarty, Sr. GM (Piping)
Sh. Ravindra Kumar, GM (Construction)
Sh. Debasish Ghosal, GM (Construction)
Sh. Pankaj Kumar Rai, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 265 of 4779


QUALIFICATION & EXPERIENCE STANDARD No.
k14_.x4 ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
lIgar EllRegW: INDIA LIMITED
Imc7,2RRa2aAJOCNII PERSONNEL AND PENALTY FOR THEIR
7-82-0003 Rev. 1
IA GM ot Ind. Unden.1.9)

NON-MOBILIZATION Page 3 of 5

CONTENTS

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION) 4

2. PENALTY FOR NON-MOBILIZATION OF KEY CONSTRUCTION PERSONNEL.... 5

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 266 of 4779


QUALIFICATION & EXPERIENCE STANDARD No.
•e-1 ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
Ifgar fdWg 431
INIVR 2122151U 07130,5,
INDIA LIMITED
(A Go vi of India Undertalongl PERSONNEL AND PENALTY FOR THEIR
7-82-0003 Rev. 1

NON-MOBILIZATION Page 4 of 5

Qualification & Experience (Post Qualification)

CATEGORY QUALIFICATION & EXPERIENCE (POST QUALIFICATION) REQUIRED


Degree or Diploma in Engineering with minimum following relevant experience in
construction:
Resident Construction Awarded value (Rs) < 10 Cr. Works 10 - 50 Cr. Works > 50 Cr. Works
Manager/ Resident —,..
Engineer/Site-In-Charge 5 yrs 10 yrs 15 yrs
Degree holders

Diploma holders 8 yrs 13 yrs 20 yrs

Degree or Diploma in relevant Engineering discipline with following minimum


experience in Construction:

Lead Discipline Engineer


(Mechanical, Civil, Electrical, < 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
Awarded value (Rs) —I" —
Instrumentation)
Degree holders 3 yrs 5 yrs 10 yrs
Diploma holders 5 yrs 8 yrs 13 yrs
Degree or Diploma in Mechanical Engineering/ Metallurgy with the minimum following
experience in Welding & NDT (Non Destructive Testing) and possessing valid Level-II
certificate in the relevant NDT methodology (RT/UT)

Lead Welding /
< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
NDT Engineer Awarded value (Rs) —o. —

Degree holders 3 yrs 5 yrs 10 yrs


Diploma holders 5 yrs 8 yrs 13 yrs

Degree or Diploma in Engineering with following experience (refer Note 1 also) :

< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works


Awarded value (Rs) --4.- —

3 yrs of 5 yrs of 10 yrs of


construction construction construction
Lead QA/QC Engineer Degree holders experience of experience of experience of
which minimum 1 which minimum 2 which minimum 3
years in QA/QC years in QA/QC years in QA/QC
5 yrs of 8 yrs of 13 yrs of
construction construction construction
Diploma holders experience of experience of experience of
which minimum 3 which minimum 5 which minimum 6
years in QA/QC years in QA/QC years in QA/QC
Degree or Diploma in Engineering with following experience in Planning & Scheduling

< 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works


Lead Planning Engineer Awarded value (Rs) _* —
_.
Degree holders 3 yrs 5 yrs 8 yrs
Diploma holders 5 yrs 8 yrs 13 yrs

As per HSE Specification enclosed elsewhere in the bidding document.


Safety Officer / Supervisor

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 267 of 4779


QUALIFICATION & EXPERIENCE STANDARD No.
ENGINEERS
Ogeg fat54ft WA LIMITED REQUIREMENT OF KEY CONSTRUCTION
7-82-0003 Rev. 1
MO, eizme ern.mrnm A God of India Undertaking) PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 5 of 5

Diploma in Engineering or Diploma in Materials Management or Graduate in any


stream with min. following experience in Warehousing/ Stores Management:
Warehouse- In- Charge/
Materials Manager < 10 Cr. Works 10-50 Cr. Works
Awarded value (Rs) --0' - > 50 Cr. Works

Experience 3 years 5 yrs. 10 yrs.


Degree or Diploma in Engineering with minimum following experience in quantity
estimation, field measurement, bill preparation etc. in Construction field:

Quantity Surveyor < 10 Cr. Works 10-50 Cr. Works > 50 Cr. Works
Awarded value (Rs) —0°.

Degree holders 2 yrs 3 yrs 5 yrs


Diploma holders 4 yrs 6 yrs 8 yrs
Degree in relevant Engineering Discipline with minimum 2 years of relevant
experience in construction or Diploma in relevant Engineering Discipline with
Discipline Engineer
minimum 4 years of relevant experience in Construction. Welding / NDT engineer
shall possess valid Level-II certificate in the relevant NDT methodology (RT/UT).

NOTES : (For Table)

1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 50 crores, the Lead
QA/QC Engineer shall be a qualified internal auditor for ISO 9001.
2. CVs of key construction personnel proposed to be deployed shall be submitted to Owner/Engineer-in-
Charge prior to their mobilization at site. The mobilization of key personnel shall be done at site subject to
prior approval of their CVs by Owner/Engineer-in-Charge.

PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL

Penalty for non-mobilization per day per person after the contractual mobilization period /
mobilization schedule agreed during Kick off meeting / jointly agreed between contractor and
PMC / Owner based on front availability etc.

Rs. 7000/- for Resident Construction Manager/ Resident Engineer/ Site-in-Charge.

Rs. 4000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge, Lead
Discipline Engineers, Lead Welding / NDT Engineer and the Quantity surveyor.

Safety Officer (As per HSE Specification).

NOTES : (For Penalty Clauses)


a) All intervening off days (Sundays etc.) and holidays will be counted for levy of penalty.
b) Mobilized personnel shall not be demobilized till contractual completion or based on consent of
Engineer-in-Charge, else penalties as above shall be applied.
c) Total of above penalties shall not exceed 2% of the awarded contract value.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL - All rights reserved

Page 268 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

QUALITY MANAGEMENT SYSTEM

[ANNEXURE –VI TO SPECIAL CONDITIONS OF


CONTRACT]

Engineers India Limited


New Delhi

Page 269 of 4779


Page 270 of 4779
SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

ISO - International Organization for Standardization


MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
QMS - Quality Management System

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 271 of 4779


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 QUALITY MANAGEMENT SYSTEM – GENERAL .............................................................. 4
5.0 QUALITY SYSTEM REQUIREMENTS ................................................................................... 4
6.0 AUDITS ...................................................................................................................................... 7
7.0 DOCUMENTATION REQUIREMENTS .................................................................................. 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 272 of 4779


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be met by


BIDDER for following purpose:

 QMS requirements to be met by suppliers / contractors after award of work / during


contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word “BIDDER” means the person(s), firm,
company or organization who is under the process of being contracted by EIL / Owner for
delivery of some products (including service). The word is considered synonymous to
supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002 Specification for Documentation Requirements from Contractors


6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM – GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system shall fully
satisfy all relevant requirements of ISO 9001 “Quality Management Systems –
Requirements.” Evidence of compliance shall be current certificate of quality system
registration to ISO 9001 or a recent compliance audit recommending registration from a
certification agency. The quality system shall provide the planned and systematic control of
all quality related activities for execution of contract. Implementation of the system shall be
in accordance with BIDDER’S Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER’S Quality Plan shall address all of
the applicable elements of ISO 9001, identify responsible parties within BIDDER’S
organization, for the implementation / control of each area, reference the applicable
procedures used to control / assure each area, and verify the documents produced for each
area. The Project Quality Plan shall necessarily define control or make reference to the
relevant procedures, for design and engineering, purchase, documentation, record control,
bid evaluation, inspection, production / manufacturing, preservation, packaging and storage,
quality control at construction site, pre-commissioning, commissioning and handing over (as
applicable) in line with contract requirement and scope of work.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 273 of 4779


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 5 of 7

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements and
communicate the same to all concerned in his organization and his sub contractor’s
organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for fulfillment
of PO / contract. BIDDER shall arrange adequate infrastructure and work environment to
ensure that the specification and quality of the deliverable are maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order. The
quality planning shall cover as minimum the following:

 Resources
 Product / deliverable characteristics to be controlled.
 Process characteristics to ensure the identified product characteristics are realized
 Identification of any measurement requirements, acceptance criteria
 Records to be generated
 Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test plans
(ITPs) and job procedures for the project activities in the scope of bidder. These documents
shall be submitted to EIL / Owner for review / approval, before commencement of work.

5.5 Requirements for sub-ordering of outsourced items / sub-contracting / purchasing of services


specified in MR / contract / tender shall be adhered to. In general all outsourced items will be
from approved vendors of EIL. Wherever requirements are not specified, or approved sub
vendors do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements in concurrence with EIL / Owner. Criteria for selection of sub-contractor,
evaluation, re-evaluation, maintenance of purchasing data and verification of purchased
product (sub-contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable

a) the availability of information that describes the characteristics of the product


b) the availability of work instructions
c) the use of suitable equipment
d) the availability and use of monitoring and measuring devices
e) the implementation of monitoring and measurement
f) the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where resulting
output cannot be verified by subsequent monitoring and measurement. This includes any
process where deficiencies become apparent only after the product is in use or service has
been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product / deliverable
throughout product realization. Product status with respect to inspection and testing
requirements shall be identified.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 274 of 4779


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL property is
lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the EIL /
Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal processing and
delivery to the intended destination. Requirements mentioned in the MR/ tender shall be
adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are carried out
in line with requirements. Where necessary, measuring equipment shall be calibrated at
specified frequency, against national or international measurement standards; where no such
standard exists, the basis used for calibration shall be recorded. The measuring equipment
shall be protected from damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of contract.

5.13 BIDDER shall monitor and measure the characteristics of the product / deliverable to verify
that product requirement has been met. The inspection (stage as well as final) by BIDDER
and EIL / Owner personnel shall be carried out strictly as per the approved ITPs or ITPs
forming part of the contract. Product release or service delivery shall not proceed until the
planned arrangements have been satisfactorily completed, unless otherwise approved by
relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the product
which does not conform to requirements is identified and controlled to prevent its unintended
use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection / surveillance
staff shall be duly recorded, including their disposal action shall be recorded and resolved
suitably. Effective corrective actions shall be implemented by the BIDDER so that similar
NCs including deficiencies do not recur. The BIDDER shall take appropriate actions to
address the Risks and Opportunities in the project.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the BIDDER and
appropriate corrective actions shall be implemented. BIDDER shall intimate EIL / Owner of
all such corrective action implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings. Concessions /
Deviations shall be allowed only in case of unavoidable circumstances. In such situations
Concession / deviation request must be made by the BIDDER through online system of EIL
eDMS. URL of EIL eDMS is http://edocx.eil.co.in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage or loss
until the project completion, then handed over to EIL / Owner as per contract requirement
(Refer Specification Nos. 6-78-0002 - Specification for Documentation Requirements from
Contractors and 6-78-0003 - Specification for Documentation Requirements from Suppliers),
or disposed as per relevant project procedure.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 275 of 4779


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme shall
cover design, procurement, construction management and commissioning as applicable
including activities carried out by sub-vendors and sub-contractors. This shall be additional
to the certification body surveillance audits carried out under BIDDER’S own ISO 9001
certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny by EIL /
Owner. EIL or Owner’s representative reserves the right to attend, as a witness, any audit
conducted during the execution of the WORKS.

In addition to above, EIL, Owner and third party appointed by EIL / Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance and
access to their systems and sub-contractor / vendor systems as required for this purpose.
Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work (Within
one week) for record / review by EIL / Owner/ TPIA, as applicable.

 Organization chart (for complete organization structure and for the project)
 Project Quality Plan / Quality Assurance Plan
 Job specific Inspection Test Plans, if not attached with PR
 Job Procedures
 Inspection / Test Formats

In addition to above QMS documents, following documentation shall be maintained by the


BIDDER for submission to EIL / Owner on demand at any point of time during execution of
the project.

 Quality Manual
 Certificate of approval for compliance to ISO: 9001 standard
 Procedure for Control of Non-conforming Product
 Procedure for Control of Documents
 Sample audit report of the QMS internal and external audits conducted during last one
year
 Customer satisfaction reports from at least 2 customers,
 Project QMS audit report
 Technical audit reports for the project
 Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit any other
document / data required for completion of the job as per EIL / Owner instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 276 of 4779


REQUIREMENT OF MINIMUM CONSTRUCTION EQUIPMENTS TO BE
MOBILIZED BY THE CONTRACTOR

[ANNEXURE -VII TO SPECIAL CONDITIONS OF CONTRACT]

Page 277 of 4779


LIST OF KEY CONSTRUCTION EQUIPMENTS TO BE MOBILISED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-A) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO. - B414-000-83-41-MK-T-9510-A)


SL. NO. EQUIPMENT DESCRIPTION CAPACITY REQUIREMENT
DURING
CONSTN
CATEGORY-1
1. PIPE LAYER/SIDE BOOM 40 MT AND 1
ABOVE
2. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.7 M3 1
ATTACHMENT
CATEGORY-2
3. CRANE 20-40 MT 1
4. CRANE 40-60 MT AS REQUIRED
5. PIPE LAYER/ SIDE BOOM 40 MT 3
6. DOZER D7/D8 1
7. HYDRAULIC CRANE (MODEL NO: TRX Series- K10,F15 TRX 10-18 MT 2
1651, TRXS 2319 , MAC 1214, FX 120, FX150, 15XWE, 15XWF
Rhino110 FC) WITH AUDIO-VISUAL SIGNALLING DEVICES
AND LIMIT SWITHES
8. PIPE BENDING MACHINE (SUITABLE FOR LINE SIZE) 1
9. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.3 M3 AS REQUIRED
ATTACHMENT
10. PIPE TRAILER FOR COATED LINE PIPE (FB) 5($)
11. GRADER 1
12. DUMPER/TIPPER 3
13. TRACTOR TRAILER WITH HYDRAULIC UNLOADING 2
FACILITY
14. READY MIXED CONCRETE (RMC) PLANT/ SUPPLIER 5-10 M3/HR 1
15. MIXER MACHINE WITH WEIGH BATCHER 2
16. HOT MIX SUPPLIER AS REQUIRED
17. WMM MIXER/SUPPLIER AS REQUIRED
18. VIBRO/ROAD ROLLER 8-10 T 1
19. PAVER/SUPPLIER AS REQUIRED
20. JACKHAMMER 1
21. BAR BENDING & CUTTING MACHINE 1
22. GPS SURVEY EQUIPMENT 1
23. TOTAL STATION/THEODOLITE 1 SEC 1
24. DUMPY/ AUTO LEVEL 2
25. PIPELINE LOCATOR AS REQUIRED
26. DG SET 65-125 KVA AS REQUIRED
27. SEMI AUTOMATIC WELDING MACHINES AS REQUIRED
28. AUT MACHINE WITH 2 OPERATORS AS REQUIRED
29. DG WELDING MACHINE 7
30. TIG WELDING MACHINE 2
31. GRINDING MACHINE 10
32. GAS CUTTING SET 7
33. TOOLS AND TACKLES FOR CONCRETE COATING AS REQUIRED
34. TOOLS AND TACKLES FOR SWABBING AND DRYING ETC. AS AS REQUIRED
PER SOQ
35. TOOLS AND TACKLES FOR MAGNETIC CLEANING, EGP AND AS REQUIRED
IN-LINE INSPECTION
36. BEVEL CUTTING M/C 2

37. X- RAY M/C - EXTERNAL 1


38. X- RAY M/C - INTERNAL 1

Page 278 of 4779


39. GAMMA RAY SOURCE 1
40. ULTRASONIC TESTING M/C 1
41. TOOLS AND TACKLES FOR DPT & MPT AS REQUIRED
42. WATER FILLING PUMP 1
43. DEWATERING PUMP AS REQUIRED
44. HYDROTEST PRESSURIZATION PUMP (MOTORISED) 1
45. DOZING PUMP 1
46. DEAD WEIGHT TESTER 1
47. AIR COMPRESSOR 200-250 CFM 1
48. AIR COMPRESSOR 300-600 CFM 1
49. AIR COMPRESSOR 600-1000 AS REQUIRED
CFM
50. BLAST CLEANING EQPT. 1
51. TOOLS AND TACKLES FOR CORROSION PROTECTION TAPE AS REQUIRED
COATING FOR JOINTS
52. HOLIDAY TESTER ALL SIZE 4 SETS
53. HORIZONTAL AUGER BORING M/C INCLUDING ALL 1
ACCESSORIES
54. HDD RIG WITH ALL EQUIPMENTS & ACCESSORIES-++(See
Comment below) (++) 1(++)
55. WATER TANKER 7.5-10 M3 1
56. ROCK BREAKING M/C (PNEUMATIC/HYDRAULIC) AS REQUIRED(^^)
57. TOOLS AND TACKLES FOR FIXING MECHANICAL/CHEMICAL AS REQUIRED
FASTENERS AS PER SOQ
58. INSULATION RESISTANCE MEGGER 5KV, 2.5KV, 1 EACH
1KV & 500V
59. 3 TERMINAL EARTH TESTER 1
60. DIGITAL MULTIMETER 1
61. TONG TESTER 1
62. RELAY TESTING KIT: Preferably of OMICRON make AS REQUIRED
63. EARTH DISCHARGE ROD 1
64. VARIACS 15-20 AMP AS REQUIRED
65. DC CONTACT RESISTANCE (MV Drop) TEST KIT 100A 1
66. LUX METER 1
67. HYDRAULIC/ MANUAL CRIMPING TOOL 1 SET
68. PRIMARY & SECONDARY INJECTION KIT 1
69. LEAKAGE CURRENT DETECTOR 1
70. POWER SOURCE 24V 1
71. CURRENT SOURCE 4-20 m A 1
72. PRESSURE CALIBRATOR (HIGH/LOW/VACUUM) EACH 1
73. TEMPERAURE CALIBRATOR (RTD/THERMOCOUPLE) EACH 1
74. PORTABLE DRILLING M/C AND HOLE CUTTER 1 SET
75. TOOLS AND TACKLES FOR TUBE CUTTING AND TUBE AS REQUIRED
BENDING MACHINE
76. TOOLS AND TACKLES FOR CALIBRATION AS PER SOQ AS REQUIRED
77. TORQUE WRENCH ALL SIZES 1
78. TOOLS AND TACKLES FOR BLASTING & PAINTING WORKS OF AS REQUIRED
PIPING WORKS AS PER SOQ
79. TOOLS AND TACKLES FOR EXCAVATION BY CONTROLLED AS REQUIRED
BLASTING METHOD
80. TOOLS AND TACKLES FOR IDLE TIME PRESERVATION OF AS REQUIRED
PIPELINE AS PER SOQ
81. ELECTRICIAN TOOL KIT AS REQUIRED
82. INSTRUMENTATION TOOL KIT AS REQUIRED
83. LABORATORY EQPTS AS REQUIRED

++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.

Page 279 of 4779


$ : The nos. of trailers are indicative only. It is contractor responsibility to deploy adequate no. of trailers for
transportation purpose based on the dump site locations.

^^ : "AS REQUIRED" based on rock strata present for the spread.

NOTES:

1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.

2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.

3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.

4. CATEGORY- 2: No documentary proof is required to be submitted for CATEGORY- 2 equipments.

5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.

6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.

7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.

8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.

9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.

10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.

(STAMP & SIGNATURE OF BIDDER)

Page 280 of 4779


LIST OF KEY CONSTRUCTION EQUIPMENTS TO BE MOBILISED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-B) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO. - B414-000-83-41-MK-T-9510-B)


SL. NO. EQUIPMENT DESCRIPTION CAPACITY REQUIREMENT
DURING
CONSTN
CATEGORY-1
1. PIPE LAYER/SIDE BOOM 40 MT AND 1
ABOVE
2. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.7 M3 1
ATTACHMENT
CATEGORY-2
3. CRANE 20-40 MT 1
4. CRANE 40-60 MT AS REQUIRED
5. PIPE LAYER/ SIDE BOOM 40 MT 3
6. DOZER D7/D8 1
7. HYDRAULIC CRANE (MODEL NO: TRX Series- K10,F15 TRX 10-18 MT 2
1651, TRXS 2319 , MAC 1214, FX 120, FX150, 15XWE, 15XWF
Rhino110 FC) WITH AUDIO-VISUAL SIGNALLING DEVICES
AND LIMIT SWITHES
8. PIPE BENDING MACHINE (SUITABLE FOR LINE SIZE) 1
9. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.3 M3 AS REQUIRED
ATTACHMENT
10. PIPE TRAILER FOR COATED LINE PIPE (FB) 5($)
11. GRADER 1
12. DUMPER/TIPPER 3
13. TRACTOR TRAILER WITH HYDRAULIC UNLOADING 2
FACILITY
14. READY MIXED CONCRETE (RMC) PLANT/ SUPPLIER 5-10 M3/HR 1
15. MIXER MACHINE WITH WEIGH BATCHER 2
16. HOT MIX SUPPLIER AS REQUIRED
17. WMM MIXER/SUPPLIER AS REQUIRED
18. VIBRO/ROAD ROLLER 8-10 T 1
19. PAVER/SUPPLIER AS REQUIRED
20. JACKHAMMER 1
21. BAR BENDING & CUTTING MACHINE 1
22. GPS SURVEY EQUIPMENT 1
23. TOTAL STATION/THEODOLITE 1 SEC 1
24. DUMPY/ AUTO LEVEL 2
25. PIPELINE LOCATOR AS REQUIRED
26. DG SET 65-125 KVA AS REQUIRED
27. SEMI AUTOMATIC WELDING MACHINES AS REQUIRED
28. AUT MACHINE WITH 2 OPERATORS AS REQUIRED
29. DG WELDING MACHINE 7
30. TIG WELDING MACHINE 2
31. GRINDING MACHINE 10
32. GAS CUTTING SET 7
33. TOOLS AND TACKLES FOR CONCRETE COATING AS REQUIRED
34. TOOLS AND TACKLES FOR SWABBING AND DRYING ETC. AS AS REQUIRED
PER SOQ
35. TOOLS AND TACKLES FOR MAGNETIC CLEANING, EGP AND AS REQUIRED
IN-LINE INSPECTION
36. BEVEL CUTTING M/C 2

37. X- RAY M/C - EXTERNAL 1


38. X- RAY M/C - INTERNAL 1

Page 281 of 4779


39. GAMMA RAY SOURCE 1
40. ULTRASONIC TESTING M/C 1
41. TOOLS AND TACKLES FOR DPT & MPT AS REQUIRED
42. WATER FILLING PUMP 1
43. DEWATERING PUMP AS REQUIRED
44. HYDROTEST PRESSURIZATION PUMP (MOTORISED) 1
45. DOZING PUMP 1
46. DEAD WEIGHT TESTER 1
47. AIR COMPRESSOR 200-250 CFM 1
48. AIR COMPRESSOR 300-600 CFM 1
49. AIR COMPRESSOR 600-1000 AS REQUIRED
CFM
50. BLAST CLEANING EQPT. 1
51. TOOLS AND TACKLES FOR CORROSION PROTECTION TAPE AS REQUIRED
COATING FOR JOINTS
52. HOLIDAY TESTER ALL SIZE 4 SETS
53. HORIZONTAL AUGER BORING M/C INCLUDING ALL 1
ACCESSORIES
54. HDD RIG WITH ALL EQUIPMENTS & ACCESSORIES-++(See
Comment below) (++) 1(++)
55. WATER TANKER 7.5-10 M3 1
56. ROCK BREAKING M/C (PNEUMATIC/HYDRAULIC) AS REQUIRED(^^)
57. TOOLS AND TACKLES FOR FIXING MECHANICAL/CHEMICAL AS REQUIRED
FASTENERS AS PER SOQ
58. INSULATION RESISTANCE MEGGER 5KV, 2.5KV, 1 EACH
1KV & 500V
59. 3 TERMINAL EARTH TESTER 1
60. DIGITAL MULTIMETER 1
61. TONG TESTER 1
62. RELAY TESTING KIT: Preferably of OMICRON make AS REQUIRED
63. EARTH DISCHARGE ROD 1
64. VARIACS 15-20 AMP AS REQUIRED
65. DC CONTACT RESISTANCE (MV Drop) TEST KIT 100A 1
66. LUX METER 1
67. HYDRAULIC/ MANUAL CRIMPING TOOL 1 SET
68. PRIMARY & SECONDARY INJECTION KIT 1
69. LEAKAGE CURRENT DETECTOR 1
70. POWER SOURCE 24V 1
71. CURRENT SOURCE 4-20 m A 1
72. PRESSURE CALIBRATOR (HIGH/LOW/VACUUM) EACH 1
73. TEMPERAURE CALIBRATOR (RTD/THERMOCOUPLE) EACH 1
74. PORTABLE DRILLING M/C AND HOLE CUTTER 1 SET
75. TOOLS AND TACKLES FOR TUBE CUTTING AND TUBE AS REQUIRED
BENDING MACHINE
76. TOOLS AND TACKLES FOR CALIBRATION AS PER SOQ AS REQUIRED
77. TORQUE WRENCH ALL SIZES 1
78. TOOLS AND TACKLES FOR BLASTING & PAINTING WORKS OF AS REQUIRED
PIPING WORKS AS PER SOQ
79. TOOLS AND TACKLES FOR EXCAVATION BY CONTROLLED AS REQUIRED
BLASTING METHOD
80. TOOLS AND TACKLES FOR IDLE TIME PRESERVATION OF AS REQUIRED
PIPELINE AS PER SOQ
81. ELECTRICIAN TOOL KIT AS REQUIRED
82. INSTRUMENTATION TOOL KIT AS REQUIRED
83. LABORATORY EQPTS AS REQUIRED

++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.

Page 282 of 4779


$ : The nos. of trailers are indicative only. It is contractor responsibility to deploy adequate no. of trailers for
transportation purpose based on the dump site locations.

^^ : "AS REQUIRED" based on rock strata present for the spread.

NOTES:

1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.

2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.

3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.

4. CATEGORY- 2: No documentary proof is required to be submitted for CATEGORY- 2 equipments.

5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.

6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.

7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.

8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.

9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.

10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.

(STAMP & SIGNATURE OF BIDDER)

Page 283 of 4779


LIST OF KEY CONSTRUCTION EQUIPMENTS TO BE MOBILISED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-C) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO. - B414-000-83-41-MK-T-9510-C)


SL. NO. EQUIPMENT DESCRIPTION CAPACITY REQUIREMENT
DURING
CONSTN
CATEGORY-1
1. PIPE LAYER/SIDE BOOM 40 MT AND 1
ABOVE
2. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.7 M3 1
ATTACHMENT
CATEGORY-2
3. CRANE 20-40 MT 1
4. CRANE 40-60 MT AS REQUIRED
5. PIPE LAYER/ SIDE BOOM 40 MT 3
6. DOZER D7/D8 1
7. HYDRAULIC CRANE (MODEL NO: TRX Series- K10,F15 TRX 10-18 MT 2
1651, TRXS 2319 , MAC 1214, FX 120, FX150, 15XWE, 15XWF
Rhino110 FC) WITH AUDIO-VISUAL SIGNALLING DEVICES
AND LIMIT SWITHES
8. PIPE BENDING MACHINE (SUITABLE FOR LINE SIZE) 1
9. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.3 M3 AS REQUIRED
ATTACHMENT
10. PIPE TRAILER FOR COATED LINE PIPE (FB) 5($)
11. GRADER 1
12. DUMPER/TIPPER 3
13. TRACTOR TRAILER WITH HYDRAULIC UNLOADING 2
FACILITY
14. READY MIXED CONCRETE (RMC) PLANT/ SUPPLIER 5-10 M3/HR 1
15. MIXER MACHINE WITH WEIGH BATCHER 2
16. HOT MIX SUPPLIER AS REQUIRED
17. WMM MIXER/SUPPLIER AS REQUIRED
18. VIBRO/ROAD ROLLER 8-10 T 1
19. PAVER/SUPPLIER AS REQUIRED
20. JACKHAMMER 1
21. BAR BENDING & CUTTING MACHINE 1
22. GPS SURVEY EQUIPMENT 1
23. TOTAL STATION/THEODOLITE 1 SEC 1
24. DUMPY/ AUTO LEVEL 2
25. PIPELINE LOCATOR AS REQUIRED
26. DG SET 65-125 KVA AS REQUIRED
27. SEMI AUTOMATIC WELDING MACHINES AS REQUIRED
28. AUT MACHINE WITH 2 OPERATORS AS REQUIRED
29. DG WELDING MACHINE 7
30. TIG WELDING MACHINE 2
31. GRINDING MACHINE 10
32. GAS CUTTING SET 7
33. TOOLS AND TACKLES FOR CONCRETE COATING AS REQUIRED
34. TOOLS AND TACKLES FOR SWABBING AND DRYING ETC. AS AS REQUIRED
PER SOQ
35. TOOLS AND TACKLES FOR MAGNETIC CLEANING, EGP AND AS REQUIRED
IN-LINE INSPECTION
36. BEVEL CUTTING M/C 2

37. X- RAY M/C - EXTERNAL 1


38. X- RAY M/C - INTERNAL 1

Page 284 of 4779


39. GAMMA RAY SOURCE 1
40. ULTRASONIC TESTING M/C 1
41. TOOLS AND TACKLES FOR DPT & MPT AS REQUIRED
42. WATER FILLING PUMP 1
43. DEWATERING PUMP AS REQUIRED
44. HYDROTEST PRESSURIZATION PUMP (MOTORISED) 1
45. DOZING PUMP 1
46. DEAD WEIGHT TESTER 1
47. AIR COMPRESSOR 200-250 CFM 1
48. AIR COMPRESSOR 300-600 CFM 1
49. AIR COMPRESSOR 600-1000 AS REQUIRED
CFM
50. BLAST CLEANING EQPT. 1
51. TOOLS AND TACKLES FOR CORROSION PROTECTION TAPE AS REQUIRED
COATING FOR JOINTS
52. HOLIDAY TESTER ALL SIZE 4 SETS
53. HORIZONTAL AUGER BORING M/C INCLUDING ALL 1
ACCESSORIES
54. HDD RIG WITH ALL EQUIPMENTS & ACCESSORIES-++(See
Comment below) (++) 1(++)
55. WATER TANKER 7.5-10 M3 1
56. ROCK BREAKING M/C (PNEUMATIC/HYDRAULIC) AS REQUIRED(^^)
57. TOOLS AND TACKLES FOR FIXING MECHANICAL/CHEMICAL AS REQUIRED
FASTENERS AS PER SOQ
58. INSULATION RESISTANCE MEGGER 5KV, 2.5KV, 1 EACH
1KV & 500V
59. 3 TERMINAL EARTH TESTER 1
60. DIGITAL MULTIMETER 1
61. TONG TESTER 1
62. RELAY TESTING KIT: Preferably of OMICRON make AS REQUIRED
63. EARTH DISCHARGE ROD 1
64. VARIACS 15-20 AMP AS REQUIRED
65. DC CONTACT RESISTANCE (MV Drop) TEST KIT 100A 1
66. LUX METER 1
67. HYDRAULIC/ MANUAL CRIMPING TOOL 1 SET
68. PRIMARY & SECONDARY INJECTION KIT 1
69. LEAKAGE CURRENT DETECTOR 1
70. POWER SOURCE 24V 1
71. CURRENT SOURCE 4-20 m A 1
72. PRESSURE CALIBRATOR (HIGH/LOW/VACUUM) EACH 1
73. TEMPERAURE CALIBRATOR (RTD/THERMOCOUPLE) EACH 1
74. PORTABLE DRILLING M/C AND HOLE CUTTER 1 SET
75. TOOLS AND TACKLES FOR TUBE CUTTING AND TUBE AS REQUIRED
BENDING MACHINE
76. TOOLS AND TACKLES FOR CALIBRATION AS PER SOQ AS REQUIRED
77. TORQUE WRENCH ALL SIZES 1
78. TOOLS AND TACKLES FOR BLASTING & PAINTING WORKS OF AS REQUIRED
PIPING WORKS AS PER SOQ
79. TOOLS AND TACKLES FOR EXCAVATION BY CONTROLLED AS REQUIRED
BLASTING METHOD
80. TOOLS AND TACKLES FOR IDLE TIME PRESERVATION OF AS REQUIRED
PIPELINE AS PER SOQ
81. ELECTRICIAN TOOL KIT AS REQUIRED
82. INSTRUMENTATION TOOL KIT AS REQUIRED
83. LABORATORY EQPTS AS REQUIRED

++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.

Page 285 of 4779


$ : The nos. of trailers are indicative only. It is contractor responsibility to deploy adequate no. of trailers for
transportation purpose based on the dump site locations.

^^ : "AS REQUIRED" based on rock strata present for the spread.

NOTES:

1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.

2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.

3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.

4. CATEGORY- 2: No documentary proof is required to be submitted for CATEGORY- 2 equipments.

5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.

6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.

7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.

8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.

9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.

10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.

(STAMP & SIGNATURE OF BIDDER)

Page 286 of 4779


LIST OF KEY CONSTRUCTION EQUIPMENTS TO BE MOBILISED BY EXECUTION
CONTRACTOR FOR PIPELINE LAYING & HDD WORKS (PART-D) FOR EPCM
SERVICES FOR KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIPELINE

(TENDER NO. - B414-000-83-41-MK-T-9510-D)


SL. NO. EQUIPMENT DESCRIPTION CAPACITY REQUIREMENT
DURING
CONSTN
CATEGORY-1
1. PIPE LAYER/SIDE BOOM 40 MT AND 1
ABOVE
2. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.7 M3 1
ATTACHMENT
CATEGORY-2
3. CRANE 20-40 MT 1
4. CRANE 40-60 MT AS REQUIRED
5. PIPE LAYER/ SIDE BOOM 40 MT 3
6. DOZER D7/D8 1
7. HYDRAULIC CRANE (MODEL NO: TRX Series- K10,F15 TRX 10-18 MT 2
1651, TRXS 2319 , MAC 1214, FX 120, FX150, 15XWE, 15XWF
Rhino110 FC) WITH AUDIO-VISUAL SIGNALLING DEVICES
AND LIMIT SWITHES
8. PIPE BENDING MACHINE (SUITABLE FOR LINE SIZE) 1
9. HYDRAULIC EXCAVATOR/ BACKHOE WITH ROCK BREAKER 0.3 M3 AS REQUIRED
ATTACHMENT
10. PIPE TRAILER FOR COATED LINE PIPE (FB) 5($)
11. GRADER 1
12. DUMPER/TIPPER 3
13. TRACTOR TRAILER WITH HYDRAULIC UNLOADING 2
FACILITY
14. READY MIXED CONCRETE (RMC) PLANT/ SUPPLIER 5-10 M3/HR 1
15. MIXER MACHINE WITH WEIGH BATCHER 2
16. HOT MIX SUPPLIER AS REQUIRED
17. WMM MIXER/SUPPLIER AS REQUIRED
18. VIBRO/ROAD ROLLER 8-10 T 1
19. PAVER/SUPPLIER AS REQUIRED
20. JACKHAMMER 1
21. BAR BENDING & CUTTING MACHINE 1
22. GPS SURVEY EQUIPMENT 1
23. TOTAL STATION/THEODOLITE 1 SEC 1
24. DUMPY/ AUTO LEVEL 2
25. PIPELINE LOCATOR AS REQUIRED
26. DG SET 65-125 KVA AS REQUIRED
27. SEMI AUTOMATIC WELDING MACHINES AS REQUIRED
28. AUT MACHINE WITH 2 OPERATORS AS REQUIRED
29. DG WELDING MACHINE 7
30. TIG WELDING MACHINE 2
31. GRINDING MACHINE 10
32. GAS CUTTING SET 7
33. TOOLS AND TACKLES FOR CONCRETE COATING AS REQUIRED
34. TOOLS AND TACKLES FOR SWABBING AND DRYING ETC. AS AS REQUIRED
PER SOQ
35. TOOLS AND TACKLES FOR MAGNETIC CLEANING, EGP AND AS REQUIRED
IN-LINE INSPECTION
36. BEVEL CUTTING M/C 2

37. X- RAY M/C - EXTERNAL 1


38. X- RAY M/C - INTERNAL 1

Page 287 of 4779


39. GAMMA RAY SOURCE 1
40. ULTRASONIC TESTING M/C 1
41. TOOLS AND TACKLES FOR DPT & MPT AS REQUIRED
42. WATER FILLING PUMP 1
43. DEWATERING PUMP AS REQUIRED
44. HYDROTEST PRESSURIZATION PUMP (MOTORISED) 1
45. DOZING PUMP 1
46. DEAD WEIGHT TESTER 1
47. AIR COMPRESSOR 200-250 CFM 1
48. AIR COMPRESSOR 300-600 CFM 1
49. AIR COMPRESSOR 600-1000 AS REQUIRED
CFM
50. BLAST CLEANING EQPT. 1
51. TOOLS AND TACKLES FOR CORROSION PROTECTION TAPE AS REQUIRED
COATING FOR JOINTS
52. HOLIDAY TESTER ALL SIZE 4 SETS
53. HORIZONTAL AUGER BORING M/C INCLUDING ALL 1
ACCESSORIES
54. HDD RIG WITH ALL EQUIPMENTS & ACCESSORIES-++(See
Comment below) (++) 1(++)
55. WATER TANKER 7.5-10 M3 1
56. ROCK BREAKING M/C (PNEUMATIC/HYDRAULIC) AS REQUIRED(^^)
57. TOOLS AND TACKLES FOR FIXING MECHANICAL/CHEMICAL AS REQUIRED
FASTENERS AS PER SOQ
58. INSULATION RESISTANCE MEGGER 5KV, 2.5KV, 1 EACH
1KV & 500V
59. 3 TERMINAL EARTH TESTER 1
60. DIGITAL MULTIMETER 1
61. TONG TESTER 1
62. RELAY TESTING KIT: Preferably of OMICRON make AS REQUIRED
63. EARTH DISCHARGE ROD 1
64. VARIACS 15-20 AMP AS REQUIRED
65. DC CONTACT RESISTANCE (MV Drop) TEST KIT 100A 1
66. LUX METER 1
67. HYDRAULIC/ MANUAL CRIMPING TOOL 1 SET
68. PRIMARY & SECONDARY INJECTION KIT 1
69. LEAKAGE CURRENT DETECTOR 1
70. POWER SOURCE 24V 1
71. CURRENT SOURCE 4-20 m A 1
72. PRESSURE CALIBRATOR (HIGH/LOW/VACUUM) EACH 1
73. TEMPERAURE CALIBRATOR (RTD/THERMOCOUPLE) EACH 1
74. PORTABLE DRILLING M/C AND HOLE CUTTER 1 SET
75. TOOLS AND TACKLES FOR TUBE CUTTING AND TUBE AS REQUIRED
BENDING MACHINE
76. TOOLS AND TACKLES FOR CALIBRATION AS PER SOQ AS REQUIRED
77. TORQUE WRENCH ALL SIZES 1
78. TOOLS AND TACKLES FOR BLASTING & PAINTING WORKS OF AS REQUIRED
PIPING WORKS AS PER SOQ
79. TOOLS AND TACKLES FOR EXCAVATION BY CONTROLLED AS REQUIRED
BLASTING METHOD
80. TOOLS AND TACKLES FOR IDLE TIME PRESERVATION OF AS REQUIRED
PIPELINE AS PER SOQ
81. ELECTRICIAN TOOL KIT AS REQUIRED
82. INSTRUMENTATION TOOL KIT AS REQUIRED
83. LABORATORY EQPTS AS REQUIRED

++ : HDD equipment (Capacity and No. of HDD rig to be mobilised shall be ascertained by detailed analysis and
proposed execution philosophy by contractor) with suitable rock cutting attachment based on rocky strata in the
spread and crew shall be deployed based on the SOW and schedule finalised as advised by ENGINEER IN
CHARGE.

Page 288 of 4779


$ : The nos. of trailers are indicative only. It is contractor responsibility to deploy adequate no. of trailers for
transportation purpose based on the dump site locations.

^^ : "AS REQUIRED" based on rock strata present for the spread.

NOTES:

1. The details of critical key construction equipments in good working condition, required to be mobilized during construction
by the Contractor, to complete the work within the schedule. The actual deployment schedule of Construction Equipments
shall be approved by Engineer-in-charge. Contractor shall augment the above list with additional numbers/categories of
equipments, capacity of equipments, tools & tackles, as required and directed by Engineer-In charge to complete the work
within the completion time schedule and quoted price.

2. Contractor shall ensure inventories of HDD Rig(s) ancillary units like Mud pump, Pilots, Drill pipe (Minimum 150% of
actual length of HDD) , Rock cutting tool/ bits etc maintained at site to avoid down time in case of any break-down.

3. CATEGORY-1: BIDDER has option to propose equipments from "OWNED" or "To be purchased" against this category.
BIDDER to provide proof of ownership (Copy of Invoice payment/ Insurance Cover/ Registration with Statutory body/
Certificate from Chartered Engineer) for OWNED equipments, equipment categorized as "To be purchased" shall be
supported with a copy of Purchase Order duly accepted by the Vendor provided its delivery period matches with the
mobilization schedule at site and. In addition bidder has to submit a recent inspection certificate from Chartered Engineer/
Reputed third party agency certifying that equipments are in good working condition.

4. CATEGORY- 2: No documentary proof is required to be submitted for CATEGORY- 2 equipments.

5. Construction equipment identified above shall be mobilised by contractor as and when relevant activities are required to
be carried out for completing the job within completion time schedule and as per direction of Engineer In-charge.

6. Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely
mobilized in good working condition to maintain work progress. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.

7. Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at
any stage prior to award of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion
shall be final and binding in this regard.

8. Meeting the requirement of deployment of above minimum Construction Equipments is a part of Bidder Qualification
Criteria. Bidder shall confirm compliance for deployment of above equipments. BIDDER to categorize this Equipment List
on "Owned/To be purchased" basis separately and submit along with the bid.

9. Contractor shall replace any defective/damaged equipment promptly to complete the work without any time & cost
implication to the Owner/EIL. In case some equipment are not required after completion of relevant activities, the same
can be demobilized with prior WRITTEN approval of Engineer-In-Charge.

10. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL accredited laboratory.

(STAMP & SIGNATURE OF BIDDER)

Page 289 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

[ANNEXURE - VIII TO SPECIAL CONDITIONS OF CONTRACT]

RATE HIRING / RECOVERY RATE FOR EQUIPMENT

Engineers India Limited


New Delhi

Page 1 of 1

Page 290 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
PIPELINE LAYING AND HDD WORKS

HIRING /RECOVERY RATE FOR EQUIPMENTS

HIRING/ RECOVERY
SL
DESCRIPTION OF EQUIPMENT RATE(NOTE-
NO
2)(ININR) RATE/DAY
1 Pipe Layer / Side Boom –90 T & Above Capacity Rs. 15000.00
2 Pipe Layer / Side Boom - 60 T and above (but below 90 T) Capacity Rs. 10500.00
3 Pipe Layer / Side Boom - 40 T and above (but below 60 T) Capacity Rs.8000.00
Excavator / Back Hoe-Series Ex 280/300 or Equivalent or above
4 Rs. 7500.00
Capacity
5 Excavator / Back Hoe- Series Ex 200/260 or Equivalent Rs. 7000.00
6 Rock Breaker attachment Rs. 5600.00
7 Mono Drill Crawler Mounted/ Hand Drill (Pneumatic)for rock blasting Rs. 3000.00
8 Pipe Bending Machine- For all sizes Rs. 7000.00
9 Dozer With Ripper - D8 Or Equivalent Rs. 7500.00
10 Dozer - D7 / D6 Or Equivalent Rs. 4500.00
11 Horizontal Auger Boring Machine-For all sizes Rs. 3500.00
12 Auto Welding Unit-with operators & technicians Rs. 75000.00
Pipe facing (Beveling) machine (appropriate size)
13 Rs. 3000.00
for Automatic Welding
14 Bevel Cutting Machine (Manual) Rs. 600.00
15 Grinding machine Rs. 200.00
16 Gas cutting set with cylinders Rs. 350.00
17 AUT Machine with 2 operators Rs. 15000.00
18 Semi Auto Welding Machines Rs. 2000.00
19 DG Welding Machines(SMAW) Rs. 1140.00
20 D.G. Sets : 62.5 KVA to 200 KVA (inclusive ofgenerators) Rs. 3000.00
21 Induction/Resistance Heating Equipment Rs. 3000.00
22 Pipe Clamp (Pneumatic/Hydraulic)- Internal Rs. 1000.00
23 Pipe Clamp – External Rs. 500.00
24 X-Ray M/C – Internal Crawler Rs. 2500.00
25 X-Ray M/C – External Rs. 1800.00
26 Gamma Source Rs. 760.00
27 Manual UT Machine with 2 operators Rs. 500.00
28 Tyre Mounted Cranes (20 - 40 MT) Rs. 4500.00
29 Hydra (8 – 10 MT) Rs. 3500.00
HDD Rig with All Equipment& Accessories (Capacity 150 T and
30 Rs. 50000.00
above)
31 Blast Cleaning Machine set Rs. 250.00
32 Air Compressor – (300CFM) Rs. 2000.00
33 Air Compressor - (450/600/800 CFM) Rs. 2500.00
34 Air Compressor - (1100 CFM) Rs. 2800.00

Engineers India Limited


New Delhi

Page 291 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
PIPELINE LAYING AND HDD WORKS

35 Water Lifting Pumps (400 m3/hr and above) Rs. 850.00


36 Filling Pumps (400 m3/hr to 1000 m3/hr) Rs. 900.00
HIRING/ RECOVERY
SL
DESCRIPTION OF EQUIPMENT RATE(NOTE-
NO
2)(ININR) RATE/DAY
37 Pressurization Pump –Motorized Rs. 3000.00
38 Dewatering Pump Rs. 800.00
39 Dozing Pump Rs. 250.00
40 Holiday Detector Unit Rs. 400.00
41 Dead WT Tester Rs. 200.00
42 Flat Bed / Semi low bed Trailer Rs. 3500.00
43 Pipe Trailer for Coated Line Pipe Rs. 3000.00
44 Dumper / Tippers Rs. 1500.00
45 Trucks with driver Rs. 2000.00
46 Car/Jeep with driver Rs. 800.00
47 Tractor with trolley Rs. 600.00
48 Tripod with 5 Tons Chain Pulley Block Rs. 300.00
49 Mud Mat (For monsoon working) per piece of size 4m x 2m minimum Rs. 2500.00
Ready Mixed Concrete (RMC) Plant/ Mini Batching Plant/RMC Supplier
50 Rs. 5000.00
(5-10 M3/Hr)
51 Bar Cutting And Bending Machine Rs. 750.00
52 Needle Vibrators Rs. 200.00
53 Conventional Pile Rig (Tri-Pod) Rs. 1000.00
54 Total Station/Theodolite Rs. 750.00

NOTES:-

1. Rates are inclusive of operators / drivers and POL.


2. Rates are inclusive of contractor’s overheads & profit.
3. The recovery rates shall be the rates provided above plus 20% (twenty percent).

SIGNATURE OF THE BIDDER: _____________________________________

NAME OF THE BIDDER: _____________________________________

Engineers India Limited


New Delhi

Page 292 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

CALIBRATION REQUIREMENTS OF MONITORING AND


MEASURING DEVICES AT CONSTRUCTION SITE

[ANNEXURE -IX TO SPECIAL CONDITIONS OF


CONTRACT]

Engineers India Limited


New Delhi

Page 293 of 4779


CALIBRATION REQUIREMENTS OF STANDARD No.
7111~ei~ ENGINEERS MONITORING AND MESURING DEVICES AT 7-82-0002 Rev. 1
Oge...81E1151eg INDIA LIMITED CONSTRUCTION SITES
(A Govt of India Undertaking)
Page 1 of 5

rtal- ITT 3th- Trrcr4


.1 y ch u tt 3Ttq1iVR' 04K-11V

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING DEVICES AT
CONSTRUCTION SITES

1 02.07.2020 Revised & Updated AKK SKS 041.1


Doc. No. 9-1940-0030 Rev 0 has been issued MD SC
0 28.04.2015
as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 294 of 4779


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS
z ti Elfaft
MR",el2MIZON.A0.11
INDIA LIMITED
IA Gov of India Undertalongi
MONITORING AND MEASURING DEVICES
AT CONSTRUCTION SITES
7-82-0002 Rev. 1
Page 2 of 5

Abbreviations:

BIS : Bureau of Indian Standard


NABL : National Accreditation Board for Testing and Calibration Laboratories
CEIL : Certification Engineers International Ltd.
LRS Llyod's Register Group Limited
BV Bureau Veritas
ABS ABS Consultancy
DNV : Det Norske Veritas
IRS Indian Registrar for Shipping
PMI Positive Material Identification

Construction Standards Committee

Convenor: . Sh. A K Kundu, ED (Construction)

Members: Sh. Janak Kishore, ED (Projects)


Sh. Biswaj it Mandal, Sr. GM (SCM)
Sh. Udayan Chakravarty, Sr. GM (Piping)
Sh. Ravindra Kumar, GM (Construction)
Sh. Debasish Ghosal, GM (Construction)
Sh. Pankaj Kumar Rai, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 295 of 4779


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS MONITORING AND MEASURING DEVICES
ogariiii5teg INDIA LIMITED 7-82-0002 Rev. 1
(n eveaveMacr<1.11 IA Govt of incla Undertakong) AT CONSTRUCTION SITES
Page 3 of 5

Requirement for control of monitoring and measuring devices.

SI. Remarks
Description Calibration requirements Frequency
No.
A. Civil-Survey
To check for permanent Once in a year or Record to be
A.1. Theodolite adjustments by traversing and project duration maintained
observing the closing error. whichever is earlier.
(Refer Note).
To check by backsight /
Level Instruments Record to
A.2. foresight readings, the
(Auto Level / Every use. be maintained
temporary adjustments of
Dumply Level)
level. (Refer Note).
a. "Freemans"
make or BIS
approved make
shall be used.
b. Mutilated, or
A.3. Steel measurement ---- ----
broken tapes
tapes shall not be
used.
c. Marking on the
tape shall be
legible

A.4. Cross staff ___ Same as 3b & 3c


above.
Distomat Actual Physical Before using Records to be
A.S. first time at site. maintained.
Verification at Site.
To check for permanent
Once in a year or Record to be
adjustments by traversing and
A.6. Total Station project duration maintained
observing the closing error,
whichever is earlier.
etc. (Refer Note).
B. Civil Laboratory
All balances - ---
B.1 . Check for zero error Whenever used.
Mechanical
Records to be
Weigh Batcher / Calibration of scales Once in three
B.2. maintained.
Batching Plant Months.

Calibration certificate from As per manufacturer


Cube testing manufacturers or from specification or Records to be
B.3. once a year maintained.
machine calibrating laboratories /
agency. (Refer Note). whichever is earlier
Records to be
B.4. Moisture Meter Calibration of scales . 6 months.
maintained.
Calibration certificate from As per manufacturer
manufacturers or from specification or Records to be
B.5 V icat Appratus maintained.
calibrating laboratories / once a year
agency. (Refer Note). whichever is earlier.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 296 of 4779


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS MONITORING AND MEASURING DEVICES
Ogeir lageg INDIA UMITED 7-82-0002 Rev. 1
(OWN elezeR Marred:II (A God or India Undertaking) AT CONSTRUCTION SITES
Page 4 of 5

SI.
Description Calibration requirements Frequency Remarks
No.
C. Mechanical/ Electrical/Welding
Calibration certificate from
calibrating laboratories /
C.1 Pressure gauges Records to be
agencies or calibrate by dead Once in 6 months
maintained.
weight testers with standard
weights or with master Gauge.
(Refer Note)
C.2 Dial gauges Check for Zero error. Whenever used ---
Calibration from
manufacturer or
As per manufacturer's Records
calibrating laboratories /
C.3 Dead weight recommendation or (Calibration
agency. Calibration certificate
tester once in a six month certificate) to
shall not be older than one
whichever is earlier. be maintained.
month from the date of
mobilization. (Refer Note).
Vernier caliper / ---
C.4 Check for Zero error. Whenever used.
screw gauge
Calibration from
manufacturer or
calibrating laboratories / Once in 6 months. Records to
C.5 Holiday tester
agency or calibration by zeep be maintained.
meter. (Refer Note).

Check with standard test films Records to


C.6 Elcometer Before use .
supplied by the manufactures. be maintained.
Calibration Certificate
As per manufacturer's
from various third party
Universal Testing recommendation or Records to
C.7 inspection agency. Viz. CEIL,
machine once a year whichever be maintained.
LRS, BV, ABS, DNV or IRS
is earlier.
etc.
Calibration Certificate
Charpy V-notch As per manufacturer's
from various third party
C.8 recommendation or Records to be
Impact testing inspection agency. Viz. CEIL,
machine. once in a year maintained.
LRS, BV, ABS, DNV or IRS
whichever is earlier.
etc.
Hardness Testing Check with the standard test
machine. block supplied with the Before use. Records to be
C.9
machine as per manufacturer's maintained.
Recommendation.
Chemical
Check with the Before use. Records to be
C.10 Analysis, ex :
standard samples. maintained.
PMI etc.
Once in Six
Calibration Certificate from
Various Digital Months or as per
calibrating laboratories / Records to be
C.1 1 and Analog manufacturer's
agencies or the maintained.
meters. recommendation
Manufacturer (Refer Note).
whichever is earlier.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 297 of 4779


CALIBRATION REQUIREMENTS OF STANDARD No.
`ifs. ENGINEERS MONITORING AND MEASURING DEVICES
EVIeg INDIA LIMITED 7-82-0002 Rev. 1
eleelez dAJgan.0 (A Govt of Indta Undertaking) AT CONSTRUCTION SITES
Page 5 of 5

SI. Calibration
Description Frequency Remarks
No. requirements
HIPOT Kit, Multimeter / Calibration Certificate
Clampmeter, Ohmicron from calibrating Records to be
C.12 Once in Six months.
Kit, CT Analyser, CRM laboratories / agencies maintained.
Kit, BDV Kit, (Refer Note).
Tachometer etc.
Calibration from
Temperature / manufacturer or any Once in Six months. Records to be
C.13 maintained
Pressure recorders calibrating laboratories /
agency (Refer Note).
Calibration Certificate To be discarded in
C.14 from Once in Six months.
Temperature gauges case of damage or
calibrating laboratories /
malfunctioning.
agencies (Refer Note).
Manufacturer's
C.15 --- --
Thermocouples Certificate or Chemical
Check
Calibration from To be discarded in
C.16 Vibration probes Once in a year.
calibrating laboratories / case of damage or
agencies (Refer Note). Malfunctioning.
Calibration from To be discarded in
C. 17 Decibel-Meter calibrating laboratories / Once in a year. case of damage or
agencies (Refer Note). Malfunctioning.
As per
Calibration from
manufacturer's
Manual Torque Wrench / manufacturer or any Records to be
C.18 recommendation or
Electric Torque Machine calibrating laboratories / maintained
once in a year
agency (Refer Note).
whichever is earlier.
As per
Calibration from
manufacturer's Records to be
manufacturer or any maintained.
C.19 Mother Oven recommendation or
calibrating laboratories /
once in a year
agency (Refer Note).
whichever is earlier.

Note: If Error is found, it has to be sent to manufacturers or their agents (Calibrating laboratories /
agency) or to any other lab / agency for recalibration / rectification and certification. The
calibrating laboratory / agency shall be NABL accredited or any other lab accredited as per
ISO/IEC:17025 by any of the National/International accreditation body for relevant testing.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL - All rights reserved

Page 298 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

CONDITIONS FOR ISSUE AND RECONCILIATION OF


MATERIALS

[ANNEXURE -X TO SPECIAL CONDITIONS OF


CONTRACT]

Engineers India Limited


New Delhi

Page 299 of 4779


STANDARD No.

311 ENGINEERS CONDITIONS FOR ISSUE AND
$fg-ar INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
,>iwn Jw9.-11 IA Govt ot Intlia UndertakIng)
Page 1 of 9

ffl"ilaT V"4'
2Tg'

CONDITIONS FOR ISSUE AND


RECONCILIATION OF MATERIALS

j .04"
XN"fr..
1 24.01.2014 Reaffirmed & Issued as Standard SM DJ RKD SC
Doc. No. 6-10-0001 Rev 0 has been revised
0 21.05.2008 AS GKI SCB VC
and issued as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 300 of 4779


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
011eg INDIA LIMITED RECONCILIATION OF MATERIALS
IA Govt of Indta Undertakingt
7-82-0001 Rev. 1
Page 2 of 9

Abbreviations:

MS Mild Steel

OFC Optical Fibre Cable

OTDR Optical Time Domain Report

Construction Standards Committee

Convenor: Sh. RK Das, ED (Construction)

Members : Sh. M Deshpande, GM (Construction)


Sh. M Natarajan, GM (C&P)
Sh. Rakesh Nanda, GM (Piping)
Sh. S Mukherjee, DGM (Construction)
Sh. Janak Kishore, DGM (Projects)
Sh. D Jana, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 301 of 4779


STANDARD No.
01 ENGINEERS CONDITIONS FOR ISSUE AND
INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
* IA Govt ol Indo Undertakmg)
Page 3 of 9

CONTENTS

1.0 CONDITIONS FOR ISSUE OF MATERIALS 4

2.0 RETURN OF UNUSED MATERIAL/ SCRAP 4

3.0 CEMENT 5

4.0 REINFORCEMENT BARS /STRUCTURAL STEEL/PLATES 5

5.0 PIPING MATERIALS 6

6.0 EQUIPMENTS 7

7.0 CABLES 7

8.0 LINE PIPES 7

9.0 OPTICAL FIBRE CABLE 8

10.0 OFC JOINTING KITS 9

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 302 of 4779


STANDARD No.
J11 ENGINEERS CONDITIONS FOR ISSUE AND
$g-
arfffl
1.12,1
Erdg INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
IA Govt of Indo Underlakingt
Page 4 of 9

1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued by Owner, following conditions for issue of material in
addition to other conditions specified in the contract shall be applicable:

1.1 Necessary indents shall be raised by the Contractor as per procedure laid down by the
Engineer-in-Charge from time to time, when the materials are required for incorporation in
permanent works.

1.2 Materials shall be issued only for permanent works and not for temporary works, enabling
works etc. unless specifically approved by the Engineer-in-Charge.

1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work
site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the Engineer-in-Charge. No separate
payment for such expenditure shall be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass.

1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.

2.0 RETURN OF UNUSED MATERIAL/ SCRAP

2.1 All unused/scrap materials shall be the property of the Owner and shall be returned in good
and acceptable condition category wise by the Contractor at his own cost to Owner's Store(s).

2.2 No credit shall be given to the Contractor for return of scrap. The Contractor should quote the
rates accordingly. Contractor shall make his own arrangements for weighing the cut offs to be
returned to Owner's stores.

2.3 In case the Contractor fails to return unused materials/ accountable scrap, then recovery for
such quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bilis or from any other dues of the Contractor to the Owner:

S.
Material Penal Rates
No.

(a) Penal rate for non return of accountable scrap


1. Issue Rate + 25%
Penal rate for return of serviceable materials in or
(b)
excess of permitted % allowances Landed Rate + 25%
(in case issue rate are not
Penal rate for issuance of unplanned OFC jointing indicated in the contract)
(c)
kits

Penal rates for non return of Unused material and Twice the Issue Rates
(a) or penal rate for generating scrap in excess of or
2. permitted % allowances Twice the Landed Rates
(in case Issue Rates are
Penal rate for using excess amount of materials not indicated in the
(b)
like cement than permitted % allowances Contract)

NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order of respective
material received at site by Owner/EIL.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 303 of 4779


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
5fg-ar 2154--cg INDIA LIMITED
IA GoN of Ind■O Undenak.g)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Page 5 of 9

2) In case more stringent penal rates have been indicated elsewhere in the
Contract (based on Project requirement), the same shall supersede the above
rates.

3.0 CEMENT

3.1 Cement as received from cement Manufacturer/Stockists shall be issued to the Contractor.
The theoretical weight of cement in each bag for issue purpose shall be considered as 50 Kg or
20 bags per MT. However, cement bags weighing upto 4% less shall be accepted by the
Contractors and charged for as full bag.

3.2 The Contractor is required to submit the design mix for different grades of concrete, keeping
in view the requirements stipulated in IS:456 and IS 10262, specifically regarding durability,
slump and water cement ratio and specific gravity of materials brought to site as analyzed in
the laboratories. The design shall be based upon absolute volume method and theoretical
consumption of cement shall be worked out on this basis. For other than concrete items, the
coefficients for consumption of cement shall be adopted as per CPWD practice.

3.3 The permissible variation between Cement actually used on the job and theoretical
consumption worked out on the basis stipulated in above para 3.2 and as determined by
Engineer-in-Charge shall be 3% (Three percent only).

If the actual consumption is more than 103% of the theoretical consumption, then recovery at
the penal rates for the quantity of cement beyond the limit of 103% of theoretical consumption
shall be affected as per clause 2.3 above.

3.4 Unused quantity of cement shall be returned by the Contractor to the Owner's stores in good
condition only.

3.5 The Contractor shall maintain a good store for storing cement issued to him. The flooring of
the storage house, the clearances of cement bags from the side walls/ floor & stack height etc.
shall be as instructed by the Engineer-in-Charge.

3.6 The contractor shall maintain a Cement Register in prescribed format and update the entries
on daily basis.

3.7 The cement store shall be offered for inspection and verification by the Engineer-in-Charge or
his authorized representative at any time when the Engineer-in-Charge feels the need to do so.

3.8 Empty cement bags shall be the property of the Contractor and shall have to be disposed off
by him.

4.0 REINFORCEMENT BARS / STRUCTURAL STEEL / PLATES

4.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issued by
the Owner, shall be total 3% (2.5% accountable and 0.5% unaccountable) of the actual
consumption as incorporated in the works.

4.2 All serviceable reinforcement bars/structural steel/steel plates shall be issued in available
length/shapes/sizes and no claims for extra payment on account of issue of non-standard
lengths/shapes/sizes and bending etc. shall be entertained. Reinforcement bars and structural
steel shall be issued on weighment basis as per normal warehousing practice. In exceptional
circumstances, the reinforcement bars/ structural steel, if issued on linear measurement, the IS
coefficients for unit weight shall be considered. For the purpose of billing and accounting,
only linear measurements shall be taken and weight shall be calculated as per IS coefficients
in three decimals. The difference in unit weight as per IS and actual as issued, if any, shall be

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 304 of 4779


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
--,112-
$Igu g INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
-„„,,„-„, (A Govt ot Ind(o Itoeonotoo9)
Page 6 of 9

to Contractor's account and Contractor is deemed to have considered the same at the time of
bidding.

4.3 Reinforcement bars/structural steel/steel plates shall be issued only for those items where
Owner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply. The
storage of these items shall be done in such a way so as to avoid rusting/ damage to any kind
to the materials.

4.4 All reinforcement bars/structural steel (except M.S. Plates) in length of 2 meters and above
shall be considered as serviceable materials provided the material is in good and acceptable
condition. Reinforcement bars/structural steel section (except M.S. Plates) in lengths less than
2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

4.5 For the purpose of accounting of the plates, all plates measuring not less than 1 Sq.m in area
and having any dimensions not less than 200mm when returned to Owner's store, shall be
considered as serviceable material. All other pieces shall be treated as wastage/scrap. The
Contractor shall prepare a plate cutting diagram in such a way that the minimum scrap is
generated. Also the cut plates should be used at proper places to reduce the scrap.

4.6 The serviceable cut pieces as mentioned in 4.4 & 4.5 above shall be considered as unused
material for reconciliation purpose.

4.7 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

5.0 PIPING MATERIALS

5.1 All serviceable pipes shall be issued in available lengths/shapes and no claims for extra
payments on account of issue of non-standard length & shape shall be entertained. Pipes shall
be issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on
number(s) basis. Contractor shall store the materials in such a way so as to avoid mixing of
different types of material and shall maintain complete identification and traceability at all
times.

5.2 The scrap allowance for pipes issued by the Owner shall be 3% (2.5% accountable + 0.5%
unaccountable) of the actual consumption as incorporated in the works.

5.3 All pipes in length of 2 meters and above shall be considered as serviceable material provided
the material is in good and acceptable condition and has clear identification and traceability
(Manufacturer's name, heat number/batch number and test certificates). Pipes in lengths less
than 2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

5.4 All unused/scrap pipes, valves, flanges, forged fittings like elbows, reducers tees shall be
returned by the Contractor category wise duly cleaned, greased and spec. marked at his own
cost to Owner's stores.

5.5 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 305 of 4779


STANDARD No.
,31 --1 ENGINEERS CONDITIONS FOR ISSUE AND
fêt2s
(~ C1,01,,
1,
1 .345n.
INDIA LIMITED
(A Govt of Indo undertakmg)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Page 7 of 9

6.0 EQUIPMENTS

Various equipment/materials intended for the installation shall be received by Owner in


unpacked, skid mounted, crated, packed or loose condition and shall be stored in the
warehouses and open yards. In general, materials shall be issued to the Contractor in `as
received' condition. It shall be the Contractor's responsibility to draw, load and transport all
materials from Owner's designated places of issue to the point of installation and return all
packing materials like steel frames, wooden boxes/scrap etc. to Owner's stores.

All materials supplied by the Owner shall be duly protected by the Contractor at his own cost
with appropriate preservative like primer, lacquer coating, grease etc. as required.

7.0 CABLES

Appropriation of cables shall be done as follows:

7.1 Al1 the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner to
the Contractor shall be returned by the Contractor to the Owner's store in good condition and
as directed by the Engineer-in-Charge.

7.2 The Contractor shall be allowed a cutting/wastage allowance (accountable scrap) of 1.5% for
power cables and 3% for the control cables. This cutting/wastage allowance shall be
computed on the length of cables actually laid, measured and accepted.

7.3 All cables being returned to store should carry Aluminium sheet tags indicating the size &
type of cable. Cables of less than 15 meters length shall be termed as scrap. Cables of lengths
15M and above shall be termed as serviceable material & shall be returned size wise and
category wise to the Owner's store in wooden drums. Cables of serviceable length being
returned to stores in drum(s) shall be accepted only after Megger value continuity test and
physical measurement is carried out by the Contractor to the satisfaction of Engineer-in-
Charge. Empty cable drums and major packing material (as decided by Engineer-in-charge)
shall be Owner's property and shall be returned to Owner's Store/designated place without
any additional cost.

The contractor shall strive to avoid generation of cut pieces of length 15m and above, as far as
practicable, by effectively planning & executing the construction works.

7.4 While carrying out material appropriation with the Contractor, the above points shall be taken
into account. All serviceable materials returned by the Contractor (size wise & category wise)
shall be deducted from the quantity(ies) issued to the Contractor for the respective sizes.
Scrap generated for power cable and control cable shall also be returned to Owner's store on
Lot basis. Wherever applicable, the recovery at penal rates as per clause 2.3 above shall be
affected from the contractor.

8.0 LINE P1PES

8.1 All bare/ coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The serviceable line pipes shall be issued in available lengths and shapes
and no claim for extra payment on account of issue of non-standard length and shape shall be
entertained. Contractor shall store and maintain the line pipes in proper manner to avoid
mixing of different classes of pipes. Contractor shall maintain complete identification and
traceability at all times. Al1 cut pieces when returned to Owner's storage points after beveling,
shall be considered as serviceable material provided:

a) Corrosion Protection Coating is intact.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 306 of 4779


STANDARD No.
k5-1
1 2,zi& ENGINEEFZS CONDITIONS FOR ISSUE AND
$1g-ar 22-
rt~dg-
Nyry INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Govt ol Indo Undettakingt
Page 8 of 9

b) Pipe pieces have pipe specifications, manufacturer's logo/name and heat number duly
authenticated with hard stamp of the authorized inspector as per approved procedure.

A11 cut pieces of pipes measuring less than 2 M shall be treated as wastage/scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

8.2 For the purpose of accounting of bare/ coated line pipes, following allowances shall be
permitted:

a) Unaccountable wastage
- upto 100 Km 0.1%
- 101 to 500 Km 0.07%
- beyond 500 Km 0.05%

b) Scrap (All cut pieces of pipes measuring 0.25%


less than 2 Meter)

c) Serviceable materials (All cut pieces of pipe 0.5%


measuring 2 Meter and above)

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

8.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

9.0 OPTICAL FIBRE CABLE

9.1 For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m
and above when retumed to Owner's storage points shall be treated as serviceable materials.
All cut pieces of cable measuring less than 40 M shall be treated as scrap.

For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:

a) Unaccountable wastage 0.5%


b) Scrap (A11 cut pieces of cables measuring less than 40 M) 0.25%
c) Serviceable material (measuring 40m to 750m) 0.25%

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

Cables returned in original drum (measuring 750m and above) with Optical Time Domain
Report (OTDR) shall be considered as unused material.

9.2 The contractor shall strive to avoid generation of cut pieces of length 40m and above, as far as
practicable, by effectively planning & executing the construction works.

9.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 307 of 4779


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
IA Govt of Indo Undertaking)
Page 9 of 9

10.0 OFC JOINTING KITS

The Contractor shall make a schedule for use of Cable jointing kits and get the same approved
from Engineer-in-charge. The quantity mentioned in this schedule shall be termed as
`planned' usage quantity which shall be issued to the Contractor. However, any jointing based
on site requirements as decided by Engineer-in-charge shall be included in planned quantity.

Any unplanned jointing required to be carried out by the Contractor due to reasons not
attributable to Owner/EIL shall be issued from spare quantity, if available with Owner. Such
unplanned OFC Jointing Kits shall be charged from the contractor at penal rates as per clause
2.3 above.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 308 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

DOCUMENTATION REQUIREMENT FROM SUB-


CONTRACTOR

[ANNEXURE -XI TO SPECIAL CONDITIONS OF


CONTRACT]

Engineers India Limited


New Delhi

Page 309 of 4779


Page 310 of 4779
SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 2 of 8

Abbreviations:

DCI - Document Control Index


FOA - Fax of Acceptance
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
QMS - Quality Management System
URL - Universal Resource Locator
V Portal- Vendor Portal

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 311 of 4779


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 3 of 8

CONTENTS

Clause Title Page No.


1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 DOCUMENTATION AND DATA REQUIREMENTS ............................................................ 4

Attachments

Format for completeness of Final Documentation : Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 312 of 4779


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Contractors

All documents / data against the Tender / Contract shall be developed and submitted to EIL /
Owner by the contractor for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Contractor

For the purpose of this specification, the word “CONTRACTOR” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products and services. The word is considered synonymous to bidder, supplier or
vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements from


Bidders

4.0 DOCUMENTATION AND DATA REQUIREMENTS

4.1 Order Acknowledgement and Assigning Project Manager

After placement of order, Contractor shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Contractor shall assign a Project Manager for that order though
online portal and provide requisite details. Project Manager details shall include e-mail
address, mailing address, mobile / telephone nos., fax nos. and name of Project Manager. All
the system generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.2 Documents / Data to be submitted by the Contractor

4.2.1 The contractor shall submit the documents and data against the Tender / Contract as per the
list specified in respective Tender / Contract.

4.2.2 Review of the contractor drawings / Documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the contractor of his
responsibility / contractual obligation to comply with Tender / Contract requirements,
applicable codes, specifications and statutory rules / regulations. Any error / deficiency
noticed during any stage of manufacturing / execution / inspection / installation shall be
promptly corrected by the contractor without any extra cost or time, whether or not comments
on the same were received from EIL during the drawing review / inspection stage.

4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent/ Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 313 of 4779


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 5 of 8

QMS - 1 week
Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Document Control Index

4.2.4 Documents as specified in Tender / Contract are minimum requirements. Contractor shall
submit any other document / data required for completion of the job as per EIL / Owner
instructions.

4.3 Style and Formatting

4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.3.2 Before submitting the drawings and documents, contractor shall ensure that the following
information are properly entered in each drawing:

Tender Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Owner
Main Contractor (if work is sub-contracted)
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

4.4 Review and Approval of Documents by Contractor

4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
contractor before submission. Revision number shall be changed during submission of the
revised contractor documents and all revisions shall be highlighted by clouds. Whenever the
contractor require any sub- contractor drawings to be reviewed by EIL, the same shall be
submitted by the contractor duly reviewed, approved and stamped by the contractor. Direct
submission of sub- contractor’s drawings without contractor’s approval shall not be
entertained.

4.5 Document Category

4.5.1 Review Category

Following review codes shall be used for review of contractor Drawings / Documents:

Review Code 1 - No comments. Proceed with Manufacture /


Fabrication / Construction as per the document.
Review Code 2 - Proceed with Manufacture / Fabrication / Construction
as per commented document. Revised document
required.
Review Code 3 - Document does not conform to basic requirements as
marked. Resubmit for review.
R - Document is retained for Records. Proceed with
Manufacturing / fabrication as per Tender/ Contract
Requirement.

V - Void

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 314 of 4779


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 6 of 8

4.6 Methodology for Submission of Documents to EIL / Owner

4.6.1 Document Control Index (DCI)


Contractor shall create and submit Document Control Index (DCI) for review based on PO /
PR / MR along with schedule date of submission of each drawing / document on EIL Vendor
Portal. The DCI shall be specific with regard to drawing / document no. and the exact title.
Proper sequencing of the drawings / documents should be ensured in schedule date of
submission.

4.6.2 Submission of Drawings / Documents / Data


Drawings / documents, data and DCI shall be uploaded on the EIL Vendor Portal. The detail
guidelines for uploading documents on EIL Vendor Portal are available on following URL
http://edocx.eil.co.in/vportal

4.6.3 Statutory Approvals


Wherever approval by any statutory body is required to be taken by Contractor, the Contractor
shall submit copy of approval by the authority to EIL.
4.6.4 Schedule and Progress Reporting
Contractor shall submit monthly progress report (MPR) and updated procurement, engineering
and manufacturing status (schedule vs. actual) and highlight constraints, if any, along with
action plan for mitigation, to the EIL / Owner by 1st week of every month. One month Look-
ahead schedule including the mobilization plan shall be submitted within 2 weeks from FOA /
LOA. In case of exigencies, EIL / Owner can ask for report submission as required on weekly
/ fortnightly / adhoc basis depending upon supply status and contractor shall furnish such
reports promptly without any price implication. Format for progress report shall be submitted
by the contractor during kick off meeting or within one week of receiving FOA / LOA,
whichever is earlier.

4.6.5 Quality Assurance Plan / Inspection and Test Plan


Inspection and test plans attached if any, to the tender are generic and indicative only.
Immediately after receipt of the order, contractor shall submit within one week of receiving
FOA / LOA, job specific ITPs based on the indicative ITPs. Further, contractor shall also
submit Quality Assurance Plan for project activities in the scope of contract, starting from
manufacturing to handing over / commissioning, these plans shall cover / identify the activities,
relevant procedure, if any, code of conformance, resources for performance and checking /
monitoring, approval requirements and authority, records to be generated and audit scope by
EIL/Owner.
For EPCC / LSTK / Package contracts, the contractor shall prepare a list of items / equipment
and their inspection categorization plans for all items included in the scope of supply
immediately after receipt of order and obtain approval for the same from EIL. The items shall
be categorized into different categories depending upon their criticality for the scope of
inspection of TPIA and / or EIL.

4.6.6 Inspection Release Note (IRN)/ Inspection Certificate (IC)


Contractor shall ensure that all documents viz. documents reviewed, manufacture’s test
certificate etc., mentioned in Inspection Release Note (IRN), issued by EIL / third party against
the materials supplied by contractor, are sent to EIL along with the IRN.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 315 of 4779


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 7 of 8

IRN / IC shall be issued by EIL Inspector / third party inspection agency only after all the
drawings/documents as per DCI are submitted and are accepted under review code-1 & code
R. Material / Equipment dispatch from contractor’s / sub vendor’s works shall not commence
till above condition is met.

Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of Tender / Contract.

Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN/IC
a) Tender document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in EIL
standard specifications, Inspection Test Plan / QAP and approved documents.

4.6.7 Pre Commissioning & Commissioning Activities Management System (PCAMS)


Pre Commissioning & Commissioning activities management system software shall be
followed for Mechanical completion, check listing of loops, punch points, hydro test and issue
of Formats during the Pre Commissioning and Commissioning activities and the same can be
accessed on following URL
https://pcams.eil.co.in/

4.7 Final Documentation


4.7.1 As built Drawings
Minor Shop / Site changes made by contractor after approval of drawings under ‘Code 1’ by
EIL and deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped ‘As-built’ by the contractor. These ‘As-built’ drawings
shall be reviewed and stamped by EIL Inspector / Site engineer / TPIA also, as the case may
be. Format for completeness of final documents (Format No. 3-78-0004) is attached with this
specification. Contractor shall prepare scanned images files of all marked – up ‘As – built’
drawings. Simultaneously contractor shall incorporate the shop / site changes in the native soft
files of the drawings also.

4.7.2 As built Final Documents


As built final documents shall be submitted as listed in Tender / Contract

4.7.3 Packing / Presentation of Final Documents


Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be inserted
in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with an extra strip
of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x 315 mm
(101/2 inch x 121/2 inch) and shall not be more that 75 mm thick. It may be of several volumes
and each volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where numbers of volumes are more, 90mm thickness can be used. Each
volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder
cover and will have 2 lever clips. In case of imported items documents, 4 lever clip shall also
be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents
with page numbering must be incorporated by contractor. Spiral / Spico bound documents
shall not be acceptable. As mentioned above, books should be in hard board plastic folders
with sheets punched and having 2/4 lever clips arrangement.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 316 of 4779


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0002 Rev. 2
REQUIREMENTS FROM
CONTRACTORS Page 8 of 8

Each volume shall contain on cover a title block indicating Tender No., name of project, name
of customer, package equipment tag no. & name (if applicable). Each volume will have hard
front cover and a reinforced spine to fit thickness of book. These spines will also have the title
printed on them. Title shall include also volume number (say 11 of 15) etc.

4.7.4 Submission of Soft copies


Contractor shall submit to EIL, the scanned images files as well as the native files of drawings
/ documents, along with proper index.
In addition to hard copies, contractor shall submit soft copies of all the final drawings and
documents in pen drive or any other specified medium with proper identification tag, all text
documents prepared on computer, scanned images of all important documents (not available
as soft files), all relevant catalogues, manuals available as soft files (editable copies of drawings
/ text documents, while for catalogues / manuals / proprietary information and data PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL Vendor Portal and if applicable on
Client Server also.

4.7.5 Completeness of Final Documentation


Contractor shall get the completeness of final documentation verified by EIL / TPIA and attach
the Format for Completeness of Final Documentation (Format No. 3-78-0004) duly signed by
EIL or TPIA as applicable to the final document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 317 of 4779


COMPLETENESS OF FINAL
DOCUMENTATION
Page 1 of 2

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.

Purchase Requisition No./ :


Tender No. Rev. No. :

Name of the Work/ Equipment :

Tag. No. :
Supplier’s / Contractor’s Works :
Order No.

Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 318 of 4779


COMPLETENESS OF FINAL
DOCUMENTATION
Page 2 of 2

Annexure-1

Final Documentation Index Sheet


PR/PO/Tender Rev. No.
No.

Serial No. Document Title Page/ No. of Pages


Folder No.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 319 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL


STEEL BY SUB-CONTRACTOR

[ANNEXURE – XII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 320 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

PROCUREMENT OF TMT BARS, CEMENT AND STRUCTURAL STEEL BY SUB-CONTRACTOR

1.0 Contract Clause for acceptance of Structural Steel & TMT Bars

1.1 Steel manufactures having valid BIS certificate and listed in the BIS website as on
date of procurement of steel shall be allowed for supply of steel (Structural steel and
TMT bars) and contractor shall procure from them with prior intimation to Engineer-
in-charge.
1.2 Tests after receipt of structural steel at site:
In addition to availability of valid BIS license and MTC, testing at site shall be
conducted by the contractor as per following requirement.
• For each category / size of structural steel procured, one sample from every
50 MT or part thereof shall be drawn and tested in approved laboratory.
• The charges for such testing shall be borne by the contractor.
1.3 Tests after receipt of TMT bars at site:
In addition to availability of valid BIS license and MTC, testing at site in approved
laboratory shall be conducted by the contractor as per the following requirement.
• Under 10 mm bars one sample (diameter wise) for each 25 MT (or part
thereof) for consignment below 100 MT and one sample (diameter wise)
each 40 MT for consignment above 100 MT shall be tested.
• For 10 mm to 16 mm bars, one sample (diameter wise) for each 35 MT (or
part thereof) for consignment below 100 MT and one sample (diameter wise)
for each 45 MT (or part thereof) for consignment above 100MT shall be
tested.
• Over 16 mm bars one sample (diameter wise) for each 45 MT (or part
thereof) for consignment below 100 MT and one sample (diameter wise) for
each 50 MT (or part thereof) for consignment above 100 MT shall be tested.
• The charges for such testing shall be borne by the contractor.
2.0 Contract Clause for acceptance of Cement manufacturer
2.1 Cement manufacturers having valid BIS certificate and listed in the BIS website as
on the date of procurement of cement shall be allowed for supply of cement and
contractor shall procure cement from them with prior intimation to Engineer-in-
charge.

2.2 Tests after receipt of cement at site:

Each batch of cement (week wise as mentioned on cement bags) supplied by the
contractor after delivery at site shall be subject to the tests and analysis required by
the relevant Indian Standard codes. The contractor shall carry out and bear the cost
of all tests and analysis to ensure quality of cement before using in actual works.

Engineers India Limited


New Delhi

Page 321 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
PIPELINE LAYING AND HDD WORKS

FORMAT FOR APPROVAL OF FURTHER SUB-CONTRACTOR

[ANNEXURE – XIII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 322 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
PIPELINE LAYING AND HDD WORKS

Approval of further Construction Sub-Contractor

1. NAME OF SUB-CONTRACTOR :
2. NAME OF WORK LOCATION :
3. NAME OF PROPOSED FURTHER :
SUB-CONTRACTOR
4. SCOPE OF WORK PROPOSED TO BE SUB- :
CONTRACTED (BRIEF) BY THE SUB-
CONTRACTOR SELECTED BY EIL
5. ESTIMATED VALUE OF THE PROPOSED :
WORK TO BE SUB-CONTRACTED (INR):
6. QUALIFYING CRITERIA FOR FURTHER SUB- :
CONTRACTOR:
i) Similar Work experience : :
1 (One) Contract of 50% or 2 (two) contracts of
40 % or 3 (Three) Contract of 30%, each of
estimated value of proposed work to be sub-
contracted, in last 7 years :
ii) Annual Turnover :
Not less than 30% of minimum average
annualized (*) estimated value of proposed
work to be sub-contracted; as per the audited
annual financial results in at least one of the
immediate preceding three financial years
iii) Networth shall be at positive as per the :
immediate preceding year’s Audited financial
results.
iv) Working Capital:
Proposed sub-contractor should have minimum
working capital equal to 10% of the estimated
annualized (*) value of proposed work to be
sub-contracted as per the immediate preceding
year’s audited financial results.
In case proposed sub-contractor is unable to
meet the working capital requirement as above,
the proposed sub-contractor can supplement
the working capital with a fund based line of
credit from any scheduled bank in India or a
commercial bank having Net Worth more than
equivalent INR 100 Cr.. In such a case,

Engineers India Limited


New Delhi

Page 323 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
PIPELINE LAYING AND HDD WORKS

proposed sub-contractor shall furnish a


declaration from the Bank for availability of
unutilized fund based line of credit for the
shortfall in working capital below 10% of the
estimated annualized (*) value of proposed
work to be sub-contracted, in the format
enclosed in the Bidding Document.
(*) For works having scheduled completion
period of less than 12 months, annualization of
value of proposed work to be sub-contracted for
calculation of Annual Turnover & Working
Capital shall not be done.
7. EXPERIENCE AND FINANCIAL DETAILS OF :
PROPOSED SUB-CONTRACTOR
i) Contract Value of similar work executed (as :
evidenced by work Order & Completion
Certificate) During the last 7 years
ii) Annual Turnover during last 3(three) years (as :
evidenced by Balance Sheets)
iii) Networth as per latest annual balance sheet/ :
Profit & loss account
iv) Working Capital

8 CRITERIA FOR QUALIFICATION OF SUB- :


CONTRACTOR
i) Sl.No. 7(i) > 6 (i) : YES / NO

ii) Sl.No. 7 (ii) > 6 (ii) : YES / NO

iii) Sl.No. 7 (iii) should be positive : YES / NO

iv) Sl.No. 7 (iv) > 6 (iv) : YES / NO

9 Based on above information, we M/s_____________________________ (Name of SUB-


CONTRACTOR) propose M/s.___________________________________ (Name of proposed
further sub-contractor) as our sub-contractor for the above-mentioned works. We understand that
notwithstanding above approval, we shall remain fully responsible for the performance of the said
sub-contractor and any failure of the sub-contractor shall not absolve/relieve us of our responsibility
to complete the works as per the terms and conditions of the Contract.
NOTE: SUB-CONTRACTOR to fill all the details in the above proforma. Further, SUB-CONTRACTOR
shall also fill-in the details at Sl.No.5 above based on the estimated value of the proposed work to be sub-
contracted.

(STAMP & SIGNATURE OF SUB-CONTRACTOR)


Engineers India Limited
New Delhi

Page 324 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
PIPELINE LAYING AND HDD WORKS

EIL SPECIFICATIONS ON HEALTH, SAFETY AND


ENVIRONMENT (HSE) MANAGEMENT

[ANNEXURE -XIV TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 325 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS HEALTH, SAFETY &
*,taez Etweg
1.11W1 2TRIAZ ORM,
INDIA LIMITED
IA Govt O India Undertaking)
ENVIRONMENTAL MANAGEMENT
6-82-0001 Rev.1
AT CONSTRUCTION SITES Page 1 of 102

T2IT IT{ 4-(414-271-,


qe4lqiul cr -c.17 &Hog) 1r0f4t21-

STANDARDSPECIFICATIONFOR
HEALTH, SAFETY&ENVIRONMENTAL
(HSE)MANAGEMENT AT
CONSTRUCTION SITES

Ur17
—"slirr1
1. 011
1 07/06/2022 REVISED & UPDATED BT RK JPV
0 23/12/2020 REVISED & UPDATED BT RK AKK S Mazumdar
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No. by by
Approved by

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

Page 326 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 2 of 102

Abbreviations:
AERB : Atomic Energy Regulatory Board
ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre
BS : British Standard
BOO/BOOT : Build, Own, Operate/Build, Own, Operate,Transfer
EIL : Engineers India Limited
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
HOD : Head of Department
HSE : Health, Safety & Environment
HIRAC : Hazard, Identification Risk Assessment & Control
HMV : Heavy Motor Vehicle
HV : High Voltage
IS : Indian Standard
ISO : International Organization for Standardization
IE : Indian Electricity
LTI : Lost Time Injuries
LMV : Light Motor Vehicle
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
OH&S : Occupational Health and Safety
OISD : Oil Industry Safety Directorate
PPE : Personal Protective Equipment
PUC : Pollution Under Control
RC : Registration Certificate
RCCB : Residual Current Circuit Breaker
RCM : Resident Construction Manager or Site-in-Charge, as applicable
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
SWL : Safe Working Load
TPI : Third Party Inspection
TBT : Tool Box Talks

Construction Standards Committee


Convenor: Sh John Paul V, ED (Construction)

Members: Sh. Janak Kishore, ED (Projects)


Sh. Chinmoy Kapuria, Sr. GM (SCM)
Sh. Udayan Chakravarty, Sr.GM (Piping)
Sh. Ravindra Kumar, Sr.GM (Construction)
Sh. Debasish Ghosal, GM(Construction)
Sh. Pankaj Kumar Rai, DGM (Construction)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 327 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 3 of 102

CONTENTS
PAGE
CLAUSE TITLE
NO.
1.0 SCOPE ………………………………………………………………………... 5
2.0 REFERENCES ………………………………………………………………... 5
3.0 REQUIREMENT OF HEALTH, SAFETY AND ENVIRONMENTAL (HSE)
MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS ........ 5
3.1 Management Responsibility ………………………………………... 5
3.1.1 HSE Policy & Objective ……………………………… 5
3.1.2 Management System ………………………………….. 5
3.1.3 Indemnification ……………………………………….. 5
3.1.4 Deployment &Qualification of Safety Personnel ……. 6
3.1.5 Implementation, Inspection& Monitoring …………… 8
3.1.6 Behavior Based Safety ……………………………….. 8
3.1.7 Awareness …………………………………………….. 9
3.1.8 Fire Prevention &First-Aid …………………………... 9
3.1.9 Documentation ………………………………………... 10
3.1.10 Audit ………………………………………………….. 10
3.1.11 Meetings ………………………………………………. 11
3.1.12 Intoxicating Drinks & Drugs and Smoking …………... 11
3.1.13 Penalty ………………………………………………… 11
3.1.14 Accident/Incident Investigation ……………………… 14
3.2 House Keeping ……………………………………………………… 14
3.3 HSE Measures ……………………………………………………… 15
3.3.1 Construction Hazards …………………………………. 15
3.3.2 Accessibility …………………………………………... 16
3.3.3 Personal Protective Equipments (PPEs) ……………… 16
3.3.4 Working at Height ……………………………………. 17
3.3.5 Scaffoldings …………………………………………... 19
3.3.6 Electrical Installations ………………………………… 20
3.3.7 Welding/Gas Cutting …………………………………. 22
3.3.8 Ergonomics and Tools &Tackles …………………….. 23
3.3.9 Occupational Health …………………………………... 24
3.3.10 Hazardous Substances ………………………………… 25
3.3.11 Slips, Trips & Falls …………………………………… 25
3.3.12 Radiation Exposure …………………………………… 25
3.3.13 Explosives/Blasting Operations ……………………… 26
3.3.14 Demolition/Dismantling ……………………………… 26
3.3.15 Road Safety …………………………………………… 26
3.3.16 Welfare Measures …………………………………….. 27
3.3.17 Environment Protection ………………………………. 27
3.3.18 Rules & Regulations ………………………………….. 28
3.3.19 Weather Protection ……………………………………. 28
3.3.20 Communication ……………………………………….. 28
3.3.21 Confined Space Entry ………………………………… 29
3.3.22 Heavy Lifts ………………………………………….… 29
3.3.23 Key Performance Indicators ………………………….. 30
3.3.24 Unsuitable Land Conditions ………………………….. 30
3.3.25 Under Water Inspection ………………………………. 30
3.3.26 Excavation …………………………………………….. 31

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 328 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 4 of 102

3.4 Tool Box Talks ……………………………………………………... 31


3.5 Training & Induction Programme ………………………………….. 32
3.6 Additional Safety Requirements for Working Inside a Running
Plant ………………………………………………………………… 33
3.7 Self-Assessment and Enhancement ………………………………… 34
3.8 HSE Promotion ……………………………………………………... 34
3.9 LOTO for Isolation of Energy Source ……………………………… 34
4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR ……... 35
4.1 On Award of Contract ……………………………………………… 35
4.2 During Job Execution ………………………………………………. 35
4.3 During Short Listing of the Sub-Contractors ………………………. 36
5.0 RECORDS ……………………………………………………………………. 37
Appendices
1. Standards/Codes on HSE …………………………………….. Appendix-A
2. Details of First AID Box ……………………………………... Appendix-B
3. Types of Fire Extinguishers & their Application …………….. Appendix-C
4. List of statutory Acts & Rules Relating to HSE………………. Appendix-D
5. Construction Hazards, their effects & Preventive Measures…. Appendix-E
6. Training Subjects / Topics ……………………………………. Appendix-F
7. Construction Power Board (typ.) …………………….............. Appendix-G
8. List of HSE Procedures ………………………………………. Appendix-H
Attachments (Reporting Formats)
I Safety Walk through Report …………………………………. HSE-1 Rev.0
II Accident/Incident Report ……………………………………. HSE-2 Rev.0
III Suppl. Accident/Incident Investigation Report ……………… HSE-3 Rev.0
IV Near Miss Incident Report/Dangerous Occurrence …………. HSE-4 Rev.0
V Monthly HSE Report ………………………………………… HSE-5 Rev.0
VI Permit for Working at Height ………………………….......... HSE-6 Rev.1
VII Permit for Working in Confined Space ……………………… HSE-7 Rev.1
VIII Permit for Radiation work …………………………………… HSE-8 Rev.0
IX. Permit for Demolishing/ Dismantling ……………………….. HSE-9 Rev.1
X Daily Safety Checklist ………………………………………. HSE-10 Rev.0
XI Housekeeping Assessment & Compliance …………….......... HSE-11 Rev.0
XII Inspection of Temporary Electrical Booth/ Installation ......... HSE-12 Rev.0
XIII Inspection for Scaffolding ………………………………….. HSE-13 Rev.0
XIV Permit for Erection / Modification & Dismantling of
Scaffolding ………………………………………………… HSE-14 Rev.1
XV Permit for Heavy Lift/Critical Erection ………………........ HSE-15 Rev.1
XVI Permit Energy Isolation & De-Isolation ………………....... HSE-16 Rev 1
XVII Permit for Excavation …………………………………....... HSE-17 Rev 1
XVIII Environmental Aspect Impact Register …………………… HSE-18 Rev 0
XIX HIRAC Register …………………………………………… HSE-19 Rev 0
XX Checklist for Tower Crane ……………………………........ HSE-20 Rev 0
XXI Crane Inspection Checklist ……………………………....... HSE-21 Rev 0
XXII Hydra Inspection Checklist ………………………………... HSE-22 Rev 0
XXIII Hydraulic Rig Inspection Checklist ………………….. HSE-23 Rev 0
XXIV Boom Lift Inspection Checklist ………………………. HSE-24 Rev 0

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 329 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 5 of 102

1.0 SCOPE

This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/Vendors including their sub-contractors/sub vendors
during construction.

This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.

Requirements stipulated in this specification shall supplement the requirements of HSE


Management given in relevant Act(s)/ Legislations, General Conditions of Contract (GCC),
Special Conditions of Contract (SCC) and Job (Technical) Specifications. Where different
documents stipulate different requirements, the most stringent shall apply.

2.0 REFERENCES

The document should be read in conjunction with following:

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Building and other construction workers Act, (Refer Appendix-D)
- Indian Factories Act, (Refer Appendix-D)
- Job (Technical) specifications
- Relevant International/ National Codes (refer Appendix-A for standards/codes on HSE)
- Relevant State & National Statutory requirements.
- Operating Manuals Recommendation of Manufacturer of various construction Machineries
- Occupation Health and Safety Management System (OHSAS 18001:2007/ISO 45001) and
Environmental Management System (ISO 14001:2015)
3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENTAL (HSE)
MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS

3.1 Management Responsibility


3.1.1 HSE Policy & Objectives

The Contractor should have a documented and duly approved HSE policy &objectives to
demonstrate commitment of their organization to ensure health, safety and environmental
aspects in their line of operations.
3.1.2 Management System

The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what have been specified under
clauses 1.0 and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan
from EIL/ Owner prior to commencement of any site works. Corporate as well as Site
management of the Contractor shall ensure compliance of their HSE Plan at work sites in its
entirety in true spirit.

3.1.3 Indemnification

Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 330 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 6 of 102

3.1.4 Deployment &Qualifications of Safety Personnel

The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engineer what is indicated in relevant statute of
BOCW Act i.e. deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards/Observer etc. would facilitate the HSE tasks at grass root
level for construction sites and shall assist Safety Officer /Engineers.

Contractor shall appoint safety personnel as given below for every work shift:

(i) Safety Observer/Steward: Contractor shall depute one Safety Observer/Steward for
every 100 workers or part thereof

(ii) Safety Supervisor: In addition to above (i), contractor shall depute one Safety
Supervisor for every 250 workers or part thereof

(iii) Safety Engineer: In addition to above (i &ii), one safety engineer/ officer for every
1000 workers or part thereof.

Contractor shall intimate/obtain prior permission from EIC before demobilizing any safety
personnel. The Contractor shall mobilize suitable safety personnel as replacement.

a) Safety Steward/Observer
As a minimum, he shall possess class XII pass certificate and trained in fire-fighting as
well as in safety/occupational health related subjects, with minimum two year of practical
experience in construction work environment and should have adequate knowledge of the
local language spoken by majority of the workers at the construction site.

b) Safety Supervisor
As a minimum, he shall possess a recognized graduation Degree in Science (with Physics
& Chemistry) or a Diploma in Engg. Or Tech. with minimum Two years of practical
experience in construction work environment and should possess requisite skills to deal
with construction safety & fire related day-to-day issues.

c) Safety Officer / Safety Engineer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 331 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 7 of 102

Safety Officer/Engineer should possess following qualification & experience:

(i) Recognized degree in any branch of Engg. or Tech. or Architecture with practical
experience of working in a building or other construction work in supervisory
capacity for a period of not less than two years, or possessing recognized diploma in
any branch of Engg. or Tech with practical experience of working in a building or
other construction work in supervisory capacity for a period of not less than five
years.
(ii) Recognized degree or one year diploma in Industrial safety(from any Indian
Institutes recognized by AICTE or State Council of Tech. Education of any Indian
State/Union territory) with at least one paper in construction safety (as an elective
subject).
(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.

Alternately
(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or one year diploma in Industrial Safety (from any Indian institutes
recognized by AICTE or State Council of Tech. Education of any Indian State/
Union Territory) with practical experience of working in a building, plant or other
construction works (as Safety Officer, in line with Indian Factories Act, 1948) for a
period of not less than five years, may be considered as Safety Officer.

d) HSE In-Charge

In case there is more than one Safety Officer at any project construction site, one of them,
who is senior most by experience (in HSE discipline), may be designated as HSE In-
Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of EIL/Client and
contractors.
In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like
the Building and Other Construction Workers’ Regulation of Employment and Conditions
of Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.
Contractors shall ensure physical availability of safety personnel at the place of specific
work location, where Hot Work Permit is required/granted. No work shall be started at any
of the project sites until above safety personnel & concerned Site Engineer of Contractor
are physically deployed at site. The Contractor shall submit a HSE Organogram clearly
indicating the lines of responsibility and reporting system and elaborate the responsibilities
of safety personnel in their HSE Plan.
The Contractor shall verify & authenticate credentials of such safety personnel and furnish
Bio-Data/Resume/Curriculum Vitae of the safety personnel as above for EIL/Owner’s
approval, at least 1 month before the mobilization. The Contractor, whenever required,
shall arrange submission of original testimonials/certificates of their Safety personnel, to
EIL/Owner (for verification/scrutiny, etc.)
Imposition/ Realization of penalty shall not absolve the Contractor from his/her
responsibility of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor
so that field activities do not get affected because of non-deployment of competent &
qualified safety personnel in appropriate numbers.
3.1.5 Implementation, Inspection/Monitoring
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 332 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 8 of 102

a) The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
b) The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
c) The Contractor shall ensure physical presence of their field engineers / supervisors, during
the continuation of their contract works / site activities including all material transportation
activities. Physical absence of experienced field engineers / supervisors of Contractor at
critical work spot during the course of work may invite halting / stoppage of work.
d) The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
e) Contractor skilled workmen like riggers, scaffold erectors, welders, crane operators etc.
should have sufficient past experience and skill on the relevant job.
f) The Contractor shall ensure important safety checks right from beginning of works at every
work site locations and to this effect format No. HSE-10 “Daily Safety Check List” shall be
prepared by field engineer & duly checked by safety personnel for conformance.
g) The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipment’s as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
h) Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.
i) To demonstrate involvement/commitment of site management of Contractor, at least one
Safety Walk through in a month shall be carried out by Contractor’s head of site (along
with his area manager/field engineers) and a report shall be furnished to EIL/Owner as per
format No: HSE-1” Safety walk through report” followed by compliance for unsatisfactory
remarks.
j) As a general practice lifting tools/tackles, machinery, accessories etc. shall be inspected,
tested and examined by competent person(approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during replacement, extension,
modification, elongation/reduction of machine/parts, etc.) as per relevant statutes. Hydra,
cranes, lifting machinery, mobile equipment’s/ machinery/ vehicles, etc. shall be inspected
regularly by only competent / experienced personnel at site and requisite records for such
inspections shall be maintained by contractor. Contractor shall also maintain records of
maintenance of all other site machinery (e.g. generators, rectifiers, compressors, cutters,
etc.) &portable tools/equipment’s being used at project related works (e.g. drills, abrasive
wheels, punches, chisels, spanners, etc.).The Contractor shall not make use of arbitrarily
fabricated ‘derricks’ at project site for lifting/ lowering of construction materials.
k) Site facilities /temporary. installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards, etc.
and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, First-aid centers, urinals/toilets, etc. should be periodically inspected by
Contractor (preferably utilizing HR/Admin. personnel to inspect site welfare facilities) and
records to be maintained.

3.1.6 Behaviour Based Safety

a) The contractor shall develop a system to implement Behavior-Based Safety (BBS) through
which work groups can identify, measure and change the behaviors of employees and
workers towards construction safety aspects.
b) The BBS process shall include the following:
- Identify the behaviors critical to achieve required safety performance.
- Communicate the behaviors and how they are performed correctly by all

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 333 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 9 of 102

- Observe the work force and record safe/at risk behaviors. Intervene with workers to
give positive reinforcement when unsafe behaviors are observed. Provide
coaching/correction when at risk behaviors are observed
- Collect and record observation data
- Summarize and analyze observation data
- Communicate observation data and analysis results to all employees
- Provide recognition or celebrate when safe behavior improvements occur
- Change behaviors to be observed or change activators or change consequences as
appropriate.
- Communicate any changes to workforce
c) Contractor through its own HSE committee shall implement the above process.
d) The necessary procedures and Monthly reporting formats shall be developed by the
contractor for approval by EIL/Owner.
e) The HSE committee of contractor shall observe individual’s behavior for safe practices
adapted for utilization/execution of work for followings a minimum:-
- PPE
- Tools & equipment’s
- Hazard Identification & control
- House keeping
- Confined space entry
- Hot works
- Excavation
- Loading & unloading
- Work at height
- Stacking & storage
- Ergonomics

3.1.7 Awareness and Motivation


a) The Contractor shall promote and develop awareness on Health, Safety and Environmental
protection among all personnel working for the Contractor.
b) The contractor shall display safety statistics board at all prominent location .Also shall
provide dedicated notice board for displaying of safety alerts or any other safety related
notices for awareness site workforces.
c) Regular awareness programs and fabrication shop/work site meetings at least on monthly
basis shall be arranged on HSE activities to cover hazards/risks involved in various
operations during construction.
d) Contractor’s workmen & supervisory staff shall participate in common Tool Box
Meeting as & when organized/required at site to avoid any incident/accident or
occupational disease arising out of multidisciplinary jobs/activities being performed
by various contracting agencies in the same location at different elevation.
e) Contractor to motivate & encourage the workmen & supervisory staff by issuing/ awarding
them with tokens/ gifts/ mementos/ monetary incentives/ certificates etc. The motivational
program shall be organized on regular basis.
f) Contractor shall assess & recognize the behavioral change of its site engineers / supervisors
periodically and constantly motivate / encourage them to implement HSE practices at
project works

3.1.8 Fire Prevention & First-Aid

The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), stand-by Emergency Vehicle .Additionally separate ambulance with
trained personnel/male or female nurse to administer First Aid shall be provided by the
Contractor beyond deployment of 500 workmen during day/night working hours.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 334 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 10 of 102

a) The Contractor shall arrange installation of fire protection measures such as adequate
number of steel buckets with sand & water and adequate number of appropriate portable
fire extinguishers (Refer Appendix-C for details) to the satisfaction of EIL/Owner.
b) The Contractor shall arrange EMERGENCY MOCK DRILL like fire, bomb threat, gas
leakage, earth quake, etc. at each site at least once in three months, involving site workmen
and site supervisory personnel & engineers. The Contractor shall maintain record of such
mock drills at project site.
c) The contractor shall require to tie-up with the hospitals located in the neighborhood for
attending medical emergency.

3.1.9 Documentation
The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- HSE Organogram
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is attached as
Appendix :H
- Inspections and Test Plan
- Risk Assessment & HIRAC for critical works.
- HIRAC Register as per Format no: HSE-19 to identify, assess, analyze & mitigate the
construction hazards& incorporate relevant control measures before actually executing site
works.
- Environmental Aspect Impact Register as per Format no: HSE-18 (identify, assess, analyze
& mitigate the environmental impact & incorporate relevant control measures).
- Legal Register to identify and comply to all applicable HSE related legal requirements.
The monitoring for implementation shall be done by regular inspections and compliance of the
observations thereof. The Contractor shall get similar HSE requirements implemented at his
sub-contractor(s) work site/office, if applicable. However, compliance of HSE requirements
shall be the responsibility of the Contractor. Any review/approval by EIL/Owner shall not
absolve contractor of his responsibility/liability in relation to fulfilling all HSE requirements.

3.1.10 Audit

The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits covering
following as minimum:
a) Internal HSE audits regularly on six monthly basis by engaging internal qualified auditors
(viz. safety officers/Construction personnel having 5years experience in construction safety
and Lead Auditor Course: OHSAS 18001/ISO 45001 certification).However, minimum
two internal HSE audit will have to be conducted irrespective of time period of the
contract.
b) External HSE audits regularly on yearly basis by engaging authorized auditing agencies
(viz. National Safety Council etc.) or qualified external auditors (viz safety
officers/Construction personnel having 10years experience in construction safety and Lead
Auditor Course: OHSAS 18001/ISO 45001certification). However, minimum one external
HSE audit will have to be conducted irrespective of time period of the contract.

All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit, shall be
resolved forthwith (generally within a week) by Contractor& compliance report shall be
submitted to EIL/Owner.
In addition to above audits by contractor, the contractor’s work shall be subjected to HSE audit
by EIL/Owner at any point of time during the pendency of contract. The Contractor shall take
all actions required to comply with the findings of the Audit Report and issue regular

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 335 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 11 of 102

Compliance Reports for the same to OWNER/ EIL till all the findings of the Audit Report are
fully complied.
Failure to carry-out HSE Audits& its compliance (internal & external) by Contractor, shall
invite penalization.

3.1.11 Meetings
i. The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer/ Project Manager / Site-in-Charge) along with
safety officer in Safety Committee/HSE Committee meetings arranged by EIL/Owner
usually on monthly basis or as and when called for. In case Contractor’s top most
executive at site is not in a position to attend such meeting, he shall inform EIL/Owner in
writing before the commencement of such meeting indicating reasons of his absence and
nominate his representative – failure to do so may invite very stringent penalization against
the specific Contractor, as deemed fit as per Contract. The obligation of compliance of any
observations during the meeting shall be always time bound. The Contractor shall always
assist EIL/Owner to achieve the targets set by them on HSE management during the project
implementation.
ii. In addition, the Contractor shall also arrange internal HSE meetings chaired by his top most
executive at site on fortnightly basis and maintain records. Such internal HSE meetings
shall essentially be attended by field engineers / supervisors including safety personnel of
the Contractor and its associates. Records of such internal HSE meetings shall be
maintained by the Contractor for review by EIL/Owner or for any HSE Audits.

iii. Agenda of internal HSE meeting should broadly cover: -


a) Confirmation of record notes /minutes of previous meeting
b) Discussion on outstanding subjects of previous points / subjects, if any
c) Incidents / Accidents (of all types) at project site, if any
d) Current topics related to site activities / subjects of discussion
e) House keeping
f) Behavioral Safety
g) Information / views / deliberations of members / site sub-contractors
h) Report from Owner / Client
i) Status of Safety awareness, Induction programs & Training programs
The time frame for such HSE meeting shall be religiously maintained by one and all.

3.1.12 Intoxicating drinks & drugs and smoking


a) The Contractor shall ensure that his staff members & workers (permanent as well casual)
shall not be in a state of intoxication during working hours and shall abide by any law
relating to consumption & possession of intoxicating drinks or drugs in force.
b) The Contractor shall not allow any workman to commence any work at any locations of
project activity who is/are influenced / effected with the intake of alcohol, drugs or any
other intoxicating items being consumed prior to start of work or working day.
c) Awareness about local laws on this issue shall form part of the Induction Training and
compulsory work-site discipline.
d) The Contractor shall ensure that all personnel working for him comply with “No-Smoking”
requirements of the Owner as notified from time to time. Cigarettes, lighters, auto ignition
tools or appliances as well as intoxicating drugs, dry tobacco powder, etc. shall not be
allowed inside the project / plant complex.
e) Smoking shall be permitted only inside smoking booths, if any, exclusively designated &
authorized by the Owner/EIL.
3.1.13 Penalty
The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 336 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 12 of 102

EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.
The amount of penalty to be levied against defaulted Contractor shall be up to a cumulative
limit of
2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1,00,00,000(Rupees One Crore).
0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, BOO/BOOT,
EPCC or Package contracts with an overall ceiling of 10,00,00,000(Rupees Ten Crores.)

This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.
The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:

Sl.
Violation of HSE Norms Penalty Amount
No.
1. For not using personal protective equipment like Rs.500/- per day/Item / Person
Helmet, Safety Shoes, and other safety gadgets as
applicable as per nature of work.
2. Working without Work Permit/Clearance Rs.20,000/- per occasion
3 Execution of work without deployment of requisite Rs.5,000/- per violation per day
field engineer / supervisor at work spot
4. Unsafe electrical practices (not installing ELCB, Rs.10,000/- per item per day
using poor joints of cables, using naked wire without
top plug into socket, laying wire/cables on the roads,
electrical jobs by incompetent person, etc.)
5. Working at height without full body harness, using Rs.10,000/- per case per day
non-standard/ rejected scaffolding and not arranging
fall protection arrangement as required, like hand-
rails, life-lines, Safety Nets etc.
6. Unsafe handling of compressed gas cylinders (No Rs.1,000/- per item per day
trolley, jubilee clips double gauge regulator, and not
keeping cylinders vertical during storage/handling,
not using safety cap of cylinder).
7. Use of domestic LPG for cutting purpose / not using Rs.5,000/-per occasion
flash back arresters on both the hoses/tubes on both
ends.
8. No fencing/barricading of excavated areas / Rs.5,000/- per occasion
trenches.
9. Not providing shoring/strutting/proper slope and not Rs.5,000/-per occasion
keeping the excavated earth at least 1.5M away from
excavated area.
10. Non display of scaffold tags, caution boards on Rs.1,000/- per occasion per day
erected scaffolds.
11. Traffic rules violations like over speeding of Rs.3,000/-per occasion per day
vehicles, rash driving, talking on mobile phones
during vehicle driving, wrong parking, not using seat
belts, vehicles not fitted with reverse horn / warning
alarms / flicker lamps during foggy weather.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 337 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 13 of 102

Sl.
Violation of HSE Norms Penalty Amount
No.
12. Absence of Contractor’s RCM/SIC or his nominated Rs.10,000/- per meeting
representative (prior approval must be taken for each
meeting for nomination) from site HSE meetings
whenever called by EIL/Owner& failure to nominate
his immediate deputy for such HSE meetings.
13. Failure to maintain HSE records by Contractor Rs.10,000/- per month
Safety personnel, in line with approved HSE
Plan/Procedures/Contract specifications.
14. Failure to conduct daily site safety inspection (by Rs.10,000/- per occasion
Contractor’s Site Engineer & safety officer), internal
HSE meeting, internal HSE Awareness/Motivation
Program and Site HSE Training at predefined
frequencies (as approved in HSE Plan).
15. Failure to fill online/submit the monthly HSE report
Rs10,000/-per occasion and
by 5th of subsequent month to Engineer-in-Charge/ Rs.1,000/-per day of further
Owner delay
16. Poor House Keeping Rs.5,000 /- per occasion per
subject
17. Failure to report &follow-up accident (including Rs.20,000/- per occasion
Near Miss) reporting system within specific time-
frame.
18. Degradation of environment (not confining toxic Rs.10,000/- per occasion
spills, spilling oil/lubricants onto ground)
19. Not medically examining the workers before Rs.5,000/- per occasion per
allowing them to work at height / to work in worker
confined space / to work in shot-blasting / to work
for painting / to work in bitumen or asphalt works,
not providing ear muffs while allowing them to work
in noise polluted areas, made them to work in air
polluted areas without respiratory protective devices,
etc.
20. Violation of any other safety condition as per job Rs.5,000/- per occasion
HSE plan / work permit and HSE conditions of
contract (e.g. using crowbar on cable trenches,
improper welding booth, not keeping fire
extinguisher ready at hot work site, unsafe rigging
practices, non-availability of First-Aid box at site,
not providing dead man handle switch for blasting,
whiplash arrestor for the compressor line, not using
hood with respiratory devices by blaster for
shot//grit blasting, etc.)
21. Penalty for non-deployment of ambulance in case of Rs.3,000 per day
man-power more than 500 or not providing
dedicated emergency vehicle in case of man-power
less than 500.

22. Failure to carry-out Safety audit in time (internal & Rs.20,000/- per occasion (for
external),close-out of identified shortfalls of internal audit &OSA).
Observations of Safety Aspects(OSA),etc. Rs.30,000/-per occasion for
external audit
23. Carrying out sand blasting instead of grit/shot Rs.50,000/- per day
blasting

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 338 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 14 of 102

Sl.
Violation of HSE Norms Penalty Amount
No.
24. Failure to deploy adequately qualified and Rs.10,000/- per day per Officer
competent Safety Officer

25. Utilization of hydra/back-hoe loader for material Rs.25,000/- per occasion


shifting or any other unauthorized /unsafe lifting
works
26. Any Fatal Accident Rs.10,00,000/-per fatality
27. Any violation not covered above To be decided by EIL/Owner.
Note: Penalty amount deducted from the contractor shall be utilized by owner/EIC for the
promotion of the safety during the currency of the project.

The Contractor shall make his field engineers/supervisors fully aware of the fact that they keep
track with the site workmen for their behavior and compliance of various HSE requirements.
Safety lapses / defects of project construction site shall be attributable to the concerned job
supervisor / engineer of the Contractor, (who remains directly responsible for safely executing
field works). For repeated HSE violations, concerned job supervisor / engineer shall be
reprimanded or appropriate action, as deemed fit, shall be initiated (with information to EIL &
Owner) by the concerned Contractor.

Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall call
for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings by site Head of the
Contractor.

3.1.14 Accident/ Incident investigation


All accidents/incidents shall be informed to EIL/Owner at least telephonically by Contractor
immediately and in writing within 24 hours on Format No. HSE-2 as applicable, by Contractor.
Thereafter, a Supplementary Accident/Incident investigation Report on Format No. HSE-3 shall
be submitted to EIL/Owner within 72 hours. Near Miss incident(s), Dangerous
accidents/incident shall also be reported on Format No. HSE-4 within24 hours. The accident/
incident shall be investigated by a team of Contractor’s senior Site personnel (involving Site-in-
Charge or at least by his deputy) for establishing root-cause and recommending corrective &
preventive actions. Findings shall be documented and suitable actions taken to avoid
recurrences shall be communicated to EIL/Owner. Owner/EIL shall have the liberty to
independently investigate such occurrences and the Contractor shall extend all necessary help
and cooperation in this regard. EIL/Owner shall have the right to share the content of this report
with the outside world.

3.2 House Keeping


The Contractor shall ensure that a high degree of housekeeping is maintained and shall ensure
inter-alia; the followings:
a) All surplus earth and debris are removed/disposed-off from the working areas to designated
location(s).
b) Unused/surplus cables, steel items and steel scrap lying scattered at different places within
the working areas are removed to identify location(s).

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 339 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 15 of 102

c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
bricks etc. shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on roads, which may
obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
i) Protective measures to be ensured with projected rebar by suitable means.
j) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
k) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
l) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits/ trench excavation/ elevated work platforms/ confined spaces
etc.
m) Welding cables and the power cable must be segregated and properly stored and used. The
same shall be laid away from the area of movement and shall be free from obstruction.
n) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis.

The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No.
HSE-11 for maintaining high standard of housekeeping and maintain records for the same. The
Contractor shall provide supervisor for housekeeping exclusively for management of day-to-day
housekeeping activities.

3.3 HSE Measures

3.3.1 Construction Hazards

The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out HIRAC specifically for high risk jobs/critical jobs like

a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations &trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts. with
or without crane.
h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with Crane
of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipment’s (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 340 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 16 of 102

n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
r) Handling of explosives &Blasting operations
s) Demolishing/ dismantling activities
t) Welding/ gas cutting jobs at height (+2.0 Mts.)
u) Lifting/placing roof-girders at height(+2.0 Mts.)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipment’s/vessels at heights (+2.0 Mts.) with & without using
cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “Charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Grit Blasting activity
gg) Catalyst loading/unloading
hh) Erection/dismantling of scaffolding
ii) Chemical cleaning

The necessary HSE measures devised shall be put in place, prior to start of an activity &also
shall be maintained during the course of works, by the Contractor. Copies of such HIRAC shall
be kept available at work sites by the Contractor to enable all concerned carrying out checks /
verification.
A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.

3.3.2 Accessibility

g) The Contractor shall provide safe means of access(in sufficient numbers)& efficient exit to
any working place including provisions of suitable and sufficient scaffolding at various
stages during all operations of the work for the safety of his workmen and EIL/Owner.
h) The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters”, “safety nets” etc. during the course of using all safe
accesses& exits, so that in no case any individual remains at risk of slip & fall during their
travel.
i) A ladder or step- ladder must have a level and firm footing, in case of use of fixed ladders,
sufficient foot hold and hand hold to be provided.
j) The access to operating plant / project complex shall be strictly regulated. Any person or
vehicle entering such complex shall undergo identification check, as per the procedures in
force / requirement of EIL/Owner.
k) Accessibility to ‘confined space’ shall be governed by specific system / regulation, as
established at project site.

3.3.3 Personal Protective Equipment (PPEs)

a) The Contractor workmen shall be permitted entry inside the project premises only with
proper PPEs.
b) The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape strap
type safety helmets preferably with head &sweat band with ¾” cotton chin strap (made of

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 341 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 17 of 102

industrial HDPE), High ankle safety shoes with steel toe cap and antiskid sole, Coverall,
full body harness (CЄ marked and conforming to EN361), protective goggles, gloves, ear
muffs, respiratory protective devices, etc. All these gadgets shall conform to applicable IS
Specifications/CE or other applicable international standards. The Contractor shall
implement a regular regime of inspecting physical conditions of the PPEs being issued /
used by the workmen of their own & also its sub-agencies and the damaged / unserviceable
PPEs shall be replaced forthwith.
c) Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall choose
colour other than white (for Owner) or blue (for EIL). All HSE personnel shall preferably
wear dark green band on their helmet or green color safety helmet so that workmen can
approach them for guidance during emergencies. HSE personnel shall preferably wear such
dresses with fluorescent stripes, which are noticeable during night, when light falls on
them.
d) Florescent jackets with respective company logo to be worn by the contractor workmen
with different color coding for categories like supervisor and workmen.
e) Workers required using or handling alkalies, acid or other similar corrosive substance at
site shall be provided with appropriate protective equipment, in accordance with MSDS.
f) For shot blasting, the usage of protective face shield and helmets, gauntlet and protective
clothing is mandatory. Such protective clothing should conform relevant IS Specification.
g) For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all time.
h) An indicative list of HSE standards/codes is given under Appendix-A.
i) Contractor shall ensure procurement & usage of following safety equipment’s/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors
including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-‘

i. PPEs (Helmet with company name/logo, Safety Goggles, Coverall, Ear-muff, Face
Shield, Hand Gloves, High Ankle Safety Shoes, Gum Boot etc.)
ii. Barricading tape / warning signs
iii. Rechargeable Safety torch (flame-proof)
iv. Safety nets (with tie-chords)
v. Fall arresters
vi. Portable ladders (varying lengths)
vii. Life-lines (steel wire-rope, dia. not less than 8.0 mm)
viii. Full body double lanyard Safety harness with Rebar/ladder hook or scaffolding hook.
ix. Lanyard
x. Karabiner
xi. Retractable fall arresters (various length)
xii. Portable fire extinguishers (DCP type) – 5 kg&10 kg capacity
xiii. Portable Multi Gas detector
xiv. Sound level meter
xv. Digital lux meter
xvi. Fire hoses & flow nozzles
xvii. Fire blankets/ Fire retardant cloth (with eyelets)
xviii. Flame retardant/Flame resistant coverall-based on hazard identification & risk
assessment, if required.

3.3.4 Working at height


a) The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He
shall also undertake to ensure compliance to the conditions of the permit during the
currency of the permit including adherence of personal protective equipment’s.
Contractor’s Safety Officer shall verify compliance status of the items of permit document

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 342 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 18 of 102

after implementation of action is completed by Contractor’s execution / field engineers at


work site. HIRAC for specific works at height duly commented by EIL/Owner, shall be
kept attached with particular Permit for Work (PFW) at site for ready reference & follow-
up.

b) Such PFW shall be initially issued for one single shift or expected duration of normal work
and extended further for balance duration, if required. EIL/Owner can devise block-permit
system at any specific area, in consultation with project specific HSE Committee to specify
the time-period of validity of such PFW or its renewal. This permit shall be applicable in
areas where specific clearance from Owner’s operation Deptt./Safety Deptt. is not required.
EIL / Owner’s field Engineers/Safety Officers/Area Coordinators may verify and counter
sign this permit (as an evidence of verification) during the execution of the job.

c) All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness (Vertigo or epilepsy must be covered under test report)for working at
height. The fitness examination shall be done once in six months.
d) In case work is undertaken without taking sufficient precautions as given in the permit,
EIL/Owner Engineers may exercise their authority to cancel such permit and stop the work
till satisfactory compliance/rectification is arranged made. Contractors are expected to
maintain a register for issuance of permit and extensions thereof including preserving the
used permits for verification during audits etc.
e) The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or vessels /
columns etc. These arresters should lock automatically against the anchorage line,
restricting free fall of the user. The device is to be provided with a double security opening
system to ensure safe attachment or release of the user at any point of rope. In order to
avoid shock, the system should be capable of keeping the person in vertical position in case
of a fall. All the fall arrest systems should be cleaned after use and stored in a clean & dry
area .Defective Safety Harness, lanyards & life line must be discarded from workplace and
record to be maintained.
f) The Contractor shall ensure that Full body harnesses with double lanyards conforming
EN361 and having authorized CЄ marking is used by all personnel while working at
height. The lanyards and life lines should have enough tensile strength to take the load of
the worker in case of a fall. One end of the lanyard shall be firmly tied with the harnesses
and the other end with life line. The harness should be capable of keeping the workman
vertical in case of a fall, enabling him to rescue himself.

g) The Contractor shall provide Roof Top Walk Ladders for carrying out activities on sloping
roofs in order to reduce the chances of slippages and falls.
h) The Contractor shall ensure that a proper Safety Net System is used wherever the hazard of
fall from height is present. The safety net, preferably a knotted one with mesh ropes
conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of minimum 12mm
dia. The Safety Net shall be located not more than 6.0 meters below the working surface
extending on either side upto. sufficient margin to arrest fall of persons working at different
heights.
i) In case of accidental fall of person on such Safety Net, the bottom most portion of Safety
Net should not touch any structure, object or ground.
j) Grade separators shall be provided in Pipe-rack/Tech-structures to arrest falling objects like
welding spatters, welding rods, nuts, bolts, tools etc. and to facilitate U/G and A/G works
simultaneously.
k) Beam Clamps may be used for construction of localized temporary working platforms
sheds for welding booths etc. at height in all types of steel structure due to faster
installation and requirement of less scaffolding materials.
l) Hanging Platform, manufactured by Standard HSE equipment vendors must be
encouraged for painting of Buildings etc.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 343 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 19 of 102

m) All the tools used at height (like spanner, screw driver etc.) shall be provided with securing
arrangement like back-pack/waist pouch to prevent accidental slippage from worker hand.
n) The Contractor shall install temporary lightening arrester in tall structures during
construction to save human life and to avoid damage to equipment’s& machineries. During
the possibility of a thunderstorm, all the work at height where a person can be exposed to
lightning shall be stopped.
o) To the extent possible use Roller arrangement to shift overhead pipes from one end to other
in Pipe Racks Area.
p) Providing of steel scaffold stair tower system with landings at regular intervals as and when
required for height work.
q) The Contractor shall ensure positive isolation while working at different levels like in the
pipe rack areas. The working platforms with toe boards & hand rails shall be sufficiently
strong & shall have sufficient space to hold the workmen and tools & tackles including the
equipment’s required for executing the job. Such working platforms shall have mid-rails, to
enable people work safely in sitting posture.

3.3.5 Scaffoldings& Barricading

a) Suitable steel scaffoldings only shall be provided to workmen for all works that cannot be
safely done from the ground or from solid construction except such short period work that
can be safely done using ladders or certified (by 3rd party competent person) man-basket.
When a ladder is used, an extra workman shall always be engaged for holding the ladder.
The ladder shall be inspected before use for cracked or split stiles, missing, broken, loose
or damaged rungs & splinters. The ladder shall be of adequate length to enable it to extend
to at least 1.0m above the landing place or working point. Metallic ladders shall be only
used as access.
.
b) The Contractor shall ensure that the scaffolds used during construction activities shall be
strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold &SWL (from competent designers) free of
charge, before they are being installed/ constructed at site. Owner/EIL reserves the right to
ask the Contractor to submit certification and or design calculations from his Head Office/
Design/Engineering expert regarding load carrying capacity of the scaffoldings. All steel
tubing, couplers and fittings used for scaffolding shall conform to IS 3696 or an acceptable
equivalent. Only metallic scaffold boards shall be allowed to use. Steel tubes shall be free
from cracks, splits. Surface flaws & other defects. All couplers & fittings shall be properly
oiled and maintained. Nuts shall have a free running fit on their bolts. Bolts with worn or
damaged thread shall be replaced.

c) All scaffolds shall be inspected by a competent Scaffolding Inspector (person with


scaffolding related experience in construction field and having a training of scaffolding
supervisor from a institute/agency like National Safety Council etc.). He shall paste a
GREEN tag (duly signed by competent Scaffolding Inspector) on each scaffold found safe
and a RED tag (duly signed by competent Scaffolding Inspector) on each scaffold found
unsafe. Scaffolds with GREEN tag only shall be permitted to be used and Scaffolds with
RED ones shall immediately be made inaccessible. Work being found continuing on
scaffolds with RED tag shall be considered unauthorized work by Contractor and may
invite penalization from EIL/Owner. For every 120-125 m2 /m3 area / volume or its parts
there of minimum one TAG shall be provided.
d) The Contractor shall ensure positive barricading (indicative as well as protective) of the
excavated, radiography, heavy lift, high pressure hydrostatic & pneumatic testing and other
such areas. Sufficient warning signs shall be displayed along the barricading areas.
e) Scaffolding shall be constructed using foot seals or base plates only. Base plates shall be
used below each standard on surface .Sole plate of timber shall be used beneath the base
plate to achieve greater load distribution.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 344 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 20 of 102

3.3.6 Electrical installations

a) All electrical installations/ connections shall be carried out as per the provisions of latest
revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules& regulations:

- OISD STD 173 : Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code

b) All electrical installations shall be approved by the concerned statutory authorities.

c) All temporary electrical installations / facilities shall be regularly checked by the


licensed/competent electricians of the Contractor and appropriate records shall be
maintained in format no: HSE-12” Inspection of temporary electrical booth/installation at
project construction site”. Such inspection records are to be made available to EIL/Owner,
whenever asked for.

3.3.6.1 The Contractor shall meet the following requirements:

a. Shall make Single Line Diagram (SLD) for providing connection to each equipment’s &
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front face of
DBs (distribution boards) or JBs (Junction boxes) at every site.(A typical Switch Board
Sketch is attached as Appendix -G)

b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.

c. Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A
copy of the license shall be submitted to EIL / Owner for records. Availability of at least
one competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be
ensured at site round the clock to attend to the normal/emergency jobs.

d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed. Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.

e. No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.

f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.

g. Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.

h. Proper housekeeping shall be done around the electrical installations.

i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.

j. All welders shall use hand gloves irrespective of holder voltage.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 345 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 21 of 102

k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near all
distribution boards / local panels.

l. ELCB tester /test meter shall be used for testing the ELCBs operation. ELCBs testing shall
be carried out by using ELCB tester on monthly basis but in specific cases like heavy rain
as decided by owner/EIC. Record of the testing shall be maintained.

m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).

3.3.6.2 The following features shall also be ensured for all electrical installations during construction
phase by the contractor:

a. Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall not
exceed 1.5 M. The main switch shall be connected to the point of supply by means of
armoured cable.

b. The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
three phase circuit shall be balanced as far as possible and load on neutral should not
exceed 20% of load in the phase.

c. The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC type.
Use of rewirable fuses shall be strictly prohibited. ELCB/RCCB (Residual Current Circuit
Breaker) must be fitted with all Electrical installation. The earth leakage devices shall have
an operating current not exceeding 30 mA.

d. All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.

e. All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.

f. Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of 1.5
mm2 copper shall be used for all single phase hand tools.

g. Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.

h. All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.

i. Cables shall be free from any insulation damage.


j. Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm for
HV cables. These cables shall be laid over a sand layer and covered with sand, brick & soil
for ensuring mechanical protection. Cables shall not be laid in waterlogged area as far as
practicable. Cable route markers shall be provided at every 25 M of buried trench route.

When laid above ground, cables shall be properly cleated or supported on rigid poles of
atleast 2.1 M high. Minimum head clearance of 6 meters shall be provided at road
crossings.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 346 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 22 of 102

k. Underground road crossings for cables shall be avoided to the extent feasible. In any case
no underground power cable shall be allowed to cross the roads without pipe sleeve.

l. All cable joints shall be done with proper jointing kit. No taped/temporary joints shall be
used.
m. An independent earthing facility should preferably be established within the temporary
installation premises. All appliances and equipment shall be adequately earthed. In case of
armored cables, the armour shall be bonded to the earthing system.IS: 3043 Code for
earthing practices shall be followed at project site.

n. All cables(green colour) and wire rope used for earth connections shall be terminated
through tinned copper lugs.

o. In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green colour.
Periodical check tests of all electrodes should be carried out and record shall be maintained
of such checks.

p. Separate core shall be provided for neutral. Earth / Structures shall not be used as a neutral
in any case.

q. ON/OFF position of all switches shall be clearly designated / painted for easy isolation in
emergency.

3.3.7 Welding/ Grinding/Gas cutting

a) Contractor shall ensure that flash back arrestors conforming to BS:6158 or equivalent are
installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
b) All cylinders shall be mounted on trolleys and provided with a closing key. Empty &
filled-up gas cylinders shall be stored separately with TAG, protecting them from direct
sun or rain. Minimum 2 nos. of Portable DCP type fire extinguishers (10 kg) shall be
maintained at the gas cylinder stores. Stacking & storing of compressed gas cylinders shall
be arranged away from DG set, hot works, Elect. Panels / Elec. boards, etc.
c) The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/Non Return Valve device.
d) The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
e) At end of work, the cylinders in use shall be closed and hoses depressurized.
f) Cutting of metals using gases, other than oxygen &acetylene, shall require written
concurrence from Owner.
g) Grinding activity shall not be carried out in confined spaces without a valid work permit.
h) All grinding/cutting machines shall be guarded and fitted with Dead-Man switch and this
shall not be bypassed any time.
i) All welding/grinding machines shall have effective earthing at least at distinctly isolated
two points.
j) In order to help maintain good housekeeping, and to reduce fire hazard, live electrode bits
shall be contained safely and shall not be thrown directly on the ground.
k) The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner which
can avoid contact with cranes, hydra or other mobile construction machinery.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 347 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 23 of 102

l) Hot spatters shall be contained / restricted appropriately (by making use of effective fire-
retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped. The Fire retardant blanket shall be woven from
ceramic yarn with eyelets.
m) The Contractor shall arrange adequate systems & practices for accumulation / collection of
metal & other scraps and remnant electrodes and their safe disposal at regular interval so as
to maintain the fabrication and other areas satisfactorily clean & tidy.
n) All gas cylinders must have a cylinder cap on at all times when not in use.

3.3.8 Ergonomics and tools & tackles

a) The Contractor shall assign to his workmen, tasks commensurate with their qualification,
experience and state of health. Competency of the crane operator to be thoroughly checked
prior to engaging in crane operation.
b) All lifting tools, tackles, equipment, trailers, trucks/dumpers, accessories including cranes
shall be tested periodically by statutory/competent authority for their condition and load
carrying capacity. Valid test & fitness certificates from the applicable authority shall be
submitted to Owner/EIL for their review/acceptance before the lifting tools, tackles,
equipment, trailers, trucks/dumpers, accessories and cranes are used. Third party inspection
certificate is mandatory for all lifting tools & tackles before put into use.
c) Load testing of Cranes by competent person must be made mandatory after each
modification/alteration of crane configuration/change in boom length. All heavy
equipment’s including cranes must be maintained in good condition &record of such
maintenance shall be maintained. Routine preventive maintenance of the crane to be carried
out& record to be maintained for such preventive maintenance. Healthiness of the crane to
be checked by Crane Expert on regular basis as per manufacturer guidelines.
d) HIRAC/JSA for assembly/dismantling activity of the crane to be submitted for approval of
EIC.
e) No one should stand/work below the mast & boom of the crane. Mast of the crane should
not be used for unintended lifts.
f) Mast of the crane to be kept in right position during dismantling activity of the crane.
g) Log book of all crane to be maintained.
h) Only authorized person shall be allowed to give signal to the operator.
i) Lifting/Loading/Unloading activities shall be carried out by the trained riggers under
supervision of rigging Foreman.
j) Prior to marching/movement of the crane, obstructions free access/route to be ensured.
k) Skilled Technician to be engaged for AC gas checking and refilling of refrigerant and
should follow the safe operating procedure for cranes.
l) Manufacturer’s instructions to be followed without any deviation.
m) The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
n) Adequate capacity of Chain pulley blocks with valid TPI certificate to be used for
lifting/lowering/dragging/erection of piping material .
o) Colour coding system for lifting tools & tackles shall be followed on quarterly basis for a
particular colour as mentioned below:
Period Colour Code
January, February, March Blue
April,May, June Yellow
July, August, September Green
October, November, December Orange
For Quarantine (Unsafe Tools & Tackles) Red

Contractor shall arrange non-sparking tools for project construction works in operating plant
areas / hydrocarbon prone areas.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 348 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 24 of 102

i. Wherever required the Contractor shall make use of Elevated Work Platforms (EWP) or
Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and workmen
shall be debarred to board such elevated platform during the course of their shifting /
transportation.
ii. Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in
use) to minimize overloading risk. SLI shall have capability to continuously monitor
and display the load on the hook, and automatically compare it with the rated crane
capacity at the operating condition of the crane. The system shall also provide visual
and audible warnings at set capacity levels to alert the operator in case of violations.
iii. The contractor shall be responsible for safe operations of different equipments
mobilized and used by him at the workplace like transport vehicles, Tower Crane,
engines, cranes, mobile ladders, scaffoldings, work tools, etc. Strictly avoid standing
close to Hydra/vehicles tyres during operation.
iv. In general Man basket shall not be lifted by Hydra. Generally Crane shall be used for
lifting the man basket.
v. Tower Crane, Crane, Hydra mobile Crane (F-15 or equivalent), Hydraulic Rig &Boom
Lift shall be inspected on fortnightly basis as per Format No. HSE-20, HSE-21, HSE-
22, HSE-23 & HSE-24.
vi. The Contractor shall arrange periodical training for the operators of hydra mobile crane,
crane, excavator, mobile machinery, Tower Crane, etc. at site by utilizing services from
renowned manufacturers.
vii. Hydra mobile crane (F-15 or equivalent) having steering control mechanism shall be
permitted at construction site only for the purpose of loading/unloading. However,
continuous rigger availability during marching of hydraulic crane at site shall be
ensured by contractor.

3.3.9 Occupational Health

a) The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.
b) For surface cleaning operations, sand blasting shall not be permitted even if not explicitly
stated elsewhere in the contract.
c) To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.
d) Appropriate respiratory protective devices(hood with respiratory devices) shall be used to
protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes, etc.
e) Workmen shall be made aware of correct methods for lifting, carrying, pushing & pulling
of heavy loads. Wherever possible, manual handling shall be replaced by mechanical lifting
equipment’s.
f) In view of the congested working environment and associated hazards, deployment of
manpower/machineries shall be in staggered manner keeping adequate safe distance
between two adjacent work spot.
g) For jobs like drilling/demolishing/dismantling/steam blowing/cardboard blasting etc. where
noise pollution exceeds the specified limit of 85decibels, ear muffs shall be provided to the
workers. The Noise level monitoring record shall be maintained.
h) To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipments' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition to
minimize their vibrating effects and personnel using these tools shall be taught how to
operate them safely & how to maintain good blood circulation in hands.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 349 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 25 of 102

i) The Contractor shall arrange health check-up(by registered medical practitioner) for all the
workers at the time of induction. Health check may have to be repeated if the nature of duty
assigned to him is changed necessitating health check or doubt arises about his wellness.
EIL/Owner reserves the right to ask the contractor to submit medical test reports. Regular
health check-ups are mandatory for the workers assigned with Welding, Radiography,
Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the health check-ups shall be
conducted by registered Medical practitioner and records are to be maintained by the
Contractor.
j) The Contractor shall arrange Medical Camps at regular intervals at work sites and labor
colonies to assess health condition of workers.
k) The Contractor shall ensure vaccination of all the workers including their families, during
the course of entire project span.

3.3.10 Hazardous substances

a) Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good ventilated
area. These containers shall be labeled with the name of the materials highlighting the
hazards associated with its use and necessary precautions to be taken. Respective MSDS
(Material Safety Data Sheet) shall be made available at site &may be referred whenever
problem arises.
b) Where contact or exposure of hazardous materials are likely to exceed the specified limit or
otherwise have harmful effects, appropriate personal protective Equipment’s such as
gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc. shall be
used.
c) The work place shall be checked prior to start of activities to identify the location, type and
condition of any asbestos materials which could be disturbed during the work. In case
asbestos material is detected, usage of appropriate PPEs by all personnel shall be ensured
and the matter shall be reported immediately to EIL/ Owner.

3.3.11 Slips, trips & falls

a) The contractor shall establish a regular cleaning and basic housekeeping programme that
covers all aspects of the workplace to help minimize the risk of slips, trips & falls. The
contractor shall take positive measures like keeping the work area tidy, storing waste in
suitable containers & harmful items separately, keeping passages, stairways, entrances &
exits especially emergency ones clear, cleaning up spillages immediately and replacing
damaged carpet/ floor tiles, mats & rugs at once to avoid slips, trips & falls.

b) Grating removal permit system should be implemented during construction phase. So that
after permanent gratings are installed on platforms and tech structure floors; removal of
any gratings for whatever purpose (including for lifting piping material etc.) is required to
be sanctioned by signed permit by HSE officers of both contractor and Engineer-in-charge.
The spot where gratings are removed shall be hard-barricaded during course of work. The
removed gratings shall be re-installed immediately after completion of work or at the time
of cessation of work every day whichever is earlier and the permit shall be closed on daily
basis. A register shall be maintained for recording all the grating removal permits and their
closure shall be monitored on daily basis.
3.3.12 Radiation exposure
a) All personnel exposed to physical agents such as ionizing &non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 350 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 26 of 102

b) For Open Field Radiography works, requirements of Bhabha Atomic Research Centre
(BARC)/ Atomic Energy Regulatory Board (AERB) shall be followed.
c) The Contractor shall implement an effective system of control (as described in the AERB
regulations) at site for handling radiography-sources & for avoiding its misuse & theft.
d) The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.
e) In case the radiography work has to be carried out at day time, suitable methodology to be
used so that other works, people are not affected.
3.3.13 Explosives/Blasting operations

a) Blasting operations shall be carried out as per latest Explosive Rules (Indian/ International)
with prior permission. The Contractor shall obtain license from Chief Controller of
Explosives (CCoE) for collection, transportation, storage of explosives as well as for
carrying out blasting operations.
b) The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements)for rock blasting works &diffusing unfired explosives, if any, at project site
before carrying out actual task. Nowhere blasting shall be carried out by the Contractor or
its agency without the involvement of competent supervisor and licensed blaster.

3.3.14 Demolition/ Dismantling


a) The contractor shall adhere to safe demolishing/ dismantling practices at all stages of work
to guard against unsafe working practices.
b) The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, ifrequired as directed by
EIL/ Owner at no extra cost.
c) Before carrying out any demolition/dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in operating
plants where location of underground utilities is not known with certainty, the contractor
shall depute an experienced engineer for supervision and shall make adequate arrangements
for Fire-fighting& First-Aid during the execution of these activities.
d) The Contractor shall arrange approved HIRAC/ Method Statement for the specific
demolition / dismantling task and corresponding action plan commensurate with hazards /
risks associated therein. In no case any activity related to demolition / dismantling shall be
carried out by the Contractor without engaging own supervision / field engineer.

3.3.15 Road Safety

a) The Contractor shall ensure adequately planned road transport safety management system.
b) The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and
usage of seat belts shall be ensured.
c) The Contractor shall also ensure a separate pedestrian route for safety of the workers and
comply with all traffic rules & regulations, including maintaining speed limit of 20 KMPH
or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
d) In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at project
site routes / roads/ accesses, to alert reversing movement of vehicles & machinery as well
as pedestrians. Experienced drivers/operators with valid driving license (LMV/HMV)shall
be allowed to drive/operate the vehicles/equipment’s.The Contractor shall maintain copy of
PUC,RC and Insurance etc. for all the vehicles/equipment’s.
e) Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and also
to & from the labour colony to & from project sites.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 351 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 27 of 102

f) Hydra mobile crane (F-15 or equivalent) shall only be allowed for


handling(loading/unloading) the materials at fabrication/ storage yards and in no case shall
be allowed to transport the materials over project / plant roads.
g) The Contractor shall not deploy any such mobile machinery / Equipment’s, which do not
have competent operator and / or experienced banks-man/signal-man. Such
machinery/equipment’s shall have effective limit-switches, reverse-alarm, front& rear-end
lights etc. and shall be maintained in good working order.
h) The Contractor shall not carry-out maintenance of vehicles / mobile machinery occupying
space on project / plant roads and shall always arrange close supervision for such works.
i) For pipeline jobs, the contractor shall submit a comprehensive plan covering transportation,
loading / unloading of pipes, movement of side booms, movement of vehicles on the ROW,
etc.
j) Height barrier/Restriction to be provided on both side of the HT lines, if required.
k) Contractor’s shall arrange /install visible road signs, diversion boards, caution boards, etc.
on project roads for safe movement of men and machinery.

3.3.16 Welfare measures


Contractor shall, at the minimum, ensure the following facilities at work sites:
a) A crèche at site where 10 or more female workers are having children below the age of 6
years.
b) Adequately ventilated / illuminated rooms at labour camps & its hygienic up-keeping.
c) Reasonable canteen facilities at site and in labour camps at appropriate location depending
upon site conditions. Contractor shall make use of “industrial” variety of LPG cylinder &
satisfactory illumination at the canteens. Necessary arrangement for efficient disposal of
wastes from canteens & urinals /toilets shall also be made and regular review shall be made
to maintain the ambience satisfactorily hygienic &shall also comply with all applicable
statutory requirements.
d) Adequately lighted & ventilated Rest rooms at site (separate for male workers and female
workers).
e) Provision for suitable mobile toilets to be made available by Contractor for remote/scattered
job locations.
f) Urinals, Toilets, drinking water, washing facilities, adequate lighting at site and labour
camps, commensurate with applicable Laws/ Legislation.
g) The contractor shall ensure the test report of drinking water.
h) The contractor at periodic interval shall arrange to prevent mosquito breeding by
fumigation/spraying of insecticides at workplace/fabrication yard.

3.3.17 Environment Protection

Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials, such
as metals, plastics, glass, paper, oil & solvents. The waste that cannot be minimized, reused or
recovered shall be stored and disposed of safely. In no way, toxic spills shall be allowed to
percolate into the ground. The contractor shall not use the empty areas for dumping the wastes.

The contractor shall ensure availability of stack emission test report of DG set.

Contractor to submit Environmental Aspect Impact Register detailing the list of activities in his
scope, the respective environmental impact and the actions taken to minimize the impact.
Environmental Aspect Impact Register to be prepared as per Format HSE-18 and to be updated
and maintained till job completion.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 352 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 28 of 102

The contractor shall strive to conserve energy and water wherever feasible.
The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.
The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.

For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.

For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.

3.3.18 Rules & Regulations

All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.

3.3.19 Weather Protection


Contractor shall take appropriate measures to protect workers from severe storms, rain, solar
radiations, poisonous gases, dust, etc. by ensuring proper usage of PPEs like Sun glasses, Sun
screen lotions, respirators, dust masks, etc. and rearranging/ planning he construction activities
to suit the weather conditions. Effective arrangement (without creating inconvenience to project
facilities & permanent installations) for protecting workmen from hailstorm, drizzle in the form
of temporary shelter shall be made at site.

3.3.20 Communication

All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.

All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.

For information to all, typical subjects that should be communicated are: -

Inside the company (Top to down)


a. Quality Policy
b. HSE Policy contents
c. Environment Policy
d. HSE Objectives
e. Safety Cardinal Rules
f. HSE Target – reached or missed
g. Praises & Warnings to personnel for HSE Management
h. Safety Walk Through Reports and safety defects / shortfalls (by management)
i. HSE Audit results
j. Revised Statutory Health & Safety provisions, if any

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 353 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 29 of 102

k. H & S publicity
l. Suggestions

Inside the Company (Bottom to up)


a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements
e. HSE Reports (including near-miss reports)

3.3.21 Confined Space Entry

The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. Effective
communication shall be maintained between personnel in confined space and outside by
combination of visual/voice or portable radio. Compressed gas cylinders shall not be taken into
confine space. Entry Register for confined space to be maintained with the name and time of
entry/exit. All appropriate PPEs and air quality parameters shall be checked before entering a
confined space. It shall be ensured that the piping of the equipment which has to be opened is
pressure- free by checking that blinds are in place, vents are open and volume is drained. Inside
confined space works, only electrical facilities / installations of 24V shall be permitted.
Contactor shall ensure usage of safe & suitable arrangement of oxygen supply for individual
workmen (during the course of work in confined space), if oxygen concentration is found to be
less than 19.5% (v/v) there. All persons must be made aware of the risk associated with
Nitrogen &all precautionary measures shall be taken when vessel/sphere/pipelines etc. are being
purged with nitrogen.
Rescue arrangement must be readily available at workplace to fulfill requirement of the
emergency situation.

3.3.22 Heavy Lifts


a) The contractor shall submit detailed rigging study/ plan for EIL/ Owner approval prior to
lifting equipment requiring a crane of approx. 100 MT capacity or more due to constraints
of its dimensions, location of foundation height, approach & weight.
b) Contractor shall generate the format no. HSE-15 “Permit for heavy lift/critical erection”
c) The Safe Working Load (SWL) and manufacturer’s serial numbers shall be clearly marked
on the slings and the lifting gears, either by tagging, stamping, engraving or embossing.
d) Prior to actual lifting activities, contractor shall check the validity of the crane inspection
certificate issued by statutory/ competent authority. This requirement shall also apply to all
rigging equipment’s utilized for the job.
e) The contractor shall, at all times, be responsible for all rigging activities.
f) The Contractor shall ensure medical fitness of all workmen who are engaged / involved in
erection of equipment’s, vessels etc. and such fitness checks shall be carried-out every six
months interval with the help of a registered medical practitioner & record shall be
maintained
g) Adequate safety measures such as positive barricading, usage of appropriate PPEs, permit
to work, etc. shall be taken during all heavy or critical lifts.
h) Ground condition should be suitable to sustain the Ground Bearing Load of the Crane with
full load condition.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 354 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 30 of 102

i) For lifting any material (irrespective of shape, size or volume), at any height, it is always
advisable to prepare a Plan of Erection (PoE) taking into consideration hazards & risks
associated therein – this can enable people to put their own experiences of various natures
& side-by-side establish a practical method for risk-free erection / lifts. The contractor shall
prepare PoE & shall document the same, when risks are identified as “medium” or “high”
and the same shall be approved by its competent / qualified engineer.

3.3.23 Key Performance Indicators

The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.

Leading Indicators viz:-:

- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor& closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field engineers.
- Suggestions for improvement

Trailing Indicators viz:-:


- Calculation of HSE statistics viz frequency rate, severity rate, LTA free manhours etc.
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-

 Variety
 Period of the year / project span
 Timings of the incident / accident
 Age profile of victims
 Body parts involved
 Penalty levied for causing incident / accident

3.3.24 Unsuitable Land Conditions

Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.

3.3.25 Under Water Inspection

Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 355 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 31 of 102

and shall possess communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life-saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.

3.3.26 Excavation

The Contractor shall obtain permission from competent authorities prior to excavation wherever
required.
The Contractor shall locate the position of buried utilities (water line, cable route, etc.) by
referring to project / plant drawing / in consultation with EIL/Owner. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.
In case of non-availability of sufficient data/drawings, underground services i.e. underground
cable/ pipe shall be checked by cable detector/pipe locator by the contractor.
The Contractor shall keep soil heaps at least 1.5 M away from edge or a distance equal to depth
of pit (whichever is more)
All excavated pits greater than 10 Sq.M plan area and depth more than 1.5M shall have at least
two access routes for ingress and egress. Also, additional access routes shall be provided such
that distance between any two access routes shall not be more than 20M.
The Contractor shall maintain sufficient “angle of repose” during excavation – shall also
provide slope or suitable bench as decided by EIL / Owner.
The Contractor shall arrange “battering” or “benching” wherever required for preventing
collapse of edge of excavations.
Avoid vertical wall of less than 2mtrs between two adjacent deep excavated pit/area. Further
deep excavation should not be kept open for a longer duration.
The Contractor shall identify & arrange de-watering pump or well-point system to prevent earth
collapse due to heavy rain / influx of underground water.
The Contractor shall arrange protective fencing/hard barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits / escape ladders.
The Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth
during excavation.
The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge of
excavated pits / trenches. Vehicles movement should be restricted to minimum three meters
away from the excavated pit.

The Contractor shall arrange strengthening of “shoring” & “strutting” proactively to avoid
collapse of earth / edges due to vehicular movement in close proximity of excavated areas / pits/
trenches, etc.

3.4 Tool Box Talks (TBT)

Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The Job specific TBT is to be
conducted by the immediate supervisor of the workers.

The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 356 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 32 of 102

TOOLBOX TALK RECORDING SHEET


Date & Time
Work Location
Subject (Nature of work)
Presenter
Hazards involved
Precautions to be taken
Worker's Name Signature Section

Remarks, in any

The topics during TBT shall include

- Hazards related to work assigned on that day and precautions to be taken.


- Any forthcoming HSE hazards/events/instruction/orders, etc.

The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.

3.5 Training & Induction Programme

a) Initial induction of workers into Construction oriented activities and appraising them about
the methodology of works and how to carry-out safely and the same should not be inter
mixed with Tool Box Talks or HSE Training. In this regard careful action should be made
& maintained for imparting HSE induction to every individual, irrespective of his
task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once – for
example, Riggers must be trained for working at heights, welders must be trained for work
in confined space, fitters/carpenters, mesons must be trained for work at heights, etc.

b) Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.

c) The Contractor shall brief the visitors about the HSE precautions which are required to be
taken before their proceeding to site and make necessary arrangements to issue appropriate
PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his visitors. The
Contractor shall always maintain relevant acknowledgement from visitor on providing him
brief information on HSE actions.

d) Contractor shall ensure that all his personnel possess appropriate training to carry out the
assigned job safely. The training should be imparted in a language understood by them and
should specifically be trained about

- Potential hazards to which they may be exposed at their workplace


- Measures available for prevention and elimination of these hazards
The topics during training shall cover, at the minimum: -
- Why safety should be considered during work - explanation
- Education about hazards and precautions required

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 357 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 33 of 102

- Employees’ duties & responsibilities


- Emergency and evacuation plan
- HSE requirements during project activities
- Fire fighting and First-Aid
- Use of PPEs
- Occupational health issues – dos & don’ts
- Local laws on intoxicating drinks, drugs, smoking in force
- Common environmental subjects – lighting, ventilation, vibration, smoke/fumes etc.
e) Records of the training shall be kept and submitted to EIL/ Owner.

f) The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix –F)
shall be furnished by the Contractor in its HSE Plan.

g) For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing, use
of radio communication etc. from an agency acceptable to Owner/EIL.

3.6 ADDITIONAL SAFETY REQUIREMENTS FOR WORKING INSIDE A RUNNING


PLANT

As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:

a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.

b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.

c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.

d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.

e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.

f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.

g) Proper barricading/cordoning of the operational units/plants shall be done before starting


the construction activities. No unauthorized person shall be allowed to trespass. The height
and overall design of the barricading structure shall be finalized in consultation with the
Owner and shall be got approved from the Owner.
h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.

i) Barricading with water curtain shall be arranged in specific/critical areas where


hydrocarbon vapors are likely to be present such as near horton spheres or tanks.
Positioning of fire tenders (from owner) shall also be ensured during execution of critical
activities.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 358 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 34 of 102

j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.
k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.

l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of
Gas/Hydrocarbon shall be done.

m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.
n) Positive isolation of line/equipment by blinding for welding/cutting/grinding shall be done.
Closing of valve will not be considered sufficient for isolation.

o) Welding spatters shall be contained properly by using fire retardant blanket and in no case
shall be allowed to fall on the ground containing oil. Similar care shall be taken during
cutting operations.
p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.
q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.
r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.
s) Flame proof electrical distribution board, plug and socket shall be used for electrical
appliances.
t) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.

3.7 Self-Assessment and Enhancement


The contractor shall develop a method of check & balance through self-assessment&
enhancement techniques and shall explore the opportunities for continual improvement in the
HSE system.

3.8 HSE Promotion


The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/seminars/training programs, celebrating HSE awareness weeks
&National Safety Day, conducting quizzes & essay competitions, distributing pamphlets,
posters & material on HSE, providing incentives for maintaining good HSE practices and
granting incentives/ bonus for completing the job without any lost time accident.

3.9 Lock Out and Tag Out(LOTO) for Isolation of Energy Source
a) Contractor shall follow the LOTO/Isolation procedure of owner for all energy source
isolations installed/under purview by /of owner i.e. “Brown field”
b) For all the other energy source (not under purview of client/owner)i.e. “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-
- Identification of all energy source viz electrical, mechanical, hydraulic, pneumatic,
chemical, thermal, gravitational, radiation and other forms of stored or kinetic
energy.
- Establishing the energy isolation devices viz manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 359 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 35 of 102

- Installation of Lock Out devices for preventing the inadvertent release of stored
energy and Tag Out devices (“Danger”, “Do Not operate” or Do not Remove”tags)
to indicate that testing, maintenance or servicing is underway and the device cannot
be operated until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format No.: HSE-16
- Availability of competent persons like experienced operators at substations, pump
house, units etc. supervisors etc.
c) Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
d) After the completion of job, contractor shall ensure all tools and tackles are removed and
nobody is present in the working area and signing on LOTO log book.
e) Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.
4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR
4.1 On Award of Contract
The Contractor shall submit a comprehensive Health, Safety and Environmental Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:
- HSE policy & Objectives
- Job procedure to be followed by the Contractor for construction activities including
handling of equipment’s, scaffolding, electric installations, etc. describing the risks
involved, actions to be taken and methodology for monitoring each activity. Indicative list
of procedures is enclosed as Annexure-H
- EIL/Owner review/audit requirement.
- Organization structure along with responsibility and authority, on HSE activities.
- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training programme at project site
- HSE Awareness programme at project site
- Reference to Rules, Regulations and statutory requirements.
- HIRAC
- Environment Aspect Impact Register
- Legal Register
- HSE documentation viz reporting, analysis & record keeping.

4.2 During Job Execution


Contractor shall implement approved Health, Safety and Environment management plan or
programme including but not limited to as brought out under para 3.0. Contractor shall also
ensure:
a) to arrange workmen compensation insurance, registration under ESI Act, third party
liability insurance, registration under BOCW Act etc., as applicable.
b) to arrange all HSE permits before start of activities (as applicable), like permits for hot
work, working at heights (Refer Format No. HSE-6), confined space (Refer Format No.
HSE-7), Radiation Work Permit (Refer Format No. HSE-8), Demolishing/ Dismantling
Work Permit (Refer Format No. HSE-9),Permit for erection/modification & dismantling of
scaffolding(Refer Format No:HSE-14),Permit for heavy lift/critical erection (Refer Format
No:HSE-15) ,Permit for energy Isolation & De-isolation” (HSE-16) ,storage of

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 360 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 36 of 102

chemical/explosive materials & its use and implement all precautions mentioned therein.
In this regard, requirements of Oil industry Safety Directorate StandardNo. Std -105 "Work
Permit Systems” shall be complied with while working in existing Oil or Gas processing
plants. List of the persons involved shall be maintained as annexure to the work permit
issued for a particular activity.
c) to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.
d) that his top most executive at site attends all the Safety Committee/HSE meetings arranged
by EIL/Owner and carries out safety walk regularly. Only in case of his absence from site
that a second senior most person shall be nominated by him, in advance, and
communicated to EIL/Owner for performing the above tasks.
e) display at site office and at prominent locations HSE Policy, caution boards, list of
hospitals, emergency services available, safety signs like Men at work, Speed Limits,
Hazardous Area, various do’s & don’ts, etc.
f) provide posters, banners for safe working to promote safety consciousness.
g) identify, assess, analyze & mitigate the construction hazards& incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk
Analysis and Control).
h) identify, assess, analyze & mitigate the environmental impact & incorporate relevant
control measures through Environmental Aspect Impact Register
i) Identify and comply to all applicable HSE related legal requirements by preparing and
maintaining a Legal register
j) arrange testing, examination, inspection of own as well as borrowed construction
equipment’s/ machinery (stationary &mobile) before being used at site and also at
periodical interval, through own resources and also by 3rd party competent agencies (as
deemed fit in statutes). Records of such test, examination etc. shall be maintained & shall
be submitted to EIL/Owner as & when asked for.
k) carryout audits/inspection (internal & external) at his works as well as sub-contractor
works as per approved HSE plan/procedure/programme & submit the compliance reports of
identified shortfalls for EIL/Owner review.
l) Arranging HSE training for site workmen (of his own &subcontractors) through internal or
external faculty at periodical intervals.
m) Assistance& cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
n) Generate& submit of HSE records/report as per this specification.
o) Contractor shall arrange minimum 100 lux illumination level at construction site for night
works& record shall be maintained.
p) The contractor shall assign responsible person as in charge for night works and it shall be
informed to owner/EIL.
q) Appraise EIL/Owner on HSE activities at site regularly.
r) Carry-out all dismantling activities safely, with prior approval of EIL/Owner
representative.
s) The Contractor shall ensure that “Hot works” and painting works do not continue at the
same place/ location at project site for which chance or probability of “fire” incident exists.

4.3 During Short Listing of the Sub-Contractors


The contractor shall review the HSE management system of the sub-contractors in line with the
requirements given in this specification. The contractor shall be held responsible for the

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 361 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 37 of 102

shortcomings observed in the HSE management system of the sub-contractor(s) during


execution of the job.

5.0 RECORDS
At the minimum, the contractor shall maintain/ submit HSE records in the following reporting
formats:
Safety Walk Through Report HSE-1
Accident/ Incident Report HSE-2
Supplementary Accident/ Incident Investigation report HSE-3
Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-5
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
Housekeeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of scaffolding HSE-14
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Permit for Excavation HSE-17
Environmental Aspect Impact Register HSE-18
HIRAC Register HSE-19
Checklist for Tower Crane HSE-20
Crane Inspection Checklist HSE-21
Hydra Crane Inspection Checklist HSE-22
Hydraulic Rig Inspection Checklist HSE-23
Boom Lift Inspection Checklist HSE-24
Inspection reports of Equipment/tools/tackles *
Report of Toolbox Talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *

(*) The formats shall be developed by contractor in consultation with EIL/Owner.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 362 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 38 of 102

APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE

SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 363 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY
6-82-0001 Rev.1
&ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 39 of 102

APPENDIX-A
(Sheet 2 of 2)

B. INTERNATIONAL STANDARDS ON HSE

Safety Glasses : ANSI Z 87.1, ANSI ZZ 87.1, AS 1337, BS 2092,


BS 1542, BS 679, DIN 4646/ 58311

Safety Shoes : ANSI Z 41.1, AS 2210, EN 345

Hand Gloves : BS 1651

Ear Muffs : BS 6344, ANSI S 31.9

Hard Hat : ANSI Z 89.1/89.2, AS 1808, BS 5240, DIN 4840

Goggles : ANSI Z 87.1

Face Shield : ANSI Z 89.1

Breathing Apparatus : BS 4667, NIOSH

Welding & Cutting : ANSI Z49.1

Safe handling of compressed:P-1 (Compressed Gas Association Gases in cylinders 1235


Jefferson Davis Highway,
Arlington VA 22202 - USA)

Full body harness : EN-361

Lanyard : EN-354

Karabiner : EN-362 and EN-12275

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 364 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 40 of 102

APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------

1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadine (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov(25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English& Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Snake –Bite Lancet 1No.
33. Note Book 1 No.
34. Splints 4 Nos.
35. Lock 1 Piece
36. Life Saving/Emergency/Over-the counter Drugs As decided at site

-----------------------------------------------------------------------------------------------------------------
Box size:Suitable size first aid box to be used for first aid items
-----------------------------------------------------------------------------------------------------------------

Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 365 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 41 of 102

APPENDIX-C

TYPE OF FIRES VIS-À-VIS FIRE EXTINGUISHERS

Fire
Extinguisher
Multi
Fire Water Foam CO2 Dry Powder purpose
(ABC)

Originated from can control can control


  minor 
paper, clothes, wood minor
surface fires surface fires

Inflammable liquids
like alcohol, diesel,     
petrol, edible oils,
bitumen
Originated from
gases like LPG,     
CNG, H2

Electrical fires     

LEGEND :  : CAN BE USED

 : NOT TO BE USED

Note: Fire extinguishing equipment must be checked atleast once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next inspection
date is given. Type of extinguisher shall clearly be marked on it.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 366 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 42 of 102

APPENDIX-D

List of Statutory Acts & Rules Relating to HSE

- The Indian Explosives Act and Rules


- The Motor Vehicle Act and Central Motor Vehicle Rules
- The Factories Act and concerned Factory Rules
- The Petroleum Act and Petroleum Rules
- The Workmen Compensation Act
- The Gas Cylinder Rules and the Static & Mobile Pressure Vessels Rules
- The Indian Electricity Act and Rules
- The Indian Boiler Act and Regulations
- The Water (Prevention & Control & Pollution) Act
- The Water (Prevention & Control of Pollution) Cess Act
- The Mines & Minerals (Regulation & Development) Act
- The Air (Prevention & Control of Pollution) Act
- The Atomic Energy Act
- The Radiation Protection Rules
- The Indian Fisheries Act
- The Indian Forest Act
- The Wild Life (Protection) Act
- The Environment (Protection) Act and Rules
- The Hazardous Wastes (Management & Handling) Rules
- The Manufacturing, Storage & import of Hazardous Chemicals Rules
- The Public Liability Act
- The Building and Other Construction Workers (Regulation of Employment and Condition of
Service) Act
- Other statutory acts Like EPF, ESIS, Minimum Wages Act.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 367 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 43 of 102

APPENDIX-E(Sheet 1 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATION signal
Provide atleast two entries/ exits.
Pit Excavation Provide escape ladders.
upto 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting,
Breathlessness if required.
Buried Keep soil heaps away from the edge
equivalent to 1.5m or depth of pit whichever
is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain atleast 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of
0.5m width at every 1.5m depth of excavation
in all soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent
buried electric Explosion authorities, prior to excavation, if required.
cables Locate the position of buried utilities by
Gas/ Oil referring to plant drawings.
Pipelines Start digging manually to locate the exact
position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water
beyond 3.0m plus drowning situation Provide ring buoys
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method
vicinity of may collapse from local authorities.
existing Loss of health & Use under-pining method
Building/ wealth Construct retaining wall side byside.
Structure
Movement of May cause cave-in Barricade the excavated area with proper
vehicles/ or slides. lighting arrangements
Equipments Persons may get Maintain at least 2m distance from edge of
close to the buried. cut and use stop blocks to prevent over-run
edge of cut. Strengthen shoring and strutting

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 368 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 44 of 102

APPENDIX-E: (Sheet 2 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above plus May cause Battering/benching of sides
excavations for Frequent cave-in or severe injuries or Provide escape ladders
pipelines, etc. slides prove fatal
Flooding due to May arise Same as above plus
Hydro- static drowning Bail out accumulated water
testing situation Maintain adequate ventilation.
Rock by Improper handling May prove fatal Ensure proper storage, handling & carrying
excavation of explosives of explosives by trained personnel.
blasting Comply with the applicable explosive acts &
rules.
Uncontrolled May cause Allow only authorized persons to perform
explosion severe injuries or blasting operations.
prove fatal Smoking and open flames are to be strictly
prohibited
Scattering of stone Can hurt people Use PPE like goggles, face mask, helmets
pieces in etc.
atmosphere
Rock Entrapping of May cause Barricade the area with red flags and blow
excavation by persons/ animals. severe injuries or siren before blasting.
blasting (Contd) prove fatal
Misfire May explode Do not return to site for atleast 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before
driving equipment the beginning of each shift.
Noise pollution Can cause Use personal protective equipment’s like ear
deafness and plugs, muffs, etc.
psychological
imbalance.
Extruding Can hurt people Barricade the area and install sign boards
rods/casing Provide first-aid
Working in the Can cause Keep sufficient distance from Live-
vicinity of 'Live- electrocution/ Electricity as per IS code.
Electricity' Asphyxiation Shut off the supply, if possible
Provide artificial/rescue breathing to the
injured
(B) Air pollution by May affect Wear respirators or cover mouth and nose
CONCRETING cement Respiratory with wet cloth.
System
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Provide platform above reinforcement for
reinforcement rods. injured movement of workers or provide end caps
for protection on reinforcement bars.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 369 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 45 of 102

APPENDIX-E :(Sheet 3 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipments and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats
materials from injured Remove surplus material immediately from
height work place.
Ensure lighting arrangements during night
hours
Continuous Cause tiredness of Insist on shift pattern
pouring by workers and may Provide adequate rest to workers between
same gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper
concrete mixer/ clothes may get Provide safety cages around moving motors
vibrators entrapped. Ensure proper mechanical locking of
vibrator.
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering
plus may collapse and material
Deflection in prove fatal Check the design and strength of shuttering
props or material before commencement of work
shuttering Rectify immediately the deflection noted
material during concreting.
Passage to Improperly tied Ensure the stability and strength of passage
work place and designed before commencement of work.
props/planks may Do not overload and stand under the
collapse passage.
(C) REINFOR- Curtailment Persons may get Use PPE like gloves, shoes, helmets, etc.
CEMENT and binding of injured Avoid usage of shift tools
rods
Carrying of Workers may get Provide suitable pads on shoulders and use
rods for short injured their hands safety gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring
clear distance/ injure the fingers rods, etc.
cover with
hands
Hitting Persons may get Use safety shoes and avoid standing
projected rods injured and fell unnecessarily on cantilever rods
and standing on down Avoid wearing of loose clothes
cantilever rods.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 370 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 46 of 102

APPENDIX-E:(Sheet 4 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets
from height Provide safety nets

Transportation of Protruded rods Use red flags/lights at the ends


rods by trucks/ may hit the Do not protrude the rods in front of or by
trailers persons the side of driver's cabin.
Do not extend the rods 1/3rd of deck length
or 1.5m whichever is less
(D)WELDING Welding radiates Radiation can Use specified shielding devices and other
AND GAS invisible damage eyes and PPE of correct specifications.
CUTTING ultraviolet and skin. Avoid thoriated tungsten electrodes for
infra-red rays GTAW
Improper Explosion may Move out any leaking cylinder
placement of occur Keep cylinders in vertical position
oxygen and Use trolley for transportation of cylinders
acetylene cylinders and chain them
Use flashback arrestors
Leakage/ cuts in May cause fire Purge regulators immediately and then turn
hoses off
Never use grease or oil on oxygen line
connections and copper fittings on
acetylene lines
Inspect regularly gas carrying hoses
Always use red hose for acetylene & other
fuel gases and black for oxygen
Opening-up of Cylinder may Always stand back from the regulator while
cylinder burst opening the cylinder
Turn valve slowly to avoid bursting
Cover the lug terminals to prevent short
circuiting
Welding of tanks, Explosion may Empty & purge them before welding
container or pipes occur Never attach the ground cable to tanks,
storing flammable container or pipe storing flammable liquids
liquids Never use LPG for gas cutting

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 371 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 47 of 102

APPENDIX-E:(Sheet 5 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES …(Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(E) Ionizing Radiations may Ensure Safety regulations as per
RADIOGRAPHY radiation react with the skin BARC/AERB before commencement of job.
and can cause Cordon off the area and install Radiation
cancer, skin warning symbols
irritation, Restrict the entry of unauthorized persons
dermatitis, etc. Wear appropriate PPE and film badges issued
by BARC/AERB
Transportation Same as above Never touch or handle radiography source
and Storage of with hands
Radiography Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved
by BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERBhas to be informed before
source movement.
Permission from Director General of Civil
Aviation is required for booking radio
isotopes with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter.
isotope Inform BARC/AERB (*)
(F) Short circuiting Can cause Use rubberized hand gloves and other PPE
ELECTRICAL Electrocution or Don't lay wires under carpets, mats or door
INSTALLATION Fire ways.
ANDUSAGE Allow only licensed electricians to perform
on electrical facilities
Use one socket for one appliance
Ensure usage of only fully insulated wires or
cables
Don't place bare wire ends in a socket
Ensure earthing of machineries and
equipment’s
Do not use damaged cords and avoid
temporary connections
Use spark-proof/flame proof type field
distribution boxes.

(*) Atomic Energy Regulatory Board (AERB),


Bhabha Atomic Research Centre (BARC)
Anushakti Nagar, Mumbai – 400 094

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 372 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 48 of 102

APPENDIX-E:(Sheet 6 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY
HAZARD HAZARD
PREVENTIVE MEASURES
Do not allow open/bare connections
Provide all connections through 30mAELCB
Protect electrical cables/equipments from
water and naked flames
Check all connections before energizing
Overloading of Bursting of system Display voltage and current ratings
Electrical can occur which prominently with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type
Switch off the electrical utilities when not in
use
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power
Improper laying Can cause Do not lay unarmoured cable directly on
of overhead and electrocution and ground, wall, roof of trees
underground prove fatal Maintain atleast 3m distance from HT cables
transmission All temporary cables should be laid atleast 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling
Provide proper sleeves at crossings/ inter-
sections
Provide cable route markers indicating the
type and depth of cables at intervals not
exceeding 30m and at the
diversions/termination
(G) FIRE Small fires can Cause burn injuries In case a fire breaks out, press fire alarm
PREVENTION become big and may prove fatal system and shout "Fire, Fire".
AND ones and may Keep buckets full of sand & water/ fire
PROTECTION spread to the extinguishing equipment near hazardous
surrounding locations.
areas Confine smoking to 'Smoking Zones' only.
Train people for using specific type of fire
fighting equipments under different classes of
fire.
Keep fire doors/shutters, passages and exit
doors unobstructed.
Maintain good housekeeping and first-aid
boxes (for details refer Appendix-B).
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during
fire.
Maintain lightening arrestors for elevated
structures.
Stop all electrical motors with internal
combustion.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 373 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 49 of 102

APPENDIX-E :(Sheet 7 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Move the vehicles from dangerous locations.
Remove the load hanging from the crane
booms
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher
selection of Fire extinguish the fire meant for the specified fire (for details refer
extinguisher Appendix-C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam
cylinders/CO2/sand or earth.
Improper Same as above Maintain safe distance of flammable
storage of substances from source of ignition.
highly Restrict the distribution of flammable
inflammable materials to only min. necessary amount.
substances Construct specifically designed fuel storage
facilities.
Keep chemicals in cool and dry place away
from heat. Ensure adequate ventilation.
Before welding operation, remove or shield
the flammable material properly.
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately
Short circuiting Same as above Don't lay wires under carpets, mats or door
of electrical Can cause ways
system Electrocution Use one socket for one appliance.
Use only fully insulated wires or cables.
Do not allow open/bare connections.
Provide all connections through
30mAELCB.
Ensure earthing of machineries and
equipments.
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly.
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver.
Use seat belts/helmets.
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition.
Do not overtake on curves, bridges and
slopes.
Adverse Same as Above Read the road ahead and ride to the left.
weather Keep the wind screen and lights clean.
condition Do not turn at speed.
Recognize the hazard, understand the
defense and act correctly in time.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 374 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 50 of 102

APPENDIX-E :(Sheet 8 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object
Quit the steering at once and become a
passenger. Otherwise take sufficient rest
and then drive.
Do not force the driver to drive fast and
round the clock.
Do not day dream while driving
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning
failure alarm.
Proper maintenance of the vehicle as per
manufacturer instructions
(I) PROOF Bursting of May cause injury Prepare test procedure & obtain EIL/owner's
TESTING piping and prove fatal approval.
(HYDROSTATIC/ Collapse of Provide separate gauge for pressurizing
PNEUMATIC tanks pump and piping/equipment.
TESTING) Tanks flying Check the calibration status of all pressure
off gauges, dead weight testers and temperature
recorders.
Take dial readings at suitable defined
intervals and ensure most of them fall
between 40-60% of the gauge scale range.
Provide safety relief valve (set at pressure
slightly higher than test pressure) while
testing with air/ nitrogen.
Ensure necessary precautions, stepwise
increase in pressure, tightening of
bolts/nuts, grouting, etc. before and during
testing.
Keep the vents open before opening any
valve while draining out of water used for
hydro-testing of tanks.
Pneumatic testing involves the hazard of
released energy stored in compressed gas.
Specific care must therefore be taken to
minimize the chance of brittle failure during
a pneumatic leak test. Test temperature is
important in this regard and must be
considered when the designer chooses the
material of construction.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 375 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 51 of 102

APPENDIX-E :(Sheet 9 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided,
having a set pressure not higher than the test
pressure plus the lesser of 345 KPa (50 psi) or
10% of the test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work
WORKING AT down injuries or prove place
HEIGHTS fatal Use PPE like full body harness, life line,
helmets, safety shoes, etc.
Obtain a permit before starting the work at
height above 2 meters
Fall arrest and safety nets, etc. must be
installed
Provide adequate working space(min. 0.6 m)
Tie/weld working platform with fixed support
Use roof top walk ladder while working on a
slopping roofs
Avoid movement on beams
May hit the Keep the work place neat and clean
scrap/material Remove the scrap immediately
stacked at the
ground or in
between
Material can May hit the Same as above plus
fall down workers working at Do not throw or drop materials or equipment
lower levels and from height. i.e. do not bomb materials
prove fatal All tools to be carried in a tool-kit
Bag or on working uniform
Remove scrap from the planks
Ensure wearing of helmet by the workers
working at lower levels.
Multiple activities at same location to be
avoided.
.
(K) Suffocation/ Unconsciousness, Use respiratory devices, if reqd.
CONFINED drowning death Avoid overcrowding inside a confined space
SPACES Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc.
Fulfill conditions of the permit

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 376 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 52 of 102

APPENDIX-E:(Sheet 10 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Check for presence of hydrocarbons, O2 level
Obtain work permit before entering a confined
space
Ensure that the connected piping of the
equipment which is to be opened is pressure
free, fluid has been drained, vents are open and
piping is positively isolated by a blind flange
Presence of Inhalation can pose Same as above plus
foul smell and threat to life Check for hydrocarbon and Aromatic
toxic compounds before entering a confined space
substances Depute one person outside the confined space
for continuous monitoring and for extending
help in case of an emergency
Ignition/ Person may sustain Keep fire extinguishers at a hand distance
flame can burn injuries or Remove surplus material and scrap
cause fire explosion may immediately
occur Do not smoke inside a confined space
Do not allow gas cylinders inside a confined
space
Use low voltage (24V) lamps for lighting
Use tools with air motors or electric tools with
max. voltage of 24V
Remove all equipment’s at the end of the day
(L) Failure of load Can cause accident Avoid standing under the lifted load and within
HANDLING lifting and and prove fatal the operating radius of cranes.
AND moving Check periodically oil, brakes, gears, horns and
LIFTING equipment’s tyre pressure of all moving machinery.
EQUIPMENTS Check quality, size and condition of all chain
pulley blocks, slings, U-clamps, D-shackles,
wire ropes, etc.
Allow crane to move only on hard, firm and
leveled ground.
Allow lifting slings as short as possible and
check gunny packings at the friction points.
Do not allow crane to tilt its boom while
moving
Install Safe Load Indicator.
Ensure certification by applicable authority.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 377 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 53 of 102

APPENDIX-E :(Sheet 11 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Overloading Same as above Safe lifting capacity of derricks and winches
of lifting written on them shall be got verified
equipments The max. safe working load shall be marked on
all lifting equipments
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical electrocution and come within 3m reach of overhead HT cables
wires fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can Person May sustain Provide guard rails for working at height.
SCAFFOLDING, fall down severe injuries and Face ladder while climbing and useboth hands.
FORMWORK prove fatal Ladders shall extend about 1m above landing for
AND LADDERS easy access and tying up purpose.
Do not place ladders against movable objects
and maintain base at 1/4 unit of the working
length of the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes.
No loose planks shall be allowed.
Use PPE, like helmets, safety shoes etc.
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50X250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not
more than 300mm.
Don't overload the scaffolds.
Do not splice short ladders to make a longer
one. Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately.
fall down lower level gets Carry the tools in a tool-kit bag only.
injured Provide safety nets.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 378 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 54 of 102

APPENDIX-E:(Sheet 12 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS &PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUC- negligence and casualty machines or electrical distribution system.
TURAL danger of fall Avoid walking on beams at height.
WORKS Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations.
Cover or mark the sharp andprojected edges.
Do not stand within the operating radius of
cranes.

Lifting/ slipping Same as above Do not stand under the lifted load.
of material Stack properly all the materials. Avoid slippage
during handling.
Control longer pieces lifted up by cranes from
both ends.
Remove loose materials from height.
Ensure tightening of all nuts & bolts.

(O)PIPELIN Erection/ Can cause injury Do not stand under the lifted load.
E WORKS lowering failure Do not allow any person to come within the
radii of the side boom handling pipes.
Check the load carrying capacity of the lifting
tools & tackles.
Use safe Load Indicators (SLI).
Use appropriate PPEs.

Other Same as above Wear gum boots in marshy areas.


Allow only one person to perform signaling
operations while lowering of pipes.
Wedges to be provided below the pipe to
prevent spool/pipe roll out.
Provide night caps on pipes.
Provide end covers on pipes for stoppage of
pigs while testing/ cleaning operations.

(P) Pollution in Can cause personal Ensure the blasting is done in enclosed shed.
GRIT neighboring injury Keep safe distance while blasting operations.
BLASTING area, hit by grits Wear positive pressure blast hood or helmet
and high with view-window, ear-muff/plug, gloves,
pressure air overall or leather coat /apron, rubber shoes.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 379 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 55 of 102

APPENDIX-F

TRAINING SUBJECTS / TOPICS


(For contractors’ personnel)

1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer /
employee.
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at
project site / Effect of incentive on accident prevention.
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs.
5. Hazard Identification / Type of hazards / HIRAC.
6. Behavioral Safety & Motivation.
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling.
8. Occupational Health in Construction sector.
9. Personal Protective Equipment’s – Respiratory & Non- respiratory.
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination.
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention.
12. Machine Safety – Machine guarding / Maintenance.
13. Transportation – Hazards & risks in transp. of materials / ODC consignments.
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety
requirements.
15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting / Safety
propaganda / Publicity.
16. Excavation – Risks & Dangers / Safety measures.
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards /
Life-line / Fall arrester / Safety Nets / Floor openings.
18. Hazards in Welding & important safety precautions.
19. Gas Cutting – Hazards & safety measures.
20. Fire prevention & fire protection.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 380 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 56 of 102

APPENDIX - G
CONSTRUCTION POWER BOARD(typ)

DRAFT

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 381 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 57 of 102

APPENDIX-H

LIST OF PROCEDURES (MINIMUM) TO BE FORMING PART OF HSE PLAN:-

A. HSE Management Procedures:

 HSE Risk Management (including HIRA)


 HSE Legal Compliance and Other Requirements
 HSE Objectives & Performance
 HSE Training and Competence (including Induction)
 HSE Motivation &Award Scheme
 HSE Audits
 HSE Sub Contractor Management
 HSE Emergency Management
 HSE Incidents Reporting and Management
 HSE procedure for Behaviour based Safety
 First Aid & Management
 Roles, Responsibility, accountabilities and Authorities

B. Job procedures/Safe Operating procedures

 Setting Up Site &Signages


 Working at Height
 Confined Space Entry
 Permit to Work (including hot works)
 Housekeeping DRAFT

 Transportation of materials including Manual Handling


 Earthmoving Operations & excavation
 Scaffolding
 Fire Prevention/Protection
 Hazardous Substance handling & Storage
 Personal Protective Equipment

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 382 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 58 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 1 of 6)
SAFETY WALK-THROUGH REPORT
(Name & signature of walk through performer to be inserted at the bottom of each page)

Project : _____________ Report no. : ___________

Date : _____________ Ccontractor : ___________

Inspection by :_____________ Owner : ___________

Frequency : Monthly Job no. : ___________

Note : Write ‘NA’ wherever the item is not applicable


Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
1. HOUSEKEEPING
a) Waste containers provided and used
b) Sanitary facilities adequate and Clean

c) Passageways and Walkways Clear

d) General neatness of working areas

e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT
DRAFT

a) Goggles; Shields
b) Face protection

c) Hearing protection

d) Foot protection
e) Hand protection

f) Respiratory Masks etc.

g) Full body harness conforming to CЄ, EN 361

h) Hard hat (HDPE)

i) Other

3. EXCAVATIONS/OPENINGS

a) Openings properly covered or barricaded


b) Excavations shored

c) Excavations barricaded

d) Overnight lighting provided

e) Other

Safety walk-through performer (Name& Signature)……………………………………….

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 383 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 59 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 2 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
4. WELDING & GAS CUTTING

a) Gas cylinders chained upright

b) Cables and hoses not obstructing

c) Screens or shields used

d) Flammable materials protected

e) Live electrode bits contained properly

f) Fire extinguisher (s) accessible

g) Other

5. SCAFFOLDING & BARRICADING

a) Fully decked platforms

b) Guard and intermediate rails in place

c) Toe boards in place

d) Adequate shoring DRAFT

e) Adequate access

f) Positive barricading for critical activities

g) Installation of warning signs

h) Other

6. LADDERS

a) Extension side rails 1 m above

b) Top of landing

c) Properly secured

d) Angle + 700 from horizontal

e) Other

Safety walk-through performer (Name & Signature)…………………………………………..

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 384 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 60 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 3 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
7. HOISTS, CRANES AND DERRICKS

a) Condition of cables and sheaves OK

b) Condition of slings, chains, hooks and eyes


O.K.
c) Inspection and maintenance log-books
maintained
d) Outriggers used

e) Reverse horn installed / active / coupled with


gear
f) Signs/barricades provided

g) Signals observed and understood

h) Qualified operators

i) Other

8. MACHINERY, TOOLS AND EQUIPMENT

a) Proper instruction

b) Safety devices

c) Proper cords

d) Inspection and maintenance

e) Other

9. VEHICLE AND TRAFFIC

a) Rules and regulations observed

b) Inspection and maintenance

c) Licensed drivers

d) Other

Safetywalk-through performer (Name& Signature)………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 385 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 61 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 4 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
10. TEMPORARY FACILITIES

a) Emergency instructions posted

b) Fire extinguishers provided

c) Fire-aid equipment available

d) Secured against storm damage

e) General neatness

f) In accordance with electrical requirements

g) Other

11. FIRE PREVENTION

a) Personnel trained & instructed to make use


of facility
b) Fire extinguishers checked periodically &
record maintained
c) No smoking in Prohibited areas.
d) Fire Hydrants not obstructed

e) Regular fire drill conducted

12. ELECTRICAL

a) Use of 3-core armored cables everywhere

b) Usage of 'All insulated' or 'double-insulated'


electrical tools
c) All electrical connection are routed through
ELCB
d) Natural Earthing at the source of power
(Main DB)
e) Continuity and tightness of earth conductor

f) Effective covering of junction boxes, panels


and other energized wiring places
g) Ground fault circuit interrupters provided

h) Prevention of tripping hazards maintained

f) DCP extinguishers arranged & licensed


electrician engaged at site

Safetywalk-through performer (Name& Signature)…………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 386 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 62 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 5 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
13. HANDLING AND STORAGE OF
MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
14. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from
fire
b) Safe storage & transportation arrangement
made
c) Fire extinguishers positioned nearby
d) Facilities kept away from electric spark, hot
spatters & ignition source.
15. WORKING AT HEIGHT
a) Approved Erection plan and work permit in
place
b) Safe access, Safe work platform & Safety nets
provided
c) Life lines, Fall arrester, Full body harness
with double lanyards used;
d) Health Check record available for workers
going up?
e) Protective handrails arranged around floor
openings
16. CONFINED SPACE
a) Work Permit obtained from requisite authority
b) Test for toxic gas and sufficient availability of
oxygen conducted & status
c) Supervisor present at site & at least one
person outside the confined space for
monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit
maintained)
e) Fire extinguisher and first-aid facility ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
17. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized
radiographer available)
b) Work permit obtained

Safety walk-throughperformer (Name& Signature)…………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 387 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 63 of 102

FORMAT NO. : HSE-1 REV 0


(Sheet 6 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors imparted
during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured

18. HEALTH CHECKS

a) All Workers medically examined and found


be fit for working at heights (slinging, rigging,
painting etc.)
in confined space
in excavation / trenching
in shot blasting
b) Availability of First Aid box with contents
c) Proper sanitation at site, office and labour
camps
d) Arrangement of medical facilities.

e) Measures for dealing with illness at site


&labour camps.
f) Availability of Potable drinking water for
workmen & staff.
g) Provision of crèches for children.

h) Stand by vehicle / ambulance available for


evacuation of injured
19. ENVIRONMENT
a) Chemical and Other Effluents properly
disposed
b) Cleaning liquid of pipes disposed off properly

c) Seawater used for hydro-testing disposed off


as per agreed procedure
d) Lubricant Waste/Engine oils properly
disposed
e) Waste from Canteen, offices, sanitation etc.
disposed properly
f) Disposal of surplus earth, stripping materials,
Oily rags and combustible materials done
properly
g) Green belt protection

Safetywalk-through performer (Name& Signature)…………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 388 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 64 of 102

FORMAT NO. : HSE-2 REV 0


(Sheet 1 of 3)

ACCIDENT REPORT

(To be submitted by Contractor after every Accident within 24 hours to EIL/ Owner)

Report No.: ____________________________ Date: ______________________


Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non-LTI) Hospitalized but resumed duty before end of 48 hrsof
accident
Disabling injury (other LTI) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTI): Death / Expiry
First Aid case Resume duty after first aid

Name of the injured:_______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:………..Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c.operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 389 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 65 of 102

FORMAT NO. : HSE-2 REV 0


(Sheet 2 of 3)

Activity / Works that were continuing during incident / accident: -


Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ..........................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals Vehicle accident


extremes) oroils
Other/specify

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 390 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 66 of 102

FORMAT NO. : HSE-2 REV 0


(Sheet 3 of 3)

Medical Aid provided:-(indicate specific aids / treatment etc.)-


………………………………………………………………………………………………………….
…………………………………………………………………………………………………………..
-------------------------------------------------------------------------------------------------------------------------
Actions taken to prevent recurrence of similar incident / accident:………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
…………………………………………………………………………………………………………….
.………………………………………………………………………………………………………...

_____________________________________________________________________________

Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/Site-in-charge EIL (3 copies)
Nodal Officer HO through RCM (In case of major accident)
Divisional Head (Constn) through RCM
Project Manager, EIL, through RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 391 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 67 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 1 of 5)

SUPPLEMENTARY ACCIDENT INVESTIGATION REPORT


TICK THE APPROPRIATE ONEAS APPLICABLE (furnish within 72 hours)
Supplementary to Incident / Accident Report No: ______ (Copy enclosed)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non-LTI ) Hospitalized but resumed duty before end of 48 hrsof
accident.
Disabling injury (otherLTI ) Hospitalized & failed to resume duty within next 48 hrs.
Fatal (LTI) Death / Expiry
First Aid case Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c.operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs. 2-5 yrs.
5-10 yrs. 11-15 yrs. 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 392 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 68 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 2 of 5)
Activity / Works that were continuing during incident / accident: -
Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….

Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Description of Incident/Accident (How the incident was caused) : …………………………………...
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 393 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 69 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 3 of 5)
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Name & Designation of person who provided First-Aid to the victim: ___________________________

Name & Telephone number of Hospital where the victim was treated ___________________________

Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others

How much time taken to shift the injured person to Hospital________________________________

In case of FATAL incident, indicate clearly the BOCW Registration No. of the
victim/Company…………………………………………………………………………………………

Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here)_____________________________________________________________________

What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc. ……………………………………………………………..)

Immediate cause (Please tick the right applicable) –


Hazardous methods or Poor housekeeping Inadequate or improper
procedures inadequately PPE
guarded
Environmental hazards improper Working on dangerous
(excess noise/ space illumination/Moving on oval equipment
constraint/ inadequate surface
ventilation

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 394 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 70 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 4 of 5)

Failure to secure Horse-play Failure to use PPE

Inattention to surroundings Improper use of hands & By-passing safety devices


body-parts
Unsafe mixing or placement Bypassing standard Failure in communication
of tools & tackles procedures
Operating without authority Improper use of equipment drug or alcoholic
or tools & tackles influence
excessive haste Others(specify)

Basic cause

Over confidence Impulsiveness over-exertion


Faulty judgement or poor Failing to keep attention Nervousness & Fear
understanding constantly
Fatigue Defective vision Ill health or sickness

Slow reaction Others(specify)

Root cause

Inadequate Engg. Improper Design Inadequate Planning &


organization
Inadequate knowledge Inadequate skill Inadequate training
Inadequate supervision Improper work procedure Inadequate compliance
with standard
Substandard performance Inadequate maintenance Improper inspection

Others(specify)

Loss of man days and impact on site works, (if any) –

Remarks from Contractor’s Safety Officer/ Engineer –

Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Cause of Accident was_________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 395 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 71 of 102

FORMAT NO. : HSE-3 REV 0


(Sheet 5 of 5)

Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future
: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
_____________________________________________________________________________

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/ Site-in-charge of EIL (3 copies)
Nodal Officer HO through RCM (In case of major accident)
Divisional Head (Constn.) through RCM
Project Manager EIL, through RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 396 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 72 of 102

FORMAT NO. : HSE-4 REV 0

NEAR MISS INCIDENT/ DANGEROUS OCCURRENCE REPORT PROFORMA


(to be submitted within 24 hours)
Report No.: _________________

Name of Site: _________________________ Date: ______________________

Name of work: __________________________ Contractor: __________________


__________________________________________________________________________________
Incident reported by :

Date & Time of Incident :

Location :
_________________________________________________________________________________

Brief description of incident


__________________________________________________________________________________
Probable cause of incident
__________________________________________________________________________________
Suggested corrective action
__________________________________________________________________________________

Steps taken to avoid recurrence Yes No

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

Note:
 Near Miss: Human injury escaped & no damage to property, equipment or
interruption to work.
 Dangerous Occurrence: Occurrences as mentioned below shall be considered as “Dangerous
occurrences”
a. collapse or failure of lifting appliances or hoist or conveyors or other similar equipment for handling
building or construction material or breakage or failure of rope, chain or loose gears; overturning of
cranes used in building or other construction work; falling of objects from height;
b. collapse or subsidence of soil, any wall, floor, gallery, roof or any other part of any structure, platform,
staging, scaffolding or any means of access including formwork;
c. collapse of transmission tower;
d. fire and explosion causing damage to property at Construction site.
e. spillage or leakage of hazardous substances and damage to their container;
f. Collapse, capsizing, toppling or collision of transport equipment;
g. Leakage or release of harmful toxic gases at the construction site.

To :Owner
:RCM/Site-in-charge EIL (3 copies)

Divisional Head (Const.) through RCM


Project Manager EIL, through RCM (Applicable for Dangerous Occurrence only)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 397 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.0
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 73 of 102

FORMAT NO. : HSE-5 REV 0


MONTHLY HEALTH, SAFETY &ENVIRONMENTAL (HSE) REPORT
(To be submitted by each Contractor)
Actual work start Date: _______________ For the Month of: __________________
Project: ____________________________ Report No: ________________________
Name of the Contractor: ______________ Status as on: ______________________
Name of Work: _____________________ Job No : __________________________
(Contractor in consultation with EIL shall generate the reports through web based package
(www3.eil.co.in/eilhse)only.
UPTO PREVIOUS
ITEM THIS MONTH CUMULATIVE
MONTH
1) Average number of Staff & Workmen
(average daily headcount, not man days)
2)Total Man-hours worked
3) Number of site personnel undergone HSE Induction
4) Number of HSE meetings organized at site
5) Number of HSE awareness programmes conducted at site
6) Number of Tool Box Talks conducted
7) Number of Loss Time Injuries (LTI) Fatalities
Other LTI
8) Number of Non disabling injury (Non-LTI)
9) Number of First Aid Cases
10) Number of Near Miss Incidents
11) Number of Dangerous Occurrences
12) No. of unsafe acts/ practices detected
13) No. of disciplinary actions taken against staff/ workmen
14) Man-days lost due to injury
15) LTI Free man-hours i.e. LTI free man-hours counted from the Last LTI
(enter date: ……….)
16) Frequency Rate (No. of reportable LTI per 10lacs man-hours worked)
17) Severity Rate (No. of man days lost due to LTI per 10 lacs man-hours
worked)
18) No. of activities for which HIRAC Completed
19) No. of incentives/ awards given
20) No. of occasions on which penalty imposed by EIL/ Owner
21) No. of Audits conducted
22) No. of pending NCs in above Audits
23) Compensation cases raised with Insurance
24) Compensation cases resolved and paid to workmen
25) No of Vehicular Accident cases
26) No of fire/Explosion cases
27) Whether workmen compensation policy taken Yes No
28) Whether workmen compensation policy is valid Yes No
29) Whether workmen registered under ESI Act, as applicable Yes No
30) Whether HIRAC Register prepared and updated Yes No
31)Whether Environment Aspect Impact Register prepared and updated Yes No
32) Whether Legal Register prepared and updated Yes No
Remarks, if any
Date:
Prepared by Safety Officer Approved by Site Head / Resident Construction Manager
(Signature and Name)(Signature and Name)

To: -
- RCM EIL

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 398 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 74 of 102

FORMAT NO. : HSE-6 REV 1

PERMIT FOR WORKING AT HEIGHTS (ABOVE 2.0 METER)


(In duplicate to be issued daily for site and for office)

Permit No…………….. Name of Main Contractor……………………


Name of work executing agency / sub agency / vendor:…………………………………………………...
Date……………… Exact Location of work……………………………………
Nature of work ……………………………………..Duration of work (from) ………… (to) ……….......
Number of workers covered within this permit……………………………………………………………
(List enclosed with name & gate pass numbers.)

Sl. Status of compliance


Items / Subjects
No. (Yes / No)
1 Work areas / Equipment’s inspected
2 Work area cordoned off
3 Adequate lighting is provided
4 Precautions against public traffic taken
5 Concerned persons in & around have been alerted & cautioned
Hazards / risks involved in routine / non-routine task assessed and control
6
measures have been implemented at specific task
7 ELCB provided for electrical connection & found working
8 Ladder safely attached / fixed
9 Scaffoldings are checked and TAGs are found used correctly
10 Working platforms are provided and are found sound /safe for use
Safe access & egress arrangements (e.g. ladders, fall arresters, life-lines etc.)
11
are satisfactorily incorporated
a. Openings on platform / floors are effectively cordoned / covered
12
b. Safety Nets are provided wherever required
Use of following safety gadgets by people working at area under this permit, is
checked and found satisfactory -
Safety helmet
13 Safety harness (full body) with double lanyard
Safety Shoes
Safety gloves
Safety goggles
14 Housekeeping of work area found satisfactorily tidy / clean & clear
Adequate measures have been taken for works being continued at the ground
15
level, when simultaneous works are permitted overhead at that very location.
16 Materials are not thrown from heights on to ground
17 Medical examination of workers are made & found satisfactory
Responsible job engineer / supervisor found physically present at work spot for
18
overall administration of work as well as safety of people.

Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses are rectified.

Additional Precautions, if any …………………………………………………………….


……………………………………………………………………………………………..

Work Permit Receiver Verification By Work Permit issuer


Contractor Job Supervisor Contractor Safety Officer Contractor Engineer/RCM

AT THE END OF THE DAY/WORK:


All works at height are completed & workmen have returned safely from work location at
(time)………….. (date)……………

(Sig. Contractor Engineer)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 399 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 75 of 102

FORMAT NO. : HSE-7 REV 1

CONFINED SPACE ENTRY PERMIT


Project site ___________________________ Sr.No. _________________________
Name of the work ______________________ Date ___________________________
Name of Contractor ____________________ Nature of work ___________________
Exact location of work _____________

Safety Requirements POSITIVE ISOLATION OF THE VESSEL IS MANDATORY


(A) Has the equipment been ?
Y NR Y NR Y NR
 Isolated from  water flushed &/or  radiation sources
power/steam/air steamed removed
 isolated from liquid or  Man ways open &  proper lighting
gases ventilated provided
 depressurized &/or  cont. inert gas flow 
drained arranged
 blanked/ blinded/  adequately cooled 
disconnected
(B) Expected Residual Hazards
 lack of O2  combustible gas/ liquid  H2S / toxic gases
 corrosive chemicals  pyrophoric iron / scales  electricity / static
 heat/ steam / frost  high humidity  ionizing radiation
  
(C) Protection Measures
 gloves  ear plug / muff  goggles / face shield
 protective clothing  dust / gas / air line mask  personal gas alarm
 grounded air  attendant with SCBA/air  rescue
duct/blower /AC mask equipment/team
 Fire fighting  safety harness & lifeline  communication
arrangements equipment
  
Authorization / Renewal (It is safe to enter the confined space)
Signature Time Signature
No. of
Name of persons Work Permit Verification by
Work permit
persons issuer
allowed Receiver(Contractor Contractor From To Workman
allowed Supervisor) Safety officer
Contractor
Engineer/RCM

Permit Closure :

(A) Entry  was closed  stopped  will continue on ...

(B) Site left in a safe condition  Housekeeping done

(C)Multilock removed  key transferred

 Ensured all men have come out  Man-ways barricaded

Remarks, if any:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 400 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 76 of 102

FORMAT NO. : HSE-8 REV 0

RADIATION WORK PERMIT

Project : Sr.No. :
Name of the work : Date :
Name of site contractor : Job No. :

Location of work :

Source strength :

Cordoned distance (m) :

Name of Radiography agency : Approved by Owner/EIL

No. of workers engaged :


(List enclosed with name & gate pass numbers.)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S.
Item description Done
No.
Safety regulations as per BARC/AERB ensured while source in use/in transit & during storage
Area cordoned off / safe working platform provided
Lighting arrangements for working during nights ensured
Warning signs/ flash lights installed
Cold work permit taken (if applicable)
PPEs like film badges, dosimeters used

Additional precautions, if any ______________________________________________________

(Radiography Agency’s BARC/AERB authorized Supervisor)

Permission is granted.

Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date

(Signature of permit issuing authority-RCM of contractor) (


Name : Designation: Date:

Permit renewal:
Sign of issuing
Additional precautions
Permit extended up to authority with date (of
required, if any
site contractor)
Date Time

Work completed/ stopped/ area cleared at ________ Hrs of Date ______________


(Sign. of permit issuing authority)
Name& Signature of site contractor:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 401 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 77 of 102

FORMAT NO. : HSE-9 REV 1


DEMOLISHING/DISMANTLING WORK PERMIT
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :

Name of sub-contractor : No. of workers to be engaged:


(List enclosed with name & gate pass numbers.)

Line No./ Equipment No./ Structure to be dismantled :


Location details of dismantling/ demolition with sketch : (clearly indicate the area)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. Not
Item description Done
No. Applicable
Services like power, gas supply, water, etc. disconnected

Dismantling/ Demolishing method reviewed & approved

Usage of appropriate PPEs ensured

Precautions taken for neighboring structures

First-Aid arrangements made

Fire fighting arrangements ensured

Precautions taken for blasting


Work Permit Receiver Verification by Contractor
(Contractor’s Supervisor/Engineer) (Contractor’s Safety Officer)

Permission is granted.

(Work Permit issuer -Client)

Name :
Date :

Completion report:

Dismantling/ Demolishing is completed on _____________ Date at ____________ Hrs.

Materials/ debris transported to identified location Tagging completed (as applicable)

Services like power, gas supply, water, etc. restored

(Permit issuing authority-Client)

CONTRACTOR’s NAME

Format No. 8-00-0001-F7 Rev. 0

Page 402 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 78 of 102

FORMAT NO. : HSE-10 REV 0

DAILY SAFETY CHECKLIST


(To make use of before start of day’s work)

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -

 Use of PPE / Safety Gadgets

Sl. Compliance Sl. Compliance


PPEs PPEs
No (Yes / No) No (Yes / No)
1 Safety Helmets 6 Face Shield
2 Safety Shoes 7 Full body harness
3 Hand Gloves 8 Fall Arrest System
4 Dust Musk 9 Safety net
Horizontal life-line made of
5 Safety Goggles 10 steel wire, (dia not less than
8.0 mm.)
(Serial No. 1 & 2 are compulsory for everyone. Specify & ensure use of other safety gadgets as required for the job)

 Identify following important unsafe conditions: -

Sl. No Conditions Yes / No


1 Access to work site / emergency escape clear
2 Soil / Loose earth kept away from excavated pit / slope / ladder provided
Electrical wire / welding lead lying entangled on ground / welding m/c. booth
3
accessible
4 Elevated work platform / open ends are protected
Ground area cordoned off before lifting works or erection at height / ground
5
area checked & cordoned-off before start of height works
Structural members / erected pipes / wooden boards/pieces etc. are safely
6 anchored at heights and are not likely to fall down on people when working
beneath
Ladders tied-up on tall steel structures, long before are removed to get rid of
7
their use
8 Any Other

 Indicate actions taken, if status of any of the above items is found “No”
……………………………………………………………………………………………………………
…………………………………………………………………………………………………………….

 Specific Safety guidelines / precautions, if any (communicated thro’ TBT)


……………………………………………………………………………………………………………..
….………………………………………………………………………………………………………….

 Above conditions and PPE compliances are checked by undersigned and correct status are indicated after
verification

Prepared by Verification By
Contractor Site Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 403 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 79 of 102

FORMAT NO. : HSE-11 REV 0


(Sheet 1 of 2)
HOUSEKEEPING ASSESSMENT& COMPLIANCE
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Name of contractor : Fortnightly

Sl. Satisfactory/ Non


Subjects of Review Remarks Action
No. Yes satisfactory/No
1. Cleanliness at the Main entry / access of site
2. Ground condition / floor areas free from water-
logging / oil spillage
3. Ground & elevated floors free from rubbish /
wastes / accumulated debris / scraps.
4. Manholes / openings are covered / fenced
5. Trenches are barricaded / walkways are in
place
6. Drains are cleaned / not choked / not occupied
by dumped materials
7. Sufficient CAUTION boards / instructions
displayed
8. Construction machinery are maintained &
parked in orderly manner.
9. Movement of site people are not obstructed
because of dumping / storing of construction
materials
10. Access / egress to Electrical Distribution
Boards / Panels clear from wires / cables /
earth-strips etc.
11. Electrical panel rooms / sheds / MCC / Control
rooms / Substations etc. are clean & tidy and
not used for storing dress / clothes, tiffin-box
or bicycles.
12. Passage behind Elec. panels are free for access
13. Fire extinguishers / fire-buckets are accessible
without any difficulty.
14. Stair-steps, platforms & landings are clear &
tidy
15. Sheds / rooms & work areas have got sufficient
illumination as well as ventilation
16. Cables / Wires / welding leads are routed /
hanged appropriately & are not creating unsafe
condition.
17. Stacking / storing of insulation materials or
their packing.
18. Removal or cleanliness of left-over sand,
concrete, brick-bats, insulation-materials,
excess earth, wastes etc.
19. Storing / stacking of sand, metal chips, re-
bars, steel pipes, valves, fittings etc.
20. One escape route at ground & minimum two
escape routes at elevation available,

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 404 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 80 of 102

FORMAT NO. : HSE-11 REV 0


(Sheet 2 of 2)

Sl. Satisfactory/ Non


Subjects of Review Remarks Action
No. Yes satisfactory/No
21. Captions / Posters / Slogans on various safety
instructions are displayed legibly in local
language
22. Cable trenches are water-free or regular
arrangement for taking out accumulated water
exists.
23. Windows of rooms / offices are regularly
cleaned
24. Facilities for cycle sheds, drinking water,
washing, rest-rooms etc. are maintained in tidy
manner.
25. Toilet, Urinals, Canteen / kitchen / pantry etc.
are maintained & free from obnoxious smell.
26. Construction tools / tackles are stored
systematically - the items are tagged / tested /
certified by competent third party.
27. Sufficient numbers of Dust-bins / Waste-bins
found at site and are regularly emptied.

Additional remarks, if any -


………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
……………………………………

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 405 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 81 of 102

FORMAT NO. : HSE-12 REV 0

INSPECTION OF TEMPORARY ELECTRICAL BOOTH / INSTALLATION


Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sub Station No:/Booth No Location:

SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
Electrical Panel door to be in closed condition and
9
Insulated Mat to be provided in front of panel.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded&
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted& other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 406 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 82 of 102

FORMAT NO. : HSE-13 REV 0


(Sheet 1 of 2)
INSPECTION FOR SCAFFOLDING
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sl. Actions
Description Yes No N.A.
No taken
1 Whether work permit is obtained to take up work at height above 1.5 Mts?
Whether atmospheric condition is “stormy” or “raining” and works at
2
heights have been permitted?
3 Whether steel pipes scaffoldings are used for units /off-site areas?
Whether scaffolding has been erected on rigid/firm/leveled surfaces /
4 ground? Whether “foot-seals” or “base-plates” are used beneath the up-
rights (vertical steel pipes)
Whether scaffold construction is as per IS specification with toe-board and
5
hand-rails (top-rail as well as mid-rail)?
Whether distance between two successive up-rights are less than 2.5 Mts
6 (height of scaffold & load carrying capacity governs the distance between
two uprights)
Whether all uprights are extended at least 900 mm above the top most
7
working platform (to enable fitting of handrails)?
Whether vertical distance of two successive ledgers is satisfactory?
8
(varying between 1.3 Mts. To 2.1 Mts)
Whether the peripheral areas of working at height are cordoned-off? (for
9
avoiding accident to people arising out of dropped / deflected materials)
10 Whether platform is provided? Is it safely approachable?
Whether end of scaffold platform / board are extended beyond transoms?
11
(125mm to 150 mm)
Whether CE / IS approved quality and worthy conditioned full-body safety
12 harness (with double lanyard & karabiners) are used while working at
heights?
Whether life-line of safety harness is anchored to an independent secured
13
support capable of withstanding load of a falling person?
Whether the area around the scaffold is cordoned off to prohibit the entry of
14
unauthorized person / vehicle?
Whether clamps used are of good condition, of adequate strength and free
15
from defects?
16 Whether ladder is placed at secured and leveled surface?
17 Whether water-pass and oil-spills are avoided around the scaffold structure?
18 Whether ladder is extended 1.5mts. above the landing point at height?
19 Whether more than one access/egress provided to the scaffold?
Whether ladder used are of adequate length and overlapping of short
20
ladders avoided?
Whether metallic ladders are placed much away from near-by electrical
21
transmission line?
22 Whether rungs of ladder are inspected and found in good order?
23 Whether fall-arresters provided on both the access/egress routes?
Whether diagonal (cross) bracings are provided at regular interval on the
24
scaffold?
Whether working platform on the scaffold has been made free from “jolt”
25
or “gap”?
Whether tools or materials are removed after completion of the day’s job at
26
heights?
Whether a valid Permit for Work (PFW) is obtained before taking up work
27
over asbestos or fragile roof?
28 Whether sufficient precaution is taken while working on fragile roof?

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 407 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 83 of 102

FORMAT NO. : HSE-13 REV 0

(Sheet 2 of 2)

Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 408 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 84 of 102

FORMAT NO. : HSE-14 REV 1


(sheet 1 of 2)
PERMIT FOR ERECTION / MODIFICATION & DISMANTLING OF SCAFFOLDING
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………

SL. NOT
SUBJECTS / ITEMS DONE REMARKS
No. DONE
Specific task of Erection / Modification / Dismantling of scaffolds,
1 identified & TAGGED accordingly (before as well as after carrying-out
jobs).
People engaged in doing the job are identified & are certified by Job Names to be
2
Engineer of Main Contractor as experienced / trained. noted
Concerned persons are alerted by the Job Engineer of Main Contractor in
3 connection with possible hazards & what the workmen MUST do /
MUST not do.
Verification by Job Engineer of Main Contractor made for confirming
that all persons permitted to carry-out the jobs are making use of Helmet,
4
Safety Shoes, Goggles, Gloves & Double lanyard safety harness and
other relevant PPEs.
5 Area of work is effectively cordoned-off / barricaded / illuminated.
For taking-up / lowering down Scaffolding members / clamps / couplings
etc. appropriate ropes / pulleys/ chains etc. have been arranged for use
6
(not to throw any item) & the same have been verified as “fit for
purpose”.
Items / members of scaffold, being lowered are removed from the area &
7
stacked correctly.
Ropes, chains, pulley blocks etc. being used for lifting or lowering
scaffold items, are inspected by the Job Engineer & their certifications as
8
well as physical conditions have been found O.K, before signing this
PERMIT.
Safety Net / Life-line / Fall Arresters etc. are arranged in position and Job
9
Engineer has found working conditions favorable for activities to start.
Scaffold erection or dismantling tasks are being supervised by
10
Experienced Engineer / Competent person.
Only competent & experienced people have been selected / engaged in
11
Scaffolding erection, modification or dismantling tasks.
Adequate & effective actions for traffic and movement of people around
12
the cordoned-off area taken to avoid inadvertent incident
13 Working platforms are protected with handrails & toe-boards.
14 Access & Exit (for reach & escape) are safe for use by people.
Tools, tackles to be used for above jobs are verified by job Engineers of
15 Main contractor as genuinely good and tied-up at height (to prevent their
fall).
16 Site important Telephone Nos. are made known to everyone
SOP (Safe Operating Procedure) for the specific task is made & followed
17
too.
18 Emergency vehicle has been arranged at work locations.

 This permit for work shall be available at specific work location all the time.
 After completion of work, permit shall be returned to safety cell of main contractor, without fail.
 This Permit shall be issued maximum upto (Monday to Sunday).
 Additional Precautions, if any
…………………………………………………………………………………………………………………
 ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )
Work Permit Receiver Verification By Work Permit issuer
Contractor Job Supervisor Contractor Safety Officer Contractor Engineer/RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 409 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 85 of 102

FORMAT NO. : HSE-14 REV 1


(sheet 2of 2)

Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same.

Name / Sign. MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY


Site
Engr.
Safety
Off.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 410 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 86 of 102

FORMAT NO. : HSE-15 REV 1

PERMIT FOR HEAVY LIFT/CRITICAL ERECTION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected

SL. COMPLIANCE STATUS


Description of Item
NO. Remarks
Yes No Not applicable
1) Is the crane type suitable for lift or as per erection
procedure?
2) Is the crane have the correct number of counterweights
fitted?
3) Availability of Load Certification of crane from
authorized agency.
4) Is the load chart of crane available in carne cabin/or with
Crane operator?
5) Is the device to check the Wind speed in crane is working?
Is the safety features in crane are working?
6) Availability of Load certification of slings and other
accessories from authorized agency
7) Availability of Licensee/certificate for crane operator from
authorized agency.
8) Availability of approved HIRAC for the subject activities.
9) Availability of approved erection/rigging procedures.
10) Availability of temporary gratings/ platforms for critical
lifting(as applicable)
11) Tool Box conducted before erection?
12) Has the area been cordoned off?
13) Are the authorized persons during erection are identified?
14) Does each person identified for erection understand their
roles and responsibilities?
15) Is the ground on which crane will rest or outrigger support
are correct?
16) Is hard stand requirement (if any) complied?
17) Is the communication system (viz walkie-talkies, etc. are
working properly?
18) If more than one crane is lifting the load, is an
Intermediate rigger will supervise the lift?
19) If there is other obstruction within the operating radius of
the crane, have correct precautions been taken to prevent
collision?
20)
All the persons are wearing the requisite PPE?
Work Permit Receiver Verification By Work Permit issuer
Contractor Job Supervisor Contractor Safety Officer Contractor Engineer/RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 411 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 87 of 102

FORMAT NO. : HSE-16 REV 1

PERMIT FOR ENERGY ISOLATION & DE-ISOLATION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
 Clearance required from:…..Hrs ………Date To ……..Hrs ….Date
 Name of equipment/ energy source etc. ………………………………………………………………….
 Nature of job to be done: ……………………………………………………………………………….
 Area………………………….Location:…………………………………………………………………..

PERMIT VALIDATION PERFORMING AUTHORITY


I hereby authorize the …………..personnel(performer) The work and precautions will be carried out under my
to isolate the above equipment/energy source from all overall responsibility.(Testing/execution engineer)
sources of power and handover the equipment/energy
source for maintenance/repair.
Signature: Date:
Issuing authority Name:
Client/Contractor RCM (as applicable)
Signature: Date:
Name:

SAFETY PRECAUTIONS FOR CLEARANCE NORMALISING AFTER CLEARANCE


1. Notify workers of intent to de- energize 1. Notify workers of intent to re- energize
2. Obtain lock, tag or locking/tagging devices 2. Conduct visual inspection to confirm that the
3. Shut down, de-energize, dissipate any danger zone is clear of workers
residual energies. 3. Conduct visual inspection to confirm that tools
4. Apply lock ,tag and locking and/or tagging ,equipment’s danger zone is clear of workers
devices 4. Reposition the safety devices(interlocks,
5. *Any other job specific precautions valves, guards, covers ,sensors, as applicable,
6. Verify effectiveness of lockout by etc.)
attempting to restart. 5. *Any other job specific normalizing details
7. Proper PPE is ensured 6. Remove lock, tag and locking and/or tagging
devices.
I certify that the energy source mentioned above is 7. Re-energize.
isolated from all sources and is safe to start the work. 8. Confirm system is operating properly& safely
I certify that the energy source mentioned above is
Tag No:…… Lock No:…………. isolated from all sources and is safe to start the work.

Issuing authority Tag No:…… Lock No:………….


Client/Contractor RCM (as applicable) Issuing authority
Signature: Date: Client/Contractor RCM (as applicable)
Name: Signature: Date:
(*to be included by contractor in consultation with Name:
issuing authority) (*to be included by contractor in consultation with
issuing authority)
ENERGY DE-ISOLATION PERMIT
PERMIT VALIDATION PERFORMING AUTHORITY
I hereby authorize the …………..personnel(performer) I hereby certify that the equipment/energy source
to de- isolate the above equipment/energy source from mentioned above has been de-isolated and is ready for
all sources of power and handover the equipment/energy normal operation.(Testing/execution engineer)
source for normal operation..

Issuing authority Signature: Date:


Client/Contractor RCM (as applicable) Name:
Signature: Date:
Name: Countersigned by Issuing authority

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 412 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 88 of 102

FORMAT NO. : HSE-17 REV 1

PERMIT FOR EXCAVATION (depth 2m and above)


(Sheet 1of 2)
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Job Description : Location:
Size of excavation :

COMPLIANCE STATUS
SL.
Description of Item Not Remarks
NO. Yes No
applicable
1) Suitable and sufficient risk assessments and method
statements has been carried to ensure that the work shall be
undertaken in accordance with specification and standard.
2) Are plans/details of underground services available and the
same has been reviewed?
3) Has survey done to locate the services/obstacles etc.
4) Has the live services (electrical, water line, air
line,telephoneline,etc)has been disabled for carrying out
the job.
5) Is adequate barriers/fences to protect the excavation are in
place?
6) Is Adequate warning signs are in place?
7) Is Assessment of ground conditions done and remedial
action(if any) taken?
8) Safe access / egress (e.g. ramp / steps / ladders etc.)
provided for site workmen & supervisors.
9) Is the excavation work being undertaken in proximity of
structure, etc. ?If Yes, it’s effect is considered?
10) Availability of competent person for supervising the
excavation work?
11) Adequate safe arrangement to prevent collapse of edges
(e.g. shoring / strutting / benching / sloping etc.) made at
site.
12) Hard barricades (at least 1.0M away from edge & for
excavation near site access roads) with warning
signs/caution boards are provided
13) Accumulation / passage-ways of water at periphery of
excavation / trench stopped/ restricted.
14) Is the equipment being used for excavation has been
checked for adequacy and is in good working condition
having all the safety features?
15) Age & fitness of workmen ensured by medical test before
engagement in job ?
16) Arrangement of Monitoring of possible oxygen deficiency
or obnoxious gases done & action taken?

PERMIT GRANTED - Yes / No

(List enclosed with name & gate pass numbers.)

Name & Signature of Site Engr. Name & Signature of Area – In charge/RCM of

Contractor (Receiver) Contractor (Issuer)

Verification by Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 413 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 89 of 102

FORMAT NO. : HSE-17 REV 1

PERMIT FOR EXCAVATION


(Sheet 2of 2)

NOTES: -

1. Slopes or benches for excavation beyond 2.0M depth shall be designed & approved by Contractor’s site head.
2. Excavated earth to be kept at least 1.5M away from edges
3. Safety helmets, Safety shoes or gum-boots, gloves, goggles, Face shield, Safety Harness shall be essential
PPEs.
4. Permit shall be made in duplicate and original shall be available at site of work.
5. Permit shall be issued for maximum one week only (Monday to Sunday)
6. After completion of works, permit shall be closed & preserved for record purpose

GRANT OF PERMIT AND EXTENSIONS

Issuer (Area In
Validity period Receiver (site Review by EIL /
Sl. Working Time charge/RCMof
From ____To Engr. of Main Owner (Remarks
No. From _____To _____ Main
____ Contractor) with date
Contractor)

1.

2.

3.

4.

5.

6.

7.

Additional safety instructions if any: -


1.
2.
3.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 414 of 4779


Page 415 of 4779

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev.1
AT CONSTRUCTION SITES Page 90 of 102

FORMAT NO. : HSE-18 REV 0 (Sheet 1of 2)

IDENTIFICATION OF ENVIRONMENTAL ASPECTS, IMPACT ASSESSMENT AND CONTROL MEASURES

Risk
Environmental Environment Consequences Significant Gaps/
S.No Activity N/A/E Control Measures Level
Aspect Impact Recommendations
A B C D E F G Yes/No

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


Page 416 of 4779

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev.1
AT CONSTRUCTION SITES Page 91 of 102

(Sheet 2 of 2)

INITIAL ENVIRONMENT REVIEW TECHNIQUE

WP = DNR = Depletion of
Environmental Impacts AP = Air Pollution LC = Land Contamination NP = Noise Pollution
Water Pollution Natural Resources

Legal and other


Scale Quantity (A) Occurrence (B) Severity of Impact (C) Detection (D) Control (E)
requirements (F)
In compliance or not
1 Negligible Very Rare Negligible visual impact Immediately Available & effective at place
applicable
Has in-built Secondary
2 Low Once a month or less Causes Discomfort or Nuisance Within 1 hour
control

3 Moderate Once a day Resource Depletion Within 8 hours Needs human Intervention

Affects Aquatic Life, flora, Mechanism in place but not


4 High Several times a Day Within 24 hours
fauna or global issue reliable

5 Excessive Continuous Human health effect More than 24 hours Absent or no effective control Not in compliance

Risk Level - G : A x B x C x D x Ex F

Aspects with score of 100 and above are considered as significant.


Also, Irrespective of the score, all legal noncompliance’s to be considered as significant

Condition
N NORMAL
A ABNORMAL
E EMERGENCY

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


Page 417 of 4779

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev.1
AT CONSTRUCTION SITES Page 92 of 102

FORMAT NO. : HSE-19 REV 0 HIRAC

Recommended
Desired Controls & Existing Control Actions Action
Risk Identification Risk Assessment Remarks
Gaps, If Any To Reduce The By
Risk Level
SN Activity Activity Hazards Condition( Associat Desired Control Gaps If Probabi Impact Risk Risk
Type N/AN/E) ed Risk Measures Any lity(P) (I) R= Classific
(R/NR) P*I ation

Likelihood – Possibility of occurrence of risks based on present gaps (technological / operational / competence / measurement and monitoring);

UL: Unlikely, L: Likely, VL: Very Likely, FR: Frequent, C: Continuous

Impact –

SI: Slight Injury, MI: Minor Injury, MJ: Major Injury, SF: Single Fatality, MF: Multiple Fatalities

Level of consequence – Refer Guidance criteria for this i.e. possible degree of damage;

Condition- N: Normal, AN: Abnormal, E-Emergency

Activity Type: R- Routine, NR- Non Routine

RISK –

L: Low Risk, M: Moderate Risk, H: High Risk

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL – All rights reserved


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 93 of 102
AT CONSTRUCTION SITES

FORMAT NO.: HSE-20 REV 0

Inspection of Tower Crane

Name of Contractor: Project:


Name of Work: Job No:
Vehicle Identification/Registration No: Date:

Sr. Remarks &


Description Observation
No. Suggestions
1 Serial number plate &SWL marking
2 Valid TPI Certificate
3 Valid Insurance
4 Safe access and egress are provided to the crane operator.
5 Front glass of Operator cabin
6 Operator crane cabin is provided with a locking mechanism so as to
prevent unauthorised entry.
7 A safety bar is fitted across the operator’s cabin window where there is
likelihood of the operator falling through it.
8 Manufacturer Operating Manual and Maintenance Manual are made
available.
9 An updated Operation and Maintenance log book is available in the
operator cabin.
10 All mounting bolts are in good condition.
11 Load chart provided
12 SLI available
13 Crane hooks have got smooth surface and no dent

14 Hook-latch / Dog-clamp in hook is effective


15 Over hoist limit switch
16 Double body earthing of Tower Crane
17 Jib angle indicator is provided (For Luffing Jib Tower Crane).
18 Emergency stop button, which will terminate the operation of the crane
engine, is installed in the operator cabin and correctly identified.
19 Effective braking mechanisms for Hoisting, Derricking, Slewing,
Trolley Travelling maintained:
20 Trolley Travelling limiter to prevent over-travelling of trolley is
functional.
21 Limit switches to prevent over-derricking and over-lowering of jib (For
Luffing Jib Tower Crane) is functional.
22 Slewing limiter to restrict slewing of crane is functional.
23 Over load Limiter to prevent overloading of crane is functional.
24 Load Moment Limiter to prevent over-turning moment is functional.
25 Anti-collision devices are tested to stop the tower crane’s operation
such that the crane-to-crane interference must be maintained at not less
than 3 m.
26 Condition of boom
27 Counter weight placement and pins
28 Winches, pulleys and wire ropes are in good working condition.
29 Colour coding
30 Leakage in hydraulic cylinder
31 Fire Extinguisher

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 418 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 94 of 102
AT CONSTRUCTION SITES

32 Tower crane is adequately grounded or protected against lightning.


33 Wind anemometer is installed and is in good working condition.
34 Aviation lamp is functional (Reqd. for 30mt and above)
35 Pre Medical Check-up& Periodic Medical check-up (every 6 months)
including vision test for Operator
36 Safety Induction for Operator
37 Others

Signature & Name of Signature and name of Job


Operator: Engineer

Signature & Name of Contractor's Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 419 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 95 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-21 REV 0

Crane Inspection Checklist

Name of Contractor: Project:


Name of
Work: Job No:
Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions
1 Crane hooks have got smooth surface and no dent

2 Hook-latch / Dog-clamp in hook is effective


3 Over hoist limit switch
4 Over Load Indicator
5 Over Boom limit switch
6 Boom angle indicator
7 Colour coding
8 Condition of boom
9 Condition of wire rope
10 Rope drum / sheaves are in good working condition
11 Swing break & lock
12 Swing Alarm
13 Over hoist break & lock
14 Boom break & lock (For Telescopic Boom)
15 Leakage in hydraulic cylinder
16 Condition of Outrigger (For Tyre Mounted Crane)
17 Outrigger fully extended Marking (For Tyre Mounted
Crane)
18 Condition of Tyre (For Tyre Mounted Crane)
19 Wheel chokes are present and are used whenever
required (For Tyre mounted)
20 Battery & lamps
21 Moving & rotating parts guarded
22 Load chart provided
23 Reverse horn (For Tyre Mounted Crane)
24 Body Condition of crane
25 Front glass of Operator cabin
26 Both side Mirror
27 Number Plate (For Tyre Mounted Crane)
28 Fire Extinguisher
29 Horn
30 Windshield and wipers
31 Working of light & Indicator
32 SLI
33 Spark Arrestor( For Running Refinery/
Petrochemical/Chemical Plant)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 420 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 96 of 102
AT CONSTRUCTION SITES

34 Foot-steps and hand-holds are in good working


condition for exit /enter in to cabin
35 TPI Certificate
36 RC Document (For Tyre Mounted Crane)
37 Fitness Certificate of Vehicle by authority
38 Insurance
39 PUC
40 HMV License for Operator
41 Pre Medical Check-up& Periodic Medical check-up
(every 6 months) including vision test for Operator
42 Safety Induction for Operator
43 Others

Signature & Name of Signature & Name of Contractor's


Operator: Concern Engineer

Signature & Name of Contractor's Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 421 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 97 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-22 REV 0

Hydra Crane Inspection Checklist

Name of Contractor: Project:


Name of Work: Job No:
Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions

1 Identification number of Hydra crane boldly scribed in


front and rear end of machine
2 Hydra Operator has got adequate document in support of
his competency (i.e. HMV driving license, knowledge &
training)
3 Marking of SWL on hook position is clearly visible

4 Test & examination of Hydra crane by statutory /


competent authority is carried out & document is valid
5 Colour Coding

6 RC Document

7 Fitness Certificate of Vehicle by authority

8 Valid Insurance

9 Valid PUC

10 Pre Medical Check-up& Periodic Medical check-up


(every 6 months) including vision test for Operator
11 Safety Induction for Operator

12 Crane hooks have got smooth surface and no dent

13 Hook-latch / Dog-clamp in hook is effective

14 Over hoist limit switch

15 Over Load Indicator

16 SLI

17 Condition of boom

18 Condition of wire rope

19 Rope drum / sheaves are in good working condition

20 Leakage in hydraulic cylinder

21 Tyre condition

22 Battery

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 422 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 98 of 102
AT CONSTRUCTION SITES

23 Moving & rotating parts guarded

24 Break

25 Parking Break

26 Front horn

27 Reverse horn

28 Hydra cabin body and frame of machine is in good order

29 Both side Mirror

30 Fire Extinguisher

31 Front glass pane of the Hydra operator’s cabin is clean &


clear (i.e. not cracked / damaged / broken)
32 Windshield and wipers condition

33 Working of front & back lights, turn Indicators, parking


lights & fog lamps
34 Spark Arrestor( For Running Refinery/
Petrochemical/Chemical Plant)
35 Wheel chokes are present and are used whenever required

36 Foot-steps and hand-holds are in good working condition


for exit /enter in to cabin
37 Others

Signature & Name of Operator Signature & Name of


Contractor's Concern
Engineer

Signature & Name of Contractor's Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 423 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 99 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-23 REV 0

Hydraulic Rig Inspection Checklist

Name of Contractor: Project:

Name of Work: Job No:

Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions

Control panel is clean & all buttons/switches are clearly


1
visible (no paint over spray, etc.)
All switch & mechanical guards are in good condition and
2
properly installed

3 All Safety Indicator lights work

Drive controls function properly & accurately labelled (up,


4
down, right, left, forward, back)

5 Motion alarms are functional

6 Safety decals are in place and readable

Any defects such as cracked welds, fuel leaks, hydraulic


7
leaks, damaged control cables or wire harness, etc.

8 Braking devices are operating properly

Winches, pulleys and wire ropes are in good working


9
condition.

10 Function of interlocks and limit switch

The manufacturer’s operations manual (in all languages of the


11
operators)

12 Oil level, Hydraulic Oil Level, Fuel Level, Coolant Level

13 Battery Charge

14 Outriggers in place or functioning. Associated alarms working

15 Moving & rotating parts guarded

16 Load chart provided

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 424 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 100 of 102
AT CONSTRUCTION SITES

17 Fire Extinguisher

Spark Arrestor, if operated by using fuel( For Running


18
Refinery/ Petrochemical/Chemical Plant)

19 Serial number plate

20 SLI

21 TPI Certificate

22 Colour Coding

23 Insurance

Pre Medical Check-up& Periodic Medical check-up (every 6


24
months) including vision test for Operator

25 Safety Induction for Operator

26 Others

Signature & Name Signature & Name of Contractor's Concern


of Operator: Engineer

Signature & Name of Contractor's Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 425 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 101 of 102
AT CONSTRUCTION SITES

FORMAT NO. : HSE-24 REV 0

Boom Lift Inspection Checklist

Name of Contractor: Project:

Name of Work: Job No:


Vehicle Identification/Registration No: Date:

Remarks &
Sr. No. Description Observation
Suggestions

1 Operating and emergency controls are in proper working


condition, EMO button or Emergency Stop Device

2 Functional upper drive control interlock (i.e. foot pedal,


spring lock, or two hand controls)
3 Emergency Lowering function operates properly

4 Lower operating controls successfully override the upper


controls
5 Both upper and lower controls are adequately protected
from inadvertent operation.
6 Control panel is clean & all buttons/switches are clearly
visible (no paint over spray, etc.)
7 All switch & mechanical guards are in good condition and
properly installed
8 All Safety Indicator lights work

9 Drive controls function properly & accurately labelled


(up, down, right, left, forward, back)
10 Motion alarms are functional

11 Safety decals are in place and readable

12 Guardrails and anchor points are in place, and in good


condition
13 Work platform & extension slides are clean, dry, & clear
of debris
14 Work platform extension slides in and out freely with
safety locking pins in place to lock setting on models with
extension platforms.
15 Any defects such as cracked welds, fuel leaks, hydraulic
leaks, damaged control cables or wire harness, etc.
16 Braking devices are operating properly

17 The manufacturer’s operations manual is stored on AWP


(in all languages of the operators)
18 Oil level, Hydraulic Oil Level, Fuel Level, Coolant Level

19 Battery Charge

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 426 of 4779


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev.1
ENVIRONMENTAL MANAGEMENT
Page 102 of 102
AT CONSTRUCTION SITES

20 Outriggers in place or functioning. Associated alarms


working
21 Tyres and wheels are in good condition, with adequate air
pressure if pneumatic
22 Wheel chokes are present and are used whenever required

23 Moving & rotating parts guarded

24 Load chart provided

25 Fire Extinguisher

26 Spark Arrestor, if operated by using fuel( For Running


Refinery/ Petrochemical/Chemical Plant)
27 Serial number plate with Load capacity

28 TPI Certificate

29 Colour Coding

30 Insurance

31 Pre Medical Check-up& Periodic Medical check-up


(every 6 months) including vision test for Operator
32 Safety Induction for Operator

33 Others

Signature & Name of Signature & Name of


Operator: Contractor's Concern
Engineer

Signature & Name of Contractor's Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 427 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12
PIPELINE LAYING AND HDD WORKS

OISD-192 & OISD-207

[ANNEXURE -XV TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 428 of 4779


Sr.Number:OISD/DOC/2013/158
Page No. I

OISD - GDN - 192


July, 2000

FOR RESTRICTED
CIRCULATION

SAFETY PRACTICES DURING CONSTRUCTION

OISD-GDN-192

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 429 of 4779


Sr.Number:OISD/DOC/2013/158
Page No. II

OISD - GDN - 192


July, 2000

FOR RESTRICTED
CIRCULATION

SAFETY PRACTICES DURING CONSTRUCTION

Prepared by

COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 430 of 4779


Sr.Number:OISD/DOC/2013/158
Page No. III

Preamble

Indian petroleum industry is the energy lifeline of the nation and its continuous performance is essential
for sovereignty and prosperity of the country. As the industry essentially deals with inherently
inflammable substances throughout its value chain – upstream, midstream and downstream – Safety is
of paramount importance to this industry as only safe performance at all times can ensure optimum ROI
of these national assets and resources including sustainability.

While statutory organizations were in place all along to oversee safety aspects of Indian petroleum
industry, Oil Industry Safety Directorate (OISD) was set up in 1986 Ministry of Petroleum and Natural
Gas, Government of India as a knowledge centre for formulation of constantly updated world-scale
standards for design, layout and operation of various equipment, facility and activities involved in this
industry. Moreover, OISD was also given responsibility of monitoring implementation status of these
standards through safety audits.

In more than 25 years of its existence, OISD has developed a rigorous, multi-layer, iterative and
participative process of development of standards – starting with research by in-house experts and
iterating through seeking & validating inputs from all stake-holders – operators, designers, national level
knowledge authorities and public at large – with a feedback loop of constant updation based on ground
level experience obtained through audits, incident analysis and environment scanning.

The participative process followed in standard formulation has resulted in excellent level of compliance
by the industry culminating in a safer environment in the industry. OISD – except in the Upstream
Petroleum Sector – is still a regulatory (and not a statutory) body but that has not affected
implementation of the OISD standards. It also goes to prove the old adage that self-regulation is the best
regulation. The quality and relevance of OISD standards had been further endorsed by their adoption in
various statutory rules of the land.

Petroleum industry in India is significantly globalized at present in terms of technology content requiring
its operation to keep pace with the relevant world scale standards & practices. This matches the OISD
philosophy of continuous improvement keeping pace with the global developments in its target
environment. To this end, OISD keeps track of changes through participation as member in large number
of International and national level Knowledge Organizations – both in the field of standard development
and implementation & monitoring in addition to updation of internal knowledge base through continuous
research and application surveillance, thereby ensuring that this OISD Standard, along with all other
extant ones, remains relevant, updated and effective on a real time basis in the applicable areas.

Together we strive to achieve NIL incidents in the entire Hydrocarbon Value Chain. This, besides other
issues, calls for total engagement from all levels of the stake holder organizations, which we, at OISD,
fervently look forward to.

Jai Hind!!!
Executive Director
Oil Industry Safety Directorate

Page 431 of 4779


Sr.Number:OISD/DOC/2013/158
Page No. IV

FOREWORD

The Oil Industry in India is nearly 100 years old. Due to various collaboration agreements a
variety of international codes, standards and practices are in vogue. Standardisation in design
philosophies, operating and maintenance practices at a national level was hardly in existence.
This lack of uniformity coupled with feedback from some serious accidents that occurred in the
recent past in India and abroad, emphasised the need for the industry to review the existing
state of art in designing, operating and maintaining oil and gas installations.

With this in view, the Ministry of Petroleum and Natural Gas in 1986 constituted a Safety
Council assisted by the Oil Industry Safety Directorate (OISD) staffed from within the industry
in formulating and implementing a series of self-regulatory measures aimed at removing
obsolescence, standardising and upgrading the existing standards to ensure safer operations.
Accordingly OISD constituted a number of functional committees comprising of experts
nominated from the industry to draw up standards and guidelines on various subjects.

The present document on “Safety Practices during Construction” was prepared by the
Functional Committee on “Safety Practices during Construction”. This document is based on
the accumulated knowledge and experience of industry members and the various national and
international codes and practices.

It is hoped that provisions of this document if implemented objectively, may go a long way to
improve the safety to reduce accidents in Oil and Gas Industry. Users are cautioned that no
document can be substitute for the judgment of responsible and experienced engineer.

Suggestions are invited from the users after it is put into practice to improve the document
further. Suggestions for amendments, if any, to this standard should be addressed to:

The Co-ordinator
Committee on “Safety Practices during Construction”
Oil Industry Safety Directorate
Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

This document in no way supersedes the statutory regulations of


Chief Controller of Explosives (CCE), Factory Inspectorate or any other
statutory body, which must be followed as applicable.

Page 432 of 4779


Sr.Number:OISD/DOC/2013/158
Page No. V

NOTE

OISD (Oil Industry Safety Directorate) publications


are prepared for use in the Oil and Gas Industry under
Ministry of Petroleum & natural Gas. These are the property
of Ministry of Petroleum & Natural Gas and shall not be
reproduced or copied and loaned or exhibited to others
without written consent from OISD.

Though every effort has been made to assure the


accuracy and reliability of the data contained in these
documents. OISD hereby expressly disclaims any liability or
responsibility for loss or damage resulting from their use.

These documents are intended to supplement rather


than replace the prevailing statutory requirements.

Page 433 of 4779


Sr.Number:OISD/DOC/2013/158
Page No. VI

FUNCTIONAL COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION

NAME ORGANISATION

LEADER
Shri A.K. Tandon EIL, New Delhi.
MEMBERS
1. Shri U.M. Rao GAIL, Noida.

2. Shri K.N. Ravindran CRL, Cochin

3. Shri P.K. Anand ONGC, Mumbai.

4. Shri H.N. Das ONGCL, Nazaria.

5. Shri Jagnandan Tyagi IOC(PL) Nodia.

6. Shri M.C Lohar IBP Co. Ltd., Calcutta.

7. Shri J.C. Agrawal IOC, Mktg, New Delhi.

8. Shri S.M. Ghotavadekar HPCL, Mumbai.

9. Shri Sanjoy Ghose BPCL, Mumbai.

10. Shri H. C Jha “Hari” IOC-Panipat Refinery.

11. Shri Suhas Kate HPCL, Visakh.

Member-Coordinator

Shri A.K. Ranjan OISD, New Delhi

Page 434 of 4779


Sr.Number:OISD/DOC/2013/158
Page No. VII

CONTENTS

SECTION Page No.

1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2

4.1 General Duties Of Execution Agencies


4.2 General Duties Of Owners
5.0 Safety Practices At Work Places 3

5.1 General Provisions


5.2 Means Of Access And Egress
5.3 Housekeeping
5.4 Precautions Against The Fall Of Materials And Persons, And
Collapse Of Structures
5.5 Prevention Of Unauthorised Entry
5.6 Fire Prevention And Fire Fighting
5.7 Lighting
5.8 Plant, Machinery, Equipment and Hand Tools

6.0 Construction Activities 7

6.1 Excavation
6.2 Scaffolding, Platforms & Ladders
6.3 Structural Work, Laying Of Reinforcement & Concreting
6.4 Road Work
6.5 Cutting/Welding
6.6 Working In Confined Spaces
6.7 Proof/Pressure Testing
6.8 Working At Heights
6.9 Handling And Lifting Equipment
6.10 Vehicle Movement
6.11 Electrical
6.12 Offshore
6.13 Demolition
6.14 Radiography
6.15 Sand/Shot Blasting / Spray Painting
6.16 Work above Water

7.0 Additional Safety Precaution for Units with Hydrocarbons 33

8.0 First Aid 34

9.0 Documentation 34

10.0 Safety Awareness & Training 34

11.0 References 35

Annexure I 36

Page 435 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 1


SAFETY PRACTICES DURING CONSTRUCTION

SAFETY PRACTICES DURING CONSTRUCTION

1.0 INTRODUCTION

Safety in Construction Management deserves utmost attention especially in the hydrocarbon


industry, such as Exploration, Refineries, Pipelines and Marketing installations, Gas Processing
units etc. Construction is widely recognised as one of the accident prone activities. Most of the
accidents are caused by inadequate planning, failure during the construction process and/or
because of design deficiencies. Besides property loss, accidents also result in injuries and
fatalities to the personnel; same needs to be prevented.
The reasons for accidents during construction activities are related to unique nature of the
industry, human behaviour, difficult work-site conditions, extended odd duty hours, lack of training
& awareness and inadequate safety management. Unsafe working methods, equipment failure
and improper housekeeping also tend to increase the accident rate in construction.
Ensuring good quality of materials, equipment and competent supervision along with compliance
of standard engineering practices shall go a long way to in built safety into the system.
The objective of this standard is to provide practical guidance on technical and educational
framework for safety and health in construction with a view to:
(a) prevent accidents and harmful effects on the health of workers arising from employment
in construction;
(b) ensure appropriate safety during implementation of construction;
(c) provide safety practice guidelines for appropriate measures of planning, control and
enforcement.
2.0 SCOPE

This document specifies broad guidelines on safe practices to be adhered to during construction
activities in oil industry. However, before commencing any job, specific hazards and its effects
should be assessed and necessary corrective/preventive actions should be taken by all
concerned. The document is intended only to supplement and not to replace or supersede the
prevailing statutory requirements, which shall also be followed as applicable. For Personal
Protective Equipment, OISD-STD-155 (Part I&II) shall be referred to. The scope of this document
does not include the design aspects and quality checks during construction.
3.0 DEFINITIONS

Definitions of various terminology are given below:

 Adequate, appropriate or suitable are used to describe qualitatively or quantitatively the


means or method used to protect the worker.

 Brace: A structural member that holds one point in a fixed position with respect to another
point; bracing is a system of structural members designed to prevent distortion of a structure.

 By hand: The work is done without the help of a mechanised tool.

 Competent Authority: A stautory agency having the power to issue regulations, orders or
other instructions having the force of law.

 Competent person: A person possessing adequate qualifications, such as suitable training


and sufficient knowledge, experience and skill for the safe performance of the specific work.
The competent authorities may define appropriate criteria for the designation of such persons
and may determine the duties to be assigned to them.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 436 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 2


SAFETY PRACTICES DURING CONSTRUCTION

 Execution agency:
Any physical or legal person, having contractual obligation with the owner, and who employs
one or more workers on a construction site

 Owner:
Any physical or legal person for whom construction job is carried out.
It shall also include owner's designated representative/consultant/nominee/agent, authorised
from time to time to act for and on its behalf, for supervising/ coordinating the activities of the
execution agency.

 Hazard: Danger or potential danger.

 Guard-rail: An adequately secured rail erected along an exposed edge to prevent persons
from falling.

 Hoist: A machine, which lifts materials or persons by means of a platform, which runs on
guides.

 Lifting gear: Any gear or tackle by means of which a load can be attached to a lifting
appliance but which does not form an integral part of the appliance or load.

 Lifting appliance: Any stationary or mobile appliance used for raising or lowering persons or
loads.

 Means of access or egress: Passageways, corridors, stairs, platforms, ladders and any other
means for entering or leaving the workplace or for escaping in case of danger.

 Scaffold: Any fixed, suspended or mobile temporary structure supporting workers and
material or to gain access to any such structure and which is not a lifting appliance as defined
above.

 Toe-board: A barrier placed along the edge of a scaffold platform, runway, etc., and secured
there to guard against the slipping of persons or the falling of material.

 Worker: Any person engaged in construction activity.

 Workplace: All places where workers need to be or to go by reason of their work.


4.0 GENERAL DUTIES
4.1 GENERAL DUTIES OF EXECUTION AGENCIES

4.1.1 Execution agency should:

i) provide means and organisation to comply with the safety and health measures required
at the workplace.
ii) provide and maintain workplaces, plant, equipment, tools and machinery and organise
construction work so that, there is no risk of accident or injury to health of workers. In
particular, construction work should be planned, prepared and undertaken so that:
(a) dangers, liable to arise at the workplace, are prevented;
(b) excessively or unnecessarily strenuous work positions and movements are avoided;
(c) organisation of work takes into account the safety and health of workers;
(d) materials and products used are suitable from a safety and health point of view;
(e) working methods are adopted to safeguard workers against the harmful effects of
chemical, physical and biological agents.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 437 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 3


SAFETY PRACTICES DURING CONSTRUCTION

iii) establish committees with representatives of workers and management or make other
arrangement for the participation of workers in ensuring safe working conditions.
iv) arrange for periodic safety inspections by competent persons of all buildings, plant,
equipment, tools, machinery, workplaces and review of systems of work, regulations,
standards or codes of practice. The competent person should examine and ascertain the
safety of construction machinery and equipment.
v) provide such supervision to ensure that workers perform their work with due regard to
safety and health of theirs as well as that of others.
vi) Employ only those workers who are qualified, trained and suited by their age, physique,
state of health and skill.
vii) satisfy themselves that all workers are informed and instructed in the hazards connected
with their work and environment and trained in the precautions necessary to avoid
accidents and injury to health.
viii) Ensure that buildings, plant, equipment, tools, machinery or workplaces in which a
dangerous defect has been found should not be used until the defect has been rectified.
ix) Organise for and remain always prepared to take immediate steps to stop the operation
and evacuate workers as appropriate, where there is an imminent danger to the safety of
workers.
x) establish a checking system by which it can be ascertained that all the members of a
shift, including operators of mobile equipment, have returned to the camp or base at the
close of work on dispersed sites and where small groups of workers operate in isolation.
xi) provide appropriate first aid, training and welfare facilities to workers as per various
statutes like the Factories Act, 1948 etc. and, whenever collective measures are not
feasible or are insufficient, provide and maintain personal protective equipment and
clothing in line with the requirement as per OISD-STD-155 (Vol. I& II) on Personnel
Protective Equipment. They should also provide access to workers to occupational health
services.
xii) Educate workers about their right and the duty at any workplace to participate in ensuring
safe working conditions to the extent of their control over the equipment and methods of
work and to express views on working procedures adopted as may affect safety and
health.
xiii) Ensure that except in an emergency, workers, unless duly authorised, should not interfere
with, remove, alter or displace any safety device or other appliance furnished for their
protection or the protection of others, or interfere with any method or process adopted
with a view to avoiding accidents and injury to health.
xiv) Ensure that workers do not operate or interfere with plant and equipment that they have
not been duly authorised to operate, maintain or use.
xv) Ensure that workers do not sleep, rest or cook etc in dangerous places such as scaffolds,
railway tracks, garages, confined spaces or in the vicinity of fires, dangerous or toxic
substances, running machines or vehicles and heavy equipment etc.
xvii) Obtain the necessary clearance/permits as required and specified by owner

xviii) As per the Govt. circular as amended from time to time all contractors who employ more
than 50 workers or where the contract value exceeds Rs. 50 crores, the following facilities
are to be provided by contractor at site :
 Arrangement for drinking water
 Toilet facilities
 A creche where 10 or more women workers are having children below the age of 6 years
 Transport arrangement for attending to emergencies

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 438 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 4


SAFETY PRACTICES DURING CONSTRUCTION

xix) should deploy a safety officer at site


4.2 GENERAL DUTIES OF OWNERS

4.2.1 Owners should:


i) co-ordinate or nominate a competent person to co-ordinate all activities relating to safety
and health on their construction projects;
ii) inform all contractors on the project of special risks to health and safety;
iii) Ensure that executing agency is aware of the owner's requirements and the executing
agency's responsibilities with respect to safetry practices before starting the job.
5.0 SAFETY PRACTICES AT WORK PLACES
5.1. GENERAL PROVISIONS
5.1.1 All openings and other areas likely to pose danger to workers should be clearly indicated.
5.1.2 Workers & Supervisors should use the safety helmet and other requisite Personal
Protective Equipment according to job & site requirement. They should be trained to use
personal protective equipment.
5.1.3 Never use solvents, alkalis and other oils to clean the skin.
5.1.4 Lift the load with back straight and knees bent as far as possible. Seek the help in case of
heavy load.
5.1.5 Ensure the usage of correct and tested tools and tackles. Don't allow the make shift tools
and tackles.
5.1.6 No loose clothing should be allowed while working near rotating equipment or working at
heights.
5.2 MEANS OF ACCESS AND EGRESS

Adequate and safe means of access (atleast two, differently located) to and egress from
all workplaces should be provided. Same should be displayed and maintained.
5.3 HOUSEKEEPING

5.3.1 Ensure:
i) proper storage of materials and equipment;
ii) removal of scrap, inflammable material, waste and debris at appropriate intervals.
5.3.2 Removal of loose materials, which are not required for use, to be ensured. Accumulation
of these at the site can obstruct means of access to and egress from workplaces and
passageways.
5.3.3 Workplaces and passageways, that are slippery owing to oil, grease or other causes,
should be cleaned up or strewn with sand, sawdust, ash etc.
5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS & PERSONS AND COLLAPSE
OF STRUCTURES

5.4.1 Precautions should be taken such as the 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.
5.4.2 Where necessary to prevent danger, guys, stays or supports should be used or other
effective precautions should be taken to prevent the collapse of structures or parts of
structures that are being erected, maintained, repaired, dismantled or demolished.
5.4.3 All openings through which workers are liable to fall should be kept effectively covered or
fenced and displayed prominently.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 439 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 5


SAFETY PRACTICES DURING CONSTRUCTION

5.4.4 As far as practicable, guardrails and toe-boards should be provided to protect workers
from falling from elevated workplaces.
5.5 PREVENTION OF UNAUTHORISED ENTRY

5.5.1 Construction sites located in built-up areas and alongside vehicular and pedestrian traffic
routes should be fenced to prevent the entry of unauthorised persons.
5.5.2 Visitors should not be allowed access to construction sites unless accompanied by or
authorised by a competent person and provided with the appropriate protective
equipment.
5.6 FIRE PREVENTION AND FIRE FIGHTING

5.6.1 All necessary measures should be taken by the executing agency and owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently any outbreak of fire;
iii) bring out a quick and safe evacuation of persons.
iv) Inform unit/fire station control room, where construction work is carried out within
existing operating area.
5.6.2 Combustible materials such us packing materials, sawdust, greasy/oily waste and scrap
wood or plastics should not be allowed to accumulate in workplaces but should be kept in
closed metal containers in a safe place.
5.6.3 Places where workers are employed should, if necessary to prevent the danger of fire, be
provided with:
i) suitable and sufficient fire-extinguishing equipment, which should be easily visible and
accessible;
ii) an adequate water supply at sufficient pressure meeting the requirements of various
OISD standards.
5.6.4 To guard against danger at places having combustible material, workers should be
trained in the action to be taken in the event of fire, including the use of means of escape.
5.6.5 At sites having combustible material, suitable visual signs should be provided to indicate
clearly the direction of escape in case of fire.
5.6.6 Means of escape should be kept clear at all times. Escape routes should be frequently
inspected particularly in high structures and where access is restricted.
5.7 LIGHTING

5.7.1 Where natural lighting is not adequate, working light fittings or portable hand-lamps
should be provided at workplace on the construction site where a worker will do a job.

5.7.2 Emergency lighting should be provided for personnel safety during night time to facilitate
standby lighting source, if normal system fails.
5.7.2 Artificial lighting should not produce glare or disturbing shadows.
5.7.3 Lamps should be protected by guards against accidental breakage.
5.7.4 The cables of portable electrical lighting equipment should be of adequate size &
characteristics for the power requirements and of adequate mechanical strength to
withstand severe conditions in construction operations.
5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS

5.8.1 General Provisions

i) Plant, machinery and equipment including hand tools, both manual and power driven,
should:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 440 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 6


SAFETY PRACTICES DURING CONSTRUCTION

a) be of proper design and construction, taking into account health, Safety and ergonomic
principles.
b) be maintained in good working order;
c) be used only for work for which they have been designed.
d) be operated only by workers who have been authorised and given appropriate training.
e) be provided with protective guards, shields or other devices as required.
ii) Adequate instructions for safe use should be provided.
iii) Safe operating procedures should be established and used for all plant, machinery and
equipment.
iv) Operators of plant, machinery and equipment should not be distracted while work is in
progress.
v) Plant, machinery and equipment should be switched off when not in use and isolated
before any adjustment, clearing or maintenance is done.
vi) Where trailing cables or hose pipes are used they should be kept as short as practicable
and not allowed to create a hazard.
vii) All moving parts of machinery and equipment should be enclosed or adequately guarded.
viii) Every power-driven machine and equipment should be provided with adequate means,
immediately accessible and readily identifiable to the operator, of stopping it quickly and
preventing it from being started again inadvertently.
ix) Operators of plant, machinery, equipment and tools should be provided with PPEs,
including where necessary, suitable ear protection.
5.8.2 Hand tools
i) Hand tools should be repaired by competent persons.
ii) Heads of hammers and other shock tools should be dressed or ground to a suitable
radius on the edge as soon as they begin to mushroom or crack.
iii) When not in use and while being carried or transported sharp tools should be kept in
sheaths, shields, chests or other suitable containers.
iv) Only insulated or nonconducting tools should be used on or near live electrical
installations.
v) Only non-sparking tools should be used near or in the presence of flammable or explosive
dusts or vapours.

5.8.3 Pneumatic Tools

i) Operating triggers on portable pneumatic tools should be:


a) so placed as to minimise the risk of accidental starting of the machine.
b) so arranged as to close the air inlet valve automatically when the pressure of the
operator's hand is removed.

ii) Hose and hose connections for compressed air supply to portable pneumatic tools should
be:

a) designed and tested for the pressure and service for which they are intended;
b) fastened securely on the pipe outlet and equipped with the safety chain, as
appropriate.
iii) Pneumatic shock tools should be equipped with safety clips or retainers to prevent dies
and tools from being accidentally expelled from the barrel.
iv) Pneumatic tools should be disconnected from power and the pressure in hose lines
released before any adjustment or repair is made.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 441 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 7


SAFETY PRACTICES DURING CONSTRUCTION

5.8.4 Electrical Tools

i) Low voltage portable electrical tools should generally be used.


ii) All electrical tools should be earthed, unless they are "all insulated" or "double insulated"
tools which do not require earthing.
iii) All electrical tools should get inspected and maintained on a regular basis by a competent
electrician and complete records kept.
5.8.5 Engines
i) Engines should:
a) be installed so that they can be started safely and the maximum safe speed cannot be
exceeded.
b) have controls for limiting speed.
c) have devices to stop them from a safe place in an emergency.

ii) IC engines should not be run in confined spaces unless adequate exhaust ventilation is
provided.

iii) When IC engines are being fuelled:

a) the engine should be shut off.


b) care should be taken to avoid spilling fuel;
c) no person should smoke or have an naked light in the vicinity.
d) a fire extinguisher should be kept readily available.
iv) Secondary fuel reservoir should be placed outside the engine room.

6.0 CONSTRUCTION ACTIVITIES

The various common activities in construction are as under:

 Excavation
 Scaffolding, Platforms & Ladders
 Structural Work, Laying of Reinforcement & Concreting
 Road Work (Laying of roads)
 Cutting /Welding
 Working in Confined Space
 Proof/Pressure Testing
 Working at Heights
 Handling & Lifting Equipments
 Vehicle Movement
 Electrical
 Offshore
 Demolition
 Radiography
 Sand/shot blasting/ spray painting
 Work above water
The safe practices to be followed during the implementation of above construction
activities are given below:

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 442 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 8


SAFETY PRACTICES DURING CONSTRUCTION

6.1 EXCAVATION

6.1.1 All excavation work should be planned and the method of excavation and the type of
support work required should be decided considering the following:
i) the stability of the ground;
ii) the excavation will not affect adjoining buildings, structures or roadways;
iii) to prevent hazard, the gas, water, electrical and other public utilities should be shut off
or disconnected, if necessary;
iv) presence of underground pipes, cable conductors, etc.,
v) the position of culvert/bridges, temporary roads and spoil heaps should be determined;
6.1.2 Before digging begins on site, all excavation work should be planned and the method of
excavation and the type of support work required decided.
6.1.3 All excavation work should be supervised.
6.1.4 Sites of excavations should be thoroughly inspected:
i) daily, prior to each shift and after interruption in work of more than one day;
ii) after every blasting operation;
iii) after an unexpected fall of ground;
iv) after substantial damage to supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are encountered.
6.1.5 Safe angle of repose while excavating trenches exceeding 1.5m depth upto 3.0m should
0
be maintained. Based on site conditions, provide proper slope, usually 45 ,and suitable
bench of 0.5m width at every 1.5m depth of excavation in all soils except hard rock or
provide proper shoring and strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth should not be placed within one meter of the edge of
the trench or depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too close to excavated area. Maintain atleast 2m distance
from edge of excavation. No load, plant or equipment should be placed or moved near
the edge of any excavation where it is likely to cause its collapse and thereby endanger
any person unless precautions such as the provision of shoring or piling are taken to
prevent the sides from collapsing.
6.1.8 Adequately anchored stop blocks and barriers should be provided to prevent vehicles
being driven into the excavation. Heavy vehicles should not be allowed near the exca-
vation unless the support work has been specially designed to permit it.
6.1.9 If an excavation is likely to affect the security of a structure on which persons are working,
precautions should be taken to protect the structure from collapse.
6.1.10 Barricade at 1m height (with red & white band/self glowing caution board) should be
provided for excavations beyond 1.5m depth. Provide two entries/exits for such
excavation.
6.1.11 Necessary precautions should be taken for underground utility lines like cables, sewers
etc. and necessary approvals/clearances from the concerned authorities shall be
obtained before commencement of the excavation job.
6.1.12 Water shall be pumped/bailed out, if any accumulates in the trench. Necessary
precautions should be taken to prevent entry of surface water in trenches.
6.1.13 During rains, the soil becomes loose. Take additional precaution against collapse of side
wall.
6.1.14 In hazardous areas, air should be tested to ascertain its quality. No one should be
allowed entry till it is suitable for breathing.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 443 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 9


SAFETY PRACTICES DURING CONSTRUCTION

6.1.15 In case of mechanised excavation, precaution shall be taken to not to allow anybody to
come within one meter of extreme reach of the mechanical shovel. The mechanised
excavator shall be operated by a well-trained experienced operator. When not in
operation, the machine shall be kept on firm leveled ground with mechanical shovel
resting on ground. Wheel or belt shall be suitably jammed to prevent any accidental
movement of the machine. Suitable precautions as per manufacturer guidelines should
be taken for dozers, graders and other heavy machines.
6.1.16 In case of blasting, follow strictly IS:4081-1986 & Indian Explosive Act and rules for
storage, handling and carrying of explosive materials and execution of blasting operation.
6.2 SCAFFOLDING, PLATFORMS & LADDERS
6.2.1 Metal as material of construction

i) A scaffold should be provided and maintained or other equally safe and suitable provision
should be made where work cannot safely be done on or from the ground or from part of
a building or other permanent structure.
ii) Scaffolds should be provided with safe means of access, such as stairs, ladders or
ramps. Ladders should be secured against inadvertent movement.
iii) Every scaffold should be constructed, erected and maintained so as to prevent collapse
or accidental displacement when in use.
iv) Every scaffold and part thereof should be constructed :
(a) in such a way so as not to cause hazards for workers during erection and dismantling;
(b) in such a way so as guard rails and other protective devices, platforms, ladders, stairs
or ramps can be easily put together;
(c) with sound material and of requisite size and strength for the purpose for which it is to
be used and maintained in a proper condition.
v) Boards and planks used for scaffolds should be protected against splitting.
vi) Materials used in the construction of scaffolds should be stored under good conditions
and apart from any material unsuitable for scaffolds.
vii) Couplers should not cause deformation in tubes. Couplers should be made of drop forged
steel or equivalent material.
viii) Tubes should be free from cracks, splits and excessive corrosion and be straight to the
eye, and tube ends cut cleanly square with the tube axis.
ix) Scaffolds should be designed for their maximum load as per relevant code.
x) Scaffolds should be adequately braced.
xi) Scaffolds which are not designed to be independent should be rigidly connected to the
building at designated vertical and horizontal places.
xii) A scaffold should never extend above the highest anchorage to an extent which might
endanger its stability and strength.
xiii) Loose bricks, drainpipes, chimney-pots or other unsuitable material should not be used
for the construction or support of any part of a scaffold.
xiv) Scaffolds should be inspected and certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as prescribed for different types of scaffolds;
(c) after any alteration, interruption in use, exposure to weather or seismic conditions or
any other occurrence likely to have affected their strength or stability.
xv) Inspection should more particularly ascertain that:
(a) the scaffold is of suitable type and adequate for the job;

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 444 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 10


SAFETY PRACTICES DURING CONSTRUCTION

(b) materials used in its construction are sound and of sufficient strength;
(c) it is of sound construction and stable;
(d) that the required safeguards are in position.
xvi) A scaffold should not be erected, substantially altered or dismantled except by or under
the supervision.
xvii) Every scaffold should be maintained in good and proper condition, and every part should
be kept fixed or secured so that no part can be displaced in consequence of normal use.
xviii) If out-rigger scaffolding is to be used, it should be specifically designed and inspected
before putting in use.
6.2.2 Lifting appliances on scaffolds

i) When a lifting appliance is to be used on a scaffold:


(a) the parts of the scaffold should be carefully inspected to determine the additional
strengthening and other safety measures required;
(b) any movement of the scaffold members should be prevented;
(c) if practicable, the uprights should be rigidly connected to a solid part of the building at
the place where the lifting appliance is erected.
6.2.3 Prefabricated scaffolds

i) In the case of prefabricated scaffold systems, the instructions provided by the


manufacturers or suppliers should be strictly adhered to. Prefabricated scaffolds should
have adequate arrangements for fixing bracing.
ii) Frames of different types should not be intermingled in a single scaffold.
iii) Scaffolding shall be erected on firm and level ground.
iv) All members of metal scaffolding shall be checked periodically to screen out defective /
rusted members. All joints should be properly lubricated for easy tightening.
v) Entry to scaffolding should be restricted.
vi) Erection, alteration and removal shall be done under supervision of experienced
personnel.
vii) Use of barrels, boxes, loose bricks etc., for supporting platform shall not be permitted.
viii) Each supporting member of platform shall be securely fastened and braced
ix) Where planks are butt-joined, two parallel putlogs shall be used, not more than 100mm
apart, to give support to each plank.
x) Platform plank shall not project beyond its end support to a distance exceeding 4 times
the thickness of plank, unless it is effectively secured to prevent tipping. Cantilever
planks should be avoided.
xi) The platform edges shall be provided with 150mm high toe board to eliminate hazards of
tools or other objects falling from platform.
xii) Erect ladders in the “four up-one out position”
xiii) Lash ladder securely with the structure.
xiv) Using non-slip devices, such as, rubber shoes or pointed steel ferules at the ladder foot,
rubber wheels at ladder top, fixing wooden battens, cleats etc.
xv) When ladder is used for climbing over a platform, the ladder must be of sufficient length,
to extend at least one meter above the platform, when erected against the platform in
“four up-one out position.”
xvi) Portable ladders shall be used for heights not more than 4mt. Above 4mt flights, fixed
ladders shall be provided with at least 600 mm landings at every 6mt or less.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 445 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 11


SAFETY PRACTICES DURING CONSTRUCTION

xvii) The width of ladder shall not be less than 300mm and rungs shall be spaced not more
than 300mm.
xviii) Every platform and means of access shall be kept free from obstruction.
xix) If grease, mud, gravel, mortar etc., fall on platform or scaffolds, these shall be removed
immediately to avoid slippage.
xx) Workers shall not be allowed to work on scaffolds during storms or high wind. After
heavy rain or storms, scaffolds shall be inspected before reuse.
xxi) Don't overload the scaffolding. Remove excess material and scrap immediately.
xxii) Dismantling of scaffolds shall be done in a pre-planned sequential manner.

6.2.4 Suspended scaffolds/boatwain's chair

i) In addition to the requirements for scaffolds in general as regards soundness, stability


and protection against the risk of falls, suspended scaffolds should meet the following
specific requirements.
(a) platforms should be designed and built with dimensions that are compatible with the
stability of the structure as a whole, especially the length;
(b) the number or anchorage should be compatible with the dimensions of the platform;
(c) the safety of workers should be safeguarded by an extra rope having a point of
attachment independent of the anchorage arrangements of the scaffold;
(d) the anchorage and other elements of support of the scaffold should be designed and
built in such a way as to ensure sufficient strength;
(e) the ropes, winches, pulleys or pulley blocks should be designed, assembled, used and
maintained according to the requirements established for lifting gear adapted to the
lifting of persons according to national laws and regulations;
(f) Before use, the whole structure should be checked by a competent person.
6.2.5 Bamboo Scaffolding

i) In general, it should be avoided as far as possible. It should not be used in the unit/off-site
areas and where hot work is to be done.
ii) For construction and maintenance of residential and office buildings, situated outside
explosive licensed area, bamboo scaffold, if used, should conform to provisions given in
lS-3696 (Part 1)-1987.
6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING
6.3.1 General provisions

i) The erection or dismantling of buildings, structures, civil engineering works, formwork,


falsework and shoring should be carried out by trained workers only under the supervision
of a competent person.
ii) Precautions should be taken to guard against danger to workers arising from any
temporary state of weakness or instability of a structure.
iii) Formwork, falsework and shoring should be so designed, constructed and maintained
that it will safely support all loads that may be imposed on it.
iv) Formwork should be so designed and erected that working platforms, means of access,
bracing and means of handling and stabilising are easily fixed to the formwork structure.
6.3.2. Erection and dismantling of steel and prefabricated structures

i) The safety of workers employed on the erection and dismantling of steel and prefabri-
cated structures should be ensured by appropriate means, such as provision and use of:

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 446 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 12


SAFETY PRACTICES DURING CONSTRUCTION

(a) ladders, gangways or fixed platforms;


(b) platforms, buckets, boatswain's chairs or other appropriate means suspended from
lifting appliances;
(c) safety harnesses and lifelines, catch nets or catch platforms;
(d) Power-operated mobile working platforms.
ii) Steel and prefabricated structures should be so designed and made that they can be
safely transported and erected.
iii) In addition to the need for the stability of the part when erected, the design should
explicitly take following into account:
(a) the conditions and methods of attachment in the operations of transport, storing and
temporary support during erection or dismantling as applicable;
(b) Methods for the provision of safeguards such as railings and working platforms, and,
when necessary, for mounting them easily on the structural steel or prefabricated
parts.
iv) The hooks and other devices built in or provided on the structural steel or prefabricated
parts that are required for lifting and transporting them should be so shaped, dimensioned
and positioned as:
(a) to withstand with a sufficient margin the stresses to which they are subjected;
(b) Not to set up stresses in the part that could cause failures, or stresses in the structure
itself not provided for in the plans, and be designed to permit easy release from the
lifting appliance. Lifting points for floor and staircase units should be located (recessed
if necessary) so that they do not protrude above the surface;
(c) To avoid imbalance or distortion of the lifted load.
v) Storeplaces should be so constructed that:
(a) there is no risk of structural steel or prefabricated parts falling or overturning;
(b) storage conditions generally ensure stability and avoid damage having regard to the
method of storage and atmospheric conditions;
(c) racks are set on firm ground and designed so that units cannot move accidentally.
vi) While they are being stored, transported, raised or set down, structural steel or
prefabricated parts should not be subjected to stresses prejudicial to their stability.
vii) Every lifting appliance should:
(a) be suitable for the operations and not be capable of accidental disconnection;
(b) be approved or tested as per statutory requirement.
viii) Lifting hooks should be of the self-closing type or of a safety type and should have the
maximum permissible load marked on them.
ix) Tongs, clamps and other appliances for lifting structural steel and prefabricated parts
should:
(a) be of such shape and dimensions as to ensure a secure grip without damaging the
part;
(b) be marked with the maximum permissible load in the most unfavourable lifting
conditions.
x) Structural steel or prefabricated parts should be lifted by methods or appliances that
prevent them from spinning accidentally.
xi) When necessary to prevent danger, before they are raised from the ground, structural
steel or prefabricated parts should be provided with safety devices such as railings and
working platforms to prevent falls of persons.
xii) While structural steel or prefabricated parts are being erected, the workers should be
provided with appliances for guiding them as they are being lifted and set down, so as to
avoid crushing of hands and to facilitate the operations. Use of such appliances should be
ensured.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 447 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 13


SAFETY PRACTICES DURING CONSTRUCTION

xiii) A raised structural steel or prefabricated part should be so secured and wall units so
propped that their stability cannot be imperiled, even by external agencies such as wind
and passing loads before its release from the lifting appliance.
xiv) At work places, instruction should be given to the workers on the methods, arrangements
and means required for the storage, transport, lifting and erection of structural steel or
prefabricated parts, and, before erection starts, a meeting of all those responsible should
be held to discuss and confirm the requirements for safe erection.
xv) During transportation within the construction area, attachments such as slings and
stirrups mounted on structural steel or prefabricated parts should be securely fastened to
the parts.
xvi) Structural steel or prefabricated parts should be so transported that the conditions do not
affect the stability of the parts or the means of transport result in jolting, vibration or
stresses due to blows, or loads of material or persons.
xvii) When the method of erection does not permit the provision of other means of protection
against fall of persons, the workplaces should be protected by guardrails, and if appro-
priate by toe-boards.
xviii) When adverse weather conditions such as snow, ice and wind or reduced visibility entail
risks of accidents, the work should be carried on with particular care, or, if necessary,
interrupted.
xix) Structures should not be worked on during violent storms or high winds, or when they are
covered with ice or snow, or are slippery from other causes.
xx) If necessary, to prevent danger, structural steel parts should be equipped with
attachments for suspended scaffolds, lifelines or safety harnesses and other means of
protection.
xxi) The risks of falling, to which workers moving on high or sloping girders are exposed,
should be limited by all means of adequate collective protection or, where this is imposs-
ible, by the use of a safety harness that is well secured to a strong support.
xxii) Structural steel parts that are to be erected at a great height should as far as practicable
be assembled on the ground.
xxiii) When structural steel or prefabricated parts are being erected, a sufficiently extended
area underneath the workplace should be barricaded or guarded
xxiv) Steel trusses that are being erected should be adequately shored, braced or guyed until
they are permanently secured in position.
xxv) Load-bearing structural member should not be dangerously weakened by cutting, holing
or other means.
xxvi) Structural members should not be forced into place by the hoisting machine while any
worker is in such a position that he could be injured by the operation.
xxvii) Open-web steel joists that are hoisted singly should be directly placed in position and
secured against dislodgment.
6.3.3 Reinforcement

i) Ensure that workers use Personnel Protective equipment like safety helmet, safety shoes,
gloves etc.
ii) Don't place the hand below the rods for checking clear distance. Use measuring devices.
iii) Don't wear loose clothes while checking the rods.
iv) Don't stand unnecessarily on cantilever rods.
v) To carry out welding/cutting of rods, safety procedures/precautions as mentioned in Item
No. 6.5 to be followed.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 448 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 14


SAFETY PRACTICES DURING CONSTRUCTION

vi) For supplying of rods at heights, proper staging and/or bundling to be provided.
vii) Ensure barricading and staging for supplying and fixing of rods at height.
viii) For short distance carrying of materials on shoulders, suitable pads to be provided.
ix) While transporting material by trucks/trailers, the rods shall not protrude in front of or by
the sides of driver's cabin. In case such protrusion cannot be avoided behind the deck,
rd
then it should not extend 1/3 of deck length or 1.5M which ever is less and tied with red
flags/lights.
6.3.4 Concreting

i) Ensure stability of shuttering work before allowing concreting.


ii) Barricade the concreting area while pouring at height/depths.
iii) Keep vibrator hoses, pumping concrete accessories in healthy conditions and
mechanically locked.
iv) Pipelines in concrete pumping system shall not be attached to temporary structures such
as scaffolds and formwork support as the forces and movements may effect their
integrity.
v) Check safety cages & guards around moving motors/parts etc. provided in concreting
mixers.
vi) Use Personal Protective Equipment like gloves, safety shoes etc. while dealing with
concrete and wear respirators for dealing with cement.
vii) Earthing of electrical mixers, vibrators, etc. should be done and verified.
viii) Cleaning of rotating drums of concrete mixers shall be done from outside. Lockout
devices shall be provided where workers need to enter.
ix) Where concrete mixers are driven by internal combustion engine, exhaust points shall be
located away from the worker's workstation so as to eliminate their exposure to obnoxious
fumes.
x) Don't allow unauthorised person to stand under the concreting area.
xi) Ensure adequate lighting arrangements for carrying out concrete work during night.
xii) Don't allow the same workers to pour concrete round the clock. Insist on shift pattern.
xiii) During pouring, shuttering and its supports should be continuously watched for defects.
6.4 ROAD WORK

6.4.1 Site shall be barricaded and provided with warning signs, including night warning lamps
at appropriate locations for traffic diversion.
6.4.2 Filled and empty bitumen drums shall be stacked separately at designated places.
6.4.3 Mixing aggregate with bitumen shall preferably be done with the help of bitumen batch
mixing plant, unless operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers, Pavement finishers shall be driven by experienced
drivers with valid driving license.
6.4.5 Workers handling hot bitumen sprayers or spreading bitumen aggregate mix or mixing
bitumen with aggregate, shall be provided with PVC hand gloves and rubber shoes with
legging up to knee joints.
6.4.6 At the end of day's work, surplus hot bitumen in tar boiler shall be properly covered by a
metal sheet, to prevent anything falling in it,
6.4.7 If bitumen accidentally falls on ground, it shall be immediately covered by sprinkling sand,
to prevent anybody stepping on it. Then it shall be removed with the help of spade.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 449 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 15


SAFETY PRACTICES DURING CONSTRUCTION

6.4.8 For cement concrete roads, besides site barricading and installation of warning signs for
traffic diversion, safe practices mentioned in the chapter on "Concreting", shall also be
applicable.
6.5 CUTTING/WELDING

6.5.1 Common hazards involved in welding/cutting are sparks, molten metal, flying particles,
harmful light rays, electric shocks etc. Following precautions should be taken: -
i) A dry chemical type fire extinguisher shall be made available in the work area.
ii) Adequate ventilation shall be ensured by opening manholes and fixing a shield or forced
circulation of air etc, while doing a job in confined space.
iii) Ensure that only approved and well-maintained apparatus, such as torches, manifolds,
regulators or pressure reducing valves, and acetylene generators, be used.
iv) All covers and panels shall be kept in place, when operating an electric Arc welding
machine.
v) The work piece should be connected directly to Power supply, and not indirectly through
pipelines/structures/equipments etc.
vi) The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase system with a
scraping earth. Receptacles shall have necessary mechanical interlocks and earthing
facilities.
vii) All cables, including welding and ground cables, shall be checked for any worn out or
cracked insulation before starting the job. Ground cable should be separate without any
loose joints.
viii) Cable coiling shall be maintained at minimum level, if not avoidable.
ix) An energised electrode shall not be left unattended.
x) The power source shall be turned off at the end of job.
xi) All gas cylinders shall be properly secured in upright position.
xii) Acetylene cylinder shall be turned and kept in such a way that the valve outlet points
away from oxygen cylinder.
xiii) Acetylene cylinder key for opening valve shall be kept on valve stem, while cylinder is in
use, so that the acetylene cylinder could be quickly turned off in case of emergency. Use
flash back arrestors to prevent back-fire in acetylene/oxygen cylinder.
xiv) When not in use, valves of all cylinders shall be kept closed.
xv) All types of cylinders, whether full or empty, shall be stored at cool, dry place under shed.
xvi) Forced opening of any cylinder valve should not be attempted.
xvii) Lighted gas torch shall never be left unattended.
xviii) Store acetylene and oxygen cylinders separately.
xix) Store full and empty cylinders separately.
xx) Avoid cylinders coming into contact with heat.
xxi) Cylinders that are heavy or difficult to carry by hand may be rolled on their bottom edge
but never dragged.
xxii) If cylinders have to be moved, be sure that the cylinder valves are shut off.
xxiii) Before changing torches, shut off the gas at the pressure reducing regulators and not by
crimping the hose.
xxiv) Do not use matches to light torches, use a friction lighter.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 450 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 16


SAFETY PRACTICES DURING CONSTRUCTION

xxv) Move out any leaking cylinder immediately.


xxvi) Use trolleys for oxygen & acetylene cylinder and chain them.
xxvii) Always use Red hose for acetylene and other fuel gases and Black for oxygen, and
ensure that both are in equal length.
xxviii) Ensure that hoses are free from burns, cuts and cracks and properly clamped.
xxix) Avoid dragging hoses over sharp edges and objects
xxx) Do not wrap hoses around cylinders when in use or stored.
xxxi) Protect hoses from flying sparks, hot slag, and other hot objects.
xxxii) Lubricants shall not be used on Ox-fuel gas equipment.
xxxiii) During cutting/welding, use proper type goggles/face shields.
6.6 WORKING IN CONFINED SPACES

6.6.1 Following safety practices for working in confined space like towers, columns, tanks and
other vessels should be followed in addition to the safety guidelines for specific jobs like
scaffolding, cutting/welding etc.

i) Shut down, isolate, depressurise and purge the vessel as per laid down procedures.
ii) Entry inside the vessel and to carry out any job should be done after issuance of valid
permit only in line with the requirement of OISD-STD-105.
iii) Ensure proper and accessible means of exit before entry inside a confined space.
iv) The number of persons allowed inside the vessel should be limited to avoid overcrowding.
v) When the work is going on in the confined space, there should always be one man
standby at the nearby manway.
vi) Before entering inside the vessels underground or located at lower elevation, probability
of dense vapours accumulating nearby should also be considered in addition to inside the
vessel.
vii) Ensure requisite O2 level before entry in the confined space and monitor level periodically
or other wise use respiratory devices.
viii) Check for no Hydrocarbon or toxic substances before entry and monitor level periodically
or use requisite Personal Protective Equipment.
ix) Ensure adequate ventilation or use respiratory devices.
x) Depending upon need, necessary respirator system, gas masks and suit shall be worn by
everyone entering confined space. In case of sewer, OWS or in the confined area where
there is a possibility of toxic or inert gas, gas masks shall be used by everyone while
entering.
xi) Barricade the confined spaces during hoisting, radiography, blasting, pressure testing etc.
xii) Use 24V flameproof lamp fittings only for illumination.
xiii) Use tools with air motors or electric tools with maximum voltage of 24V.
xiv) House keeping shall be well maintained.
xv) Safety helmet, safety shoes and safety belt shall be worn by everyone entering the
confined space.
xvi) Don't wear loose clothing while working in a confined space.
xvii) In case of the vessels which are likely to contain pyropheric substances (like Iron
Sulphide), special care need to be taken before opening the vessel. Attempt should be

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 451 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 17


SAFETY PRACTICES DURING CONSTRUCTION

made to remove the pyropheric substances. Otherwise, these should be always kept wet
by suitable means.
xviii) The cutting torches should also be kept outside the vessel immediately after the cutting.
xix) The gas cylinders used for cutting/welding shall be kept outside.
xx) All cables, hoses, welding equipment etc., shall be removed from confined space at end
of each work day, even if the work is to be resumed in the same space the next day.
xxi) To the extent possible sludge shall be cleared and removed from outside before entering.
xxii) No naked light or flame or hot work such as welding, cutting and soldering should be
permitted inside a confined space or area unless it has been made completely free of the
flammable atmosphere, tested and found safe by a competent person. Only non-sparking
tools and flameproof hand lamps protected with guard and safety torches should be used
inside such confined space or area for initial inspection, cleaning or other work required to
be done for making the area safe.
xxiii) Communication should be always maintained between the worker and the attendant.
6.7 PROOF/PRESSURE TESTING

6.7.1 Review test procedure before allowing testing with water or air or any other fluid.
6.7.2 Provide relief valves of adequate size while testing with air or other gases.
6.7.3 Ensure compliance of necessary precautions, step wise loading, tightening of fasteners,
grouting etc. before and during testing.
6.7.4 Inform all concerned in advance of the testing.
6.7.5 Keep the vents open before opening any valve for filling/draining of liquid used for
hydrotesting. The filling/draining should not exceed the designed rate for pressure testing.
6.7.6 Provide separate gauges of suitable range for pressurising pump and the equipment to
be tested.
6.7.7 Provide gauges at designated locations for monitoring of pressures.
6.7.8 Check the calibration of all pressurising equipment and accessories and maintain records.
6.7.9 Take readings at pre-defined intervals.
6.8 WORKING AT HEIGHTS
6.8.1 General Provision

i) While working at a height of more than 3 meters, ISI approved safety belt shall be used.
ii) While working at a height of more than 3 meters, permit should be issued by competent
person before commencement of the job.
iii) Worker should be well trained on usage of safety belt including its proper usage at the
time of ascending/descending.
iv) All tools should be carried in tool kits to avoid their falling.
v) If the job is on fragile/sloping roof, roof walk ladders shall be used.
vi) Provide lifeline wherever required.
vii) Additional safety measures like providing Fall Arrestor type Safety belt, safety net should
be provided depending upon site conditions, job requirements.
viii) Keep working area neat and clean. Remove scrap material immediately.
ix) Don't throw or drop material/equipment from height.
x) Avoid jumping from one member to another. Use proper passageway.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 452 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 18


SAFETY PRACTICES DURING CONSTRUCTION

xi) Keep both hands free while climbing. Don't try to bypass the steps of the ladder.
xii) Try to maintain calm at height. Avoid over exertion.
xiii) Avoid movements on beam.
xiv) Elevated workplaces including roofs should be provided with safe means of access and
egress such as stairs, ramps or ladders.
6.8.2 Roof Work

i) All roof-work operations should be pre-planned and properly supervised.


ii) Roof work should only be undertaken by workers who are physically and psychologically
fit and have the necessary knowledge and experience for such work.
iii) Work on roofs shouldn't be carried on in weather conditions that threaten the safety of
workers.
iv) Crawling boards, walkways and roof ladders should be securely fastened to a firm
structure.
v) Roofing brackets should fit the slope of the roof and be securely supported.
vi) Where it is necessary for a person to kneel or crouch near the edge of the roof, necessary
precautions should be taken.
vii) On a large roof where work have to be carried out at or near the edge, a simple barrier
consisting of crossed scaffold tubes supporting a tubing guardrail may be provided.
viii) All covers for openings in roofs should be of substantial construction and be secured in
position.
ix) Roofs with a pitch of more than 10 should be treated as sloping.
x) When work is being carried out on sloping roofs, sufficient and suitable crawling boards or
roof ladders should be provided and firmly secured in position.
xi) During extensive work on the roof, strong barriers or guardrails and toe-boards should be
provided to stop a person from falling off the roof.
xii) Where workers are required to work on or near roofs or other places covered with fragile
material, through which they are liable to fall, they should be provided with suitable roof
ladders or crawling boards strong enough and when spanning across the supports for the
roof covering to support those workers.
xiii) A minimum of two boards should be provided so that it is not necessary for a person to
stand on a fragile roof to move a board or a ladder, or for any other reason.

6.8.3 Work on tall chimneys

i) For the erection and repair of tall chimneys, scaffolding should be provided. A safety net
should be maintained at a suitable distance below the scaffold.
ii) The scaffold floor should always be at least 65 cm below the top of the chimney.
iii) Under the working floor of the scaffolding the next lower floor should be left in position as
a catch platform.
iv) The distance between the inside edge of the scaffold and the wall of the chimney should
not exceed 20 cm at any point.
v) Catch platforms should be erected over:
(a) the entrance to the chimney;
(b) Passageways and working places where workers could be endangered by falling
objects.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 453 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 19


SAFETY PRACTICES DURING CONSTRUCTION

vi) For climbing tall chimneys, access should be provided by:


(a) stairs or ladders;
(b) a column of iron rungs securely embedded in the chimney wall;
(c) Other appropriate means.
vii) When workers use the outside rungs to climb the chimney, a securely fastened steel core
rope looped at the free end and hanging down at least 3 m should be provided at the top
to help the workers to climb on to the chimney.
viii) While work is being done on independent chimneys the area surrounding the chimney
should be enclosed by fencing at a safe distance.
ix) Workers employed on the construction, alteration, maintenance or repair of tall chimneys
should not:
a) work on the outside without a safety harness attached by a lifeline to a rung, ring or
other secure anchorage;
b) put tools between the safety harness and the body or in pockets not intended for the
purpose;
c) haul heavy materials or equipment up and down by hand to or from the workplace on
the chimney;
d) fasten pulleys or scaffolding to reinforcing rings without first verifying their stability;
e) work alone;
f) climb a chimney that is not provided with securely anchored ladders or rungs;
g) Work on chimneys in use unless the necessary precautions to avoid danger from
smoke and gases have been taken.
x) Work on independent chimneys should not be carried on in high winds, icy conditions, fog
or during electrical storms.
6.9 HANDLING AND LIFTING EQUIPMENT:
6.9.1 General Provisions

Following are the general guidelines to be followed with regard to all types of handling
and lifting equipment in addition to the guidelines for specific type of equipments dealt
later on.

i) There should be a well-planned safety programme to ensure that all the lifting appliances
and lifting gear are selected, installed, examined, tested, maintained, operated and
dismantled with a view to preventing the occurrence of any accident;

ii) All lifting appliances shall be examined by competent persons at frequencies as specified
in "The Factories act".
iii) Check thoroughly quality, size and condition of all lifting tools like chain pulley blocks,
slings, U-clamps, D-shackles etc. before putting them in use.
iv) Safe lifting capacity of all lifting & handling equipment, tools and shackles should be got
verified and certificates obtained from competent authorities before its use. The safe
working load shall be marked on them.
v) Check periodically the oil, brakes, gears, horns and tyre pressure of all moving
equipments like cranes, forklifts, trailers etc as per manufacturer's recommendations.
vi) Check the weights to be lifted and accordingly decide about the crane capacity, boom
length and angle of erection.
vii) Allow lifting slings as short as possible and check packing at the friction points.
viii) While lifting/placing of the load, no unauthorised person shall remain within the radius of
the boom and underneath the load.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 454 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 20


SAFETY PRACTICES DURING CONSTRUCTION

ix) While loading, unloading and stacking of pipes, proper wedges shall be placed to prevent
rolling down of the pipes.
x) Control longer jobs being lifted up from both ends.
xi) Only trained operators and riggers should carry out the job. While the crane is moving or
lifting the load, the trained rigger should be there for keeping a vigil against hitting any
other object.
xii) During high wind conditions and nights, lifting of heavy equipments should be avoided. If
unavoidable to do erection in night, operator and rigger should be fully trained for night
signaling. Also proper illumination should be there.
xiii) Allow crane to move on hard, firm and leveled ground.
xiv) When crane is in idle condition for long periods or unattended, crane boom should either
be lowered or locked as per manufacturer's guidelines.
xv) Hook and load being lifted shall remain in full visibility of crane operators, while lifting, to
the extent possible.
xvi) Don't allow booms or other parts of crane to come within 3 meters reach of overhead
electrical cables.
xvii) No structural alterations or repairs should be made to any part of a lifting appliance, which
may affect the safety of the appliance without the permission and supervision of the
competent person.
6.9.2 Hoists

i) Hoist shafts should be enclosed with rigid panels or other adequate fencing at:
(a) ground level on all sides;
(b) all other levels at all points at which access is provided;
(c) all points at which persons are liable to be struck by any moving part.
ii) The enclosure of hoist shafts, except at approaches should extend where practicable at
least 2mt above the floor, platform or other place to which access is provided except
where a lesser height is sufficient to prevent any person falling down the hoistway and
there is no risk of any person coming into contact with any moving part of the hoist, but in
no case should the enclosure be less than 1mt in height.
iii) The guides of hoist platforms should offer sufficient resistance to bending and, in the case
of jamming by a safety catch, to buckling.
iv) Where necessary to prevent danger, adequate covering should be provided above the
top of hoist shafts to prevent material falling down them.
v) Outdoor hoist towers should be erected on firm foundations, and securely braced, guyed
and anchored.
vi) A ladderway should extend from the bottom to the top of outdoor hoist towers, if no other
ladderway exists within easy reach.
vii) Hoisting engines should be of ample capacity to control the heaviest load that they will
have to move.
viii) Hoists should be provided with devices that stop the hoisting engine as soon as the
platform reaches its highest stopping place.
ix) Winches should be so constructed that the brake is applied when the control handle is not
held in the operating position.
x) It should not be possible to set in motion from the platform a hoist, which is not designed
for the conveyance of persons.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 455 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 21


SAFETY PRACTICES DURING CONSTRUCTION

xi) Winches should not be fitted with pawl and ratchet gears on which the pawl must be
disengaged before the platform is lowered.
xii) Hoist platforms should be capable of supporting the maximum load that they will have to
carry with a safety factor.
xiii) Hoist platforms should be equipped with safety gear that will hold the platform with the
maximum load if the hoisting rope breaks.
xiv) If workers have to enter the cage or go on the platform at landings there should be a
locking arrangement preventing the cage or platform from moving while any worker is in
or on it.
xv) On sides not used for loading and unloading, hoist platforms should be provided with toe-
boards and enclosures of wire mesh or other suitable material to prevent the fall of parts
of loads.
xvi) Where necessary to prevent danger from falling objects, hoist platforms should be
provided with adequate covering.
xvii) Counterweights consisting of an assemblage of several parts should be made of specially
constructed parts rigidly connected together.
xviii) Counterweights should run in guides.
xix) Platforms should be provided at all landings used by workers.
xx) Following notices should be posted up conspicuously and in very legible characters:
(a) on all hoists:

 on the platform: the carrying capacity in kilograms or other appropriate standard


unit of weight;

 on the hoisting engine: the lifting capacity in kilograms or other appropriate


standard unit of weight;
(b) on hoists authorised or certified for the conveyance of persons:

 on the platform or cage: the maximum number of persons to be carried at one time;
(c) on hoists for goods only:

 on every approach to the hoist and on the platform: prohibition of use by persons.
xxi) Hoists intended for the carriage of persons should be provided with a cage so constructed
as to prevent any person from falling out or being trapped between the cage and any
fixed part of the structure when the cage gate is shut, or from being struck by the
counterbalance weight or by articles or materials tailing down the hoistway.
xxii) On each side in which access is provided, the cage should have a gate fitted with devices
which ensure that the gate cannot be opened except when the cage is at a landing and
that the gate must be closed before the cage can move away from the landing.
xxiii) Every gate in the enclosure of the hoist shaft which gives access from a landing place to
the cage should be fitted with devices to ensure that the gate cannot be opened except
when the cage is at that landing place, and that the cage cannot be moved away from
that landing place until the gate is closed.
6.9.3 Derricks
Stiff-leg derricks

i) Derricks should be erected on a firm base capable of taking the combined weight of the
crane structure and maximum rated load.
ii) Devices should be used to prevent masts from lifting out of their seating.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 456 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 22


SAFETY PRACTICES DURING CONSTRUCTION

iii) Electrically operated derricks should be effectively earthed from the sole plate or
framework.
iv) Counterweights should be so arranged that they do not subject the backstays, sleepers or
pivots to excessive strain.
v) When derricks are mounted on wheels:
a) a rigid member should be used to maintain the correct distance between the wheels;
b) they should be equipped with struts to prevent them from dropping if a wheel breaks or
the derrick is derailed.
vi) The length of a derrick jib should not be altered without consulting the manufacturer.
vii) The jib of a scotch derrick crane should not be erected within the backstays of the crane.
Guy derricks

i) The restraint of the guy ropes should be ensured by fitting stirrups or anchor plates in
concrete foundations.
ii) The mast of guy derricks should be supported by six top guys spaced approximately
equally.
0
iii) The spread of the guys of a guy derrick crane from the mast should not be more than 45
from the horizontal.
iv) Guy ropes of derricks should be equipped with a stretching screw or turnbuckle or other
device to regulate the tension.
v) Gudgeon pins, sheave pins and fool bearings should be lubricated frequently.
vi) When a derrick is not in use, the boom should be anchored to prevent it from swinging.
6.9.4 Gin poles

i) Gin poles should:


(a) be straight;
(b) consist of steel or other suitable metal;
(c) be adequately guyed and anchored;
(d) be vertical or raked slightly towards the load;
(e) be of adequate strength for the loads that they will be required to lift/move.
ii) Gin poles should not be spliced and if a gin pole is composed of different elements, they
should be assembled in conformity with their intrinsic material strength.
iii) Gin poles should be fastened at their feet to prevent displacement in operation.
iv) Gin poles, which are moved from place to place and re-erected, should not be taken into
use again before the pole, lifting ropes, guys, blocks and other parts have been
inspected, and the whole appliance has been tested under load.
v) When platforms or skips are hoisted by gin poles, precautions should be taken to prevent
them from spinning and to provide for proper landing.
6.9.5 Tower cranes

i) Where tower cranes have cabs at high level, persons, capable and trained to work at
heights, should only be employed as crane operators.
ii) The characteristics of the various machines available should be considered against the
operating requirements and the surroundings in which the crane will operate before a par-
ticular type of crane is selected.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 457 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 23


SAFETY PRACTICES DURING CONSTRUCTION

iii) Care should be taken in the assessment of wind loads both during operations and out of
service. Account should also be taken of the effects of high structures on wind forces in
the vicinity of the crane.
iv) The ground on which the tower crane stands should have the requisite bearing capacity.
Account should be taken of seasonal variations in ground conditions.
v) Bases for tower cranes and tracks for rail-mounted tower cranes should be firm and level.
Tower cranes should only operate on gradients within limits specified by the
manufacturer. Tower cranes should only be erected at a safe distance from excavations
and ditches.
vi) Tower cranes should be sited where there is clear space available for erection, operation
and dismantling. As far as possible, cranes should be sited so that loads do not have to
be handled over occupied premises, over public thoroughfares, other construction works
and railways or near power cables.
vii) Where two or more tower cranes are sited in positions where their jibs could touch any
part of the other crane, there should be direct means of communication between them
and a distinct warning system operated from the cab so that one driver may alert the
other of impending danger.
viii) The manufacturers' instructions on the methods and sequence of erection and
dismantling should be followed. The crane should be tested before being taken into use.
ix) The climbing operation of climbing tower cranes should be carried out in accordance with
manufacturers' instructions. The free-standing height of the tower crane should not
extend beyond what is safe and permissible in the manufacturers' instructions.
x) When the tower crane is left unattended, loads should be removed from the hook, the
hook raised, the power switched off and the boom brought to the horizontal. For longer
periods or at times when adverse weather conditions are expected, out of service
procedures should be followed. The main jib should be slewed to the side of the tower
away from the wind, put into free slew and the crane immobilised.
xi) A windspeed measuring device should be provided at an elevated position on the tower
crane with the indicator fitted in the drivers' cab.
xii) Devices should be provided to prevent loads being moved to a point where the
corresponding safe working load of the crane would be exceeded. Name boards or other
items liable to catch the wind should not be mounted on a tower crane other than in
accordance with the manufacturers' instructions.
xiii) Tower cranes should not be used for magnet, or demolition ball service, piling operations
or other duties, which could impose excessive loading on the crane structure.
6.9.6 Lifting ropes

i) Only ropes with a known safe working capacity should be used as lifting ropes.
ii) Lifting ropes should be installed, maintained and inspected in accordance with
manufacturers' instructions.
iii) Repaired steel ropes should not be used on hoists.
iv) Where multiple independent ropes are used, for the purpose of stability, to lift a work
platform, each rope should be capable of carrying the load independently.
6.10 VEHICLE MOVEMENT
6.10.1 Park vehicles only at designated places. Don't block roads to create hindrance for other
vehicles.
6.10.2 Don't overload the vehicle.
6.10.3 Obey speed limits and traffic rules.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 458 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 24


SAFETY PRACTICES DURING CONSTRUCTION

6.10.4 Always expect the unexpected and be a defensive driver.


6.10.5 Drive carefully during adverse weather and road conditions.
6.10.6 Read the road ahead and ride to the left.
6.10.7 Be extra cautious at nights. Keep wind screens clean and lights in working condition.
6.10.8 All vehicles used for carrying workers and construction materials must undergo
predictive/preventive maintenance and daily checks
6.10.9 Driver with proper valid driving license shall only be allowed to drive the vehicle
6.10.10 Routes shall be leveled, marked and planned in such a way so as to avoid potential
hazards such as overhead power lines and sloping ground etc.
6.10.11 While reversing the vehicles, help of another worker should be ensured at all times
6.10.12 An unattended vehicle should have the engine switched off
6.10.13 Wherever possible one-way system shall be followed
6.10.14 Barriers/fixed stops should be provided for excavation/openings to prevent fall of vehicle
6.10.15 Load should be properly secured
6.10.16 The body of the tipper lorry should always be lowered before driving the vehicle off.
6.10.17 Signs/signals/caution boards etc. should be provided on routes .
6.11 ELECTRICAL
6.11.1 General Provisions

i) Only persons having valid licenses should be allowed to work on electrical facilities.
ii) No person should be allowed to work on live circuit. The same, if unavoidable, special
care and authorisation need to be taken.
iii) Treat all circuits as "LIVE" unless ensured otherwise.
iv) Electrical "Tag Out" procedure "MUST" be followed for carrying out maintenance jobs.
v) Display voltage ratings prominently with "Danger" signs.
vi) Put caution/notice signs before starting the repair works.
vii) All electrical equipment operating above 250V shall have separate and distinct
connections to earth grid.
viii) Proper grounding to be ensured for all switch boards and equipment including Portable
ones prior to taking into service.
ix) Make sure that electrical switch boards, portable tools, equipments (like grinding machine
etc.) don't get wet during their usage. If it happens, stop the main supply, make the tools
dry and then only use them. Check proper earthing.
All temporary switch boards/ KIOSKS put up at work site should be suitably protected
from rain and the level of same should be high enough to avoid contact with water due to
water logging.
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses.
xiii) Industrial type extension boards and Plug sockets are only to be used.
xiv) ELCB for all temporary connections must be provided. Use insulated 3-pin plug tops.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 459 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 25


SAFETY PRACTICES DURING CONSTRUCTION

xv) All power supply cables should be laid properly and neatly so that they don't cause
hindrance to persons working and no physical damage also takes place to the cables
during various construction activities.
xvi) All Power cables to be properly terminated using glands and lugs of proper size and
adequately crimped.
xvii) Use spark-proof/flame proof type electrical fittings in Fire Hazard zones as per area
classification under OISD-STD-113.
xviii) Check installations of steel plates/pipes to protect underground cables at crossings.
xix) Don't lay unarmored cable directly on ground, wall, roof or trees. All temporary cables
should be laid at least 750 mm below ground and cable markers should be provided.
Proper sleeves should be provided at road crossings. In case temporary cables are to be
laid on wooden poles/steel poles, the minimum cable heights should be 4.5 M.
xx) Maintain safe overhead distance of HT cables as per Indian Electricity Rules and relevant
acts.
xxi) Don't connect any earthing wire to the pipelines/structures.
xxii) Don't make any unsafe temporary connections, naked joints/wiring etc.
xxiii) Ensure that temporary cables are free from cuts, damaged insulation, kinks or improper
insulated joints.
xxiv) Check at periodic intervals that pins of sockets and joints are not loose.
xxv) Protect electrical wires/equipments from water and naked flames.
xxvi) Illuminate suitably all the work areas.
xxvii) All switchboards should be of MS structure only and incoming source should be marked.
xxviii) Hand lamps should not be of more than 24V rating.
xxix) Fire extinguishers (DCP/CO2/Sand buckets) should be kept near temporary switch boards
being used for construction purposes. Don't use water for fighting electrical fires.
xxx) Insulating mats shall be provided in the front and back end of switch boards.
xxxi) All parts of electrical installations should be so constructed, installed and maintained as to
prevent danger of electric shock, fire and external explosion.
Periodic checking/certification of electrical safety appliances such as gloves, insulating
mats, hoods etc. to be done/witnessed along with maintaining a register at site signed by
competent authority.
xxxii) A notice displaying following, should be kept exhibited at suitable places:
a) prohibiting unauthorised persons from entering electrical equipment rooms or from
handling or interfering with electrical apparatus;
b) containing directions as to procedures in case of fire, rescue of persons in contact with
live conductors and the restoration of persons suffering from electric shock;
c) specifying the person to be notified in case of electrical accident or dangerous
occurrence, and indicating how to communicate with him.
xxxiii) No other cables/pipes to be laid in trench used for electrical cables.
xxxiv) Utmost care should be taken while excavating Earth from cable trench to avoid damage
or any accident.
xxxv) Sub-station floor cut-outs meant for switch board installations to be covered wherever
installation is incomplete.
NOTE: A Residual Current Operated Circuit Breaker (RCCB) or Earth Leakage Circuit Breaker
(ELCB), when installed, protects a human being to the widest extent. RCCB or ELCB
should be provided as per Indian Electricity Rules.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 460 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 26


SAFETY PRACTICES DURING CONSTRUCTION

6.11.2 Inspection and maintenance

i) All electrical equipment should be inspected before taking into use to ensure suitability for
its proposed use.
ii) At the beginning of every shift, the person using the electrical equipment should make a
careful external examination of the equipment and conductors, especially the flexible
cables.
iii) Apart from some exceptional cases, work on or near live parts of electrical equipment
should be forbidden.
iv) Before any work is begun on conductors or equipment that do not have to remain live:
a) the current should be switched off by a responsible authorised person;
b) precautions should be taken to prevent the current from being switched on again;
c) the conductors or the equipment should be tested to ascertain that they are dead;
d) the conductors and equipment should be earthed and short-circuited;
e) neighbouring live parts should be adequately protected against accidental contact.
v) After work has been done on conductors and equipment, the current should only be
switched on again on the orders of a competent person after the earthing and short-
circuiting have been removed and the workplace reported safe.
vi) Electricians should be provided with approved and tested tools, and personal protective
equipment such as rubber gloves, mats etc.
vii) All conductors and equipment should be considered to be live unless there is a proof of
the contrary.
viii) When work has to be done in dangerous proximity to live parts the current should be cut
off. If for operational reasons this is not possible, the live parts should be fenced off or
enclosed by qualified staff from the sub-station concerned.

6.11.3. Testing

i) Electrical installations should be inspected and tested and the results recorded.
ii) Periodic testing of the efficiency of the earth leakage protective devices should be carried
out.
iii) Particular attention should be paid to the earthing of apparatus, the continuity of
protective conductors, polarity and insulation resistance, protection against mechanical
damage and condition of connections at points of entry.
6.12 OFFSHORE
6.12.1 General

The isolated nature of offshore installations are hazardous. They call for greater need for safety
and survival at offshore. Safety at offshore is safety of installations and safety of personnel.
Safety problems and accidents at offshore have high risks due to limited space, helicopter
operation, sea transport etc. Following are the general safety guidelines to be followed in addition
to the safety guidelines stipulated for specific jobs dealt later on:
i) Workers should be well trained to do their job independently with high degree of self-
control and self-discipline.
ii) On arrival at offshore, everyone should be briefed about the safety rules to be followed at
offshore, evacuation system etc. All personnel should wear overall (dangri), helmet and
shoes for personnel protection.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 461 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 27


SAFETY PRACTICES DURING CONSTRUCTION

iii) In case of emergency, workers should follow instruction of Field Production


Superintendent (F.P.S.) In certain cases instructions may be given to abandon the
offshore installation and evacuate the persons to safe location.
iv) To overcome above problems, offshore personnel must receive training for using life
saving appliances and other personal survival techniques.
v) Any person working at offshore should have one person as standby for any eventuality.
6.12.2 Drilling Rigs

i) Location of jack up rigs should not be less than 5 Kms from shipping route. Orientation of
the rig, wind direction etc are required for safe landing of helicopter. Information w.r.t. sea
currents, wind speed, Hi-lo tide etc are required for mooring of supply vessels.
ii) Sea bed condition at every location should be ensured for safety of rig.
iii) Radio and other communication facilities should be such to maintain contact with base all
times.
iv) During toeing of rig, the rig deck should be clear of load, toeing lines should be in good
condition and tensions in various toeing lines should be constantly monitored.
v) Few steps during toeing are:
a) crane booms should be secured to their vesta,
b) all hatches and water tight doors should be closed,
c) number of personnel on board should be restricted,
d) evacuate in case of emergency and operation should be completed preferably in
day light.
6.12.3 Drilling

i) In view of CO2 and H2S gas cut from well, effective ventilation should be provided where
drilling is in progress.
ii) Safety alarm shall be checked in advance in view of failure of ventilation system.
iii) Suitable sensors for H2S and Methane should be function tested time to time and suitable
colour code should be given.
iv) Working areas of the crane should be illuminated during night to avoid accident.
v) Clear space should be available for despatch and receipt of load and, in particular,
basket transfer of passengers. Persons engaged in loading/unloading of materials
should be protected from falling into the sea.
vi) Signal light should be fitted at the top of the jib.
vii) Crane hook should be fitted with safety latches.
viii) Experienced person should be engaged in operation of specific equipment like winches,
cranes etc.
ix) At least three cable turns shall always be there on the winch drum.
x) Adequate communication like walkie talkie, round robin phone should be available
between the crane operator, supervisor and helper.
xi) Crane operation should be completely stopped during helicopter landing/taking off.
xii) Except for helicopter landing deck, all decks, platforms, bridges, ladders should have
rigid and fixed guard rails atleast one meter high and should have one intermediate rail
midway between the handrail and 100 mm toe board.
xiii) Wooden ladders shall not be used at offshore.
xiv) Flow sensor in the flow line should be ensured for safe working and to avoid blow out.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 462 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 28


SAFETY PRACTICES DURING CONSTRUCTION

xv) Hydrogen sulphuide gas In offshore is of great risk and at 10 ppm (0.001%) concentration
in air, a person should not be exposed for more than 8 hours, If concentration is more,
then breathing apparatus should be used. Corrosion of equipment is also caused by H2S.
xvi) Portable H2S gas detector should be continously used.
6.12.4 Production Platforms

i) In case hydrocarbon Is released due to overpressure, leak, overflow, gas blow etc., shut
down process to stop flow of hydrocarbon. Prevent ignition of released hydrocarbon and
in case of fire shut in the process complex and follow emergency contigency plan.
ii) Sub surface safetv valve (SSSV)) below the well head should be actuated during
uncontrolled well -flow and they should be regularly checked.
iii) Surface safety valve or SDV should be checked for no gas leakage from bleed port /
flange etc., in the well head area. It should not be in "mechanical override" or bypassed
from panel.
iv) High pressure gas lift lines - blowdown system should be O.K.
v) Auto actuation of SDVs in the inlet of pressure vessels should be O.K. and in "normal
position" from shutdown panels. A record of status of switches normal/bypassed in auto-
con* panels (PSH, PSL, LSL, ILSL) should be maintained.

 Shut Down Panels


vi) Welders rectifier set and electrical connections to it should be checked and approved by
electrical-in- charge for proper electrical safely.
vii) “SCADA" telementry system if available should be operational for remote opening and
closing of wells at unmanned platforms (through RPMC).
viii) Local ESD/FSD (near the work site) should be provided for jobs of very critical nature, so
that the persons working can access it immediately in emergency for safety. Safety officer
should judge the requirement & inform FPS for the same.
ix) Railings and Gratings etc. in and around work area should be O.K. and inspected to
avoid slippage of man into sea.
x) Emergency shut down (ESD) system is initiated when an abnormal condition is detected.
ESD should be checked once in six months.
xi) Platform should be manned round the clock.
xii) Welding and cutting work should be regulated by hot work permit.
xiii) All detectors should be calibrated as per recommendation of the manufacturer.
xiv) No system should be by-passed which affects the system of platform.
xv) In H2S field platforms, due care shall be taken as per recommendations.
xvi) Follow the instructions of F.P.S. during stay at platform
6.12.5 Fire Prevention And Control

i) Provision be made for safe handling and storage of dirty rags, trash, and waste oil.
Flammable liquids and chemicals applied on platform should be immediately cleaned.
ii) Paint containers and hydrocarbon samples, gas cylinders for welding and cutting should
be stored properly. Cylinders should be transported in hand-cart.
iii) Smoking should be restricted and no smoking area should be identified.
iv) Special attention should be given to crude oil pump seals, diesel and gas engines which
are potential source of ignition in the event of failure.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 463 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 29


SAFETY PRACTICES DURING CONSTRUCTION

v) Fire and smoke detectors i.e. ultraviolet heat, thermal and smoke detector should be
function tested once in three months.
vi) Fire is controlled in offshore by water spraying, Halon, CO2 flooding, DCP and sprinkler
system.
vii) Foaming agent is applied for controlling fire in liquid hydrocarbon. The system is not
effective in gas fire.
viii) Light weight breathing system should be used.
ix) The fire control plan at offshore should reveal control station, fire alarms and fire
detectors, deluge valves and sprinkler, fire extinguishing appliances, fireman outfit and
ventilation system.
x) Fire fighting equipment should be maintained in ready to use condition.
6.12.6 Life Saving Appliances

i) Life boats with a speed of 6 knots and carrying capacity upto 50 persons are used in
offshore.
ii) No. of life boats on one installation should have a capacity to accommodate twice the
number of persons onboard installation.
iii) Launching appliances and life boat equipment should be checked every week.
iv) Boat landing areas should be adequately illuminated.
v) Life raft has no power and they rely on drift.
vi) Life jacket lifts the wearer after entering water.
vii) Life buoys are used to rescue persons if any person accidentally falls in the sea.
viii) All life saving appliances should be inspected by the MMD surveyor /sr. officials once a
year.
ix) Every life boat shall be inspected once a week.
x) Every life boat and life raft should be serviced once a year by a competent authority,
6.12.7 Safety Precautions during Helicopter Transportation

i) Passenger briefing regarding safety rules while travelling in helicopter should be carried
out before boarding the helicopter.
ii) Emergency procedure should be briefed to all the passenger In case helicopter is to ditch
into the sea.
iii) Heli-pad should have a non-skid surface. Nylon rope net should be stretched on the
deck.
iv) Proper drainage should be available on helideck.
v) There should be no obstruction on the helideck itself and within 3 meters of its parameter.
Closest super structure above the helideck should have red obstruction light.
vi) While landing fire crew of two persons should be standby adjacent to helideck.
vii) Heli-deck should be properly illuminated for night landing.
viii) During switching off helicopter, persons should not be allowed to go out/ towards
helicopter

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 464 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 30


SAFETY PRACTICES DURING CONSTRUCTION

6.13 DEMOLITION
6.13.1. General provisions

i) When the demolition of any building or structure might present danger to workers or to the
public:
(a) necessary precautions, methods and procedures should be adopted, including those
for the disposal of waste or residues;
(b) the work should be planned and undertaken only under the supervision of a competent
person.
ii) Before demolition operations begin:
(a) structural details and builders' drawings should be obtained wherever possible;
(b) details of the previous use should be obtained to identify any possible contamination
and hazards from chemicals, flammables, etc.;
(c) an initial survey should be carried out to identify any structural problems and risks
associated with flammable substances and substances hazardous to health. The
survey should note the type of ground on which the structure is erected, the condition
of the roof trusses, the type of framing used in framed structures and the load-bearing
walls;
(d) a method of demolition should be formulated after the survey and recorded in a
method statement having taken all the various considerations into account and
identifying the problems and their solutions;
iii) All electric, gas, water and steam service lines should be shut off and, as necessary,
capped or otherwise controlled at or outside the construction site before work
commences.
iv) If it is necessary to maintain any electric power, water or other services during demolition
operations, they should be adequately protected against damage.
v) As far as practicable, the danger zone round the building should be adequately fenced off
and sign posted. To protect the public a fence 2m high should be erected enclosing the
demolition operations and the access gates should be secured outside working hours.
vi) The fabric of buildings contaminated with substances hazardous to health should be
decontaminated. Protective clothing and respiratory devices should be provided and
worn.
vii) Where plant has contained flammable materials, special precautions should be taken to
avoid fire and explosion.
viii) The plant to be demolished should be isolated from all other plant that may contain
flammable materials. Any residual flammable material in the plant should be rendered
safe by cleaning, purging or the application of an inert atmosphere as appropriate.
ix) Care should be taken not to demolish any parts, which would destroy the stability of other
parts.
x) Demolition activities should not be continued under adverse climatic conditions such as
high winds, which could cause the collapse of already weakened structures.
xi) To prevent hazards parts of structures should be adequately shored, braced or otherwise
supported.
xii) Structures should not be left in a condition in which they could be brought down by wind
pressure or vibration.
xiii) Where a deliberate controlled collapse technique is to be used, expert engineering advice
should be obtained, and:
(a) it should only be used where the whole structure is to come down because it relies on
the removal of key structural members to effect a total collapse;

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 465 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 31


SAFETY PRACTICES DURING CONSTRUCTION

(b) it should only be used on sites that are fairly level and where there is enough
surrounding space for all operatives and equipment to be withdrawn to a safe
distance.
xiv) When equipment such as power shovels and bulldozers are used for demolition, due
consideration should be given to the nature of the building or structure, its dimensions, as
well as to the power of the equipment being used.
xv) If a swinging weight is used for demolition, a safety zone having a width of at least one-
and-a-half times the height of the building or structure should be maintained around the
points of impact.
6.13.2. Demolition of structural steelwork

i) All precautions should be taken to prevent danger from any sudden twist, spring or
collapse of steelwork, ironwork or reinforced concrete when it is cut or released.
ii) Steel construction should be demolished tier by tier.
iii) Structural steel parts should be lowered and not dropped from a height.
6.14 RADIOGRAPHY

6.14.1 All radiography jobs shall be carried out as per BARC Safety Regulations
6.14.2 During field radiography, nearby area around the radiation source should be cordoned off.
6.14.3 If the field radiography is to be done at the same location repeatedly, it is advisable to
provide either a wire fencing around or a temporary brick enclosure.
6.14.4 Special permission/permit should be taken for radiography from area-in-charge.
6.14.5 As far as possible, field radiography should be done only during night time when there is
little or no occupancy there.
6.14.6 Radiation warning signals should be pasted all along the cordoned off area.
6.14.7 Entry into the restricted area by unauthorised persons should be strictly prohibited during
exposure.
6.14.8 The radiation level alongwith the cordon should be monitored by a suitable and well-
calibrated radiation survey meter.
6.14.9 All personnel working with radiography sources should wear appropriate protective
equipment and film badges issued by BARC.
6.14.10 Protection facilities such as manipulator rod, remote handling tongs, lead pots, radiation
hazard placards and means of cordon off shall be available at each site.
6.14.11 The radiography source shall never be touched or handled directly with hands.
6.14.12 The package containing radiography cameras and sources should never be carried by
public transport like bus, train etc.
6.14.13 Radiography sources and cameras, when not in use, should be stored inside a source pit
with lock and key arrangement as approved by BARC. The storage room should
preferably be located in an isolated area of minimum occupancy and radiation level
outside the storage room should not exceed 0.25 mR/hr as per BARC Regulations.
6.14.14 In case of an accident (due to loss or of damage to radiography source), action should be
taken in line with BARC Safety Rules/Guidelines.

6.15 SAND/SHOT BLASTING/ SPRAY PAINTING

6.15.1 Sand blasting should be used only after approval from competent person.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 466 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 32


SAFETY PRACTICES DURING CONSTRUCTION

6.15.2 Air Compressor used for sand/shot blasting/painting should have guard and positioned
away from the work place.
6.15.3 Exhaust of the prime mover, if IC engine is used, should be directed away from the work
place.
6.15.4 In case of motor driven compressor, the body of the motor as well as the compressor to
be properly earthed.
6.15.5 The hoses used for compressed air should be of proper quality, and health of the same to
be ensured through regular check/ test.
6.15.6 The operator of sand/shot blasting/painting should wear suitable PPE's including mask.
6.15.7 Adequate measures to be taken to suppress dust/spray particle.
6.15.8 Sand used for sand blasting should be suitably covered & protected from to rain/moisture.
6.15.9 When these activities are done in confined places, adequate measure to be taken for
proper ventilation.

6.16 WORK ABOVE WATER


6.16.1 General Provisions
i) Where work is done over or in close proximity to water & where possibility of drowning
exists, provision should be made for:
a) Preventing workers from falling into water;
b) The rescue of workers in danger of drowning;
c) Safe and sufficient transport.

ii) Provisions for the safe performance of work over or in close proximity to water should
include, where appropriate, the provision and use of suitable and adequate:

a) fencing, safety nets and safety harnesses;


b) lifebuoys, life jackets and manned boats;
c) protection against such hazards as reptiles and other animals.
iii) Gangways, pontoons, bridges, footbridges and other walkways or work places over water
should:
a) possess adequate strength and stability;
b) be sufficiently wide to allow safe movement of workers;
c) have level surfaces free from tripping hazards;
d) be adequately lit when natural light is insufficient;
e) where practicable and necessary, to prevent danger, be provided with toe-boards, guard
rails, hand ropes etc.
f) be secured to prevent dislodgment by rising water or high winds;
g) if necessary, be equipped with ladders which should be sound, of sufficient strength and
length and be securely lashed to prevent slipping.
iv) All deck openings including those for buckets should be fenced.
6.16.2 Rescue & Emergency procedures

i) Persons who work over water should be provided with some form of buoyancy aid. Life
jackets should provided sufficient freedom of movement, have sufficient buoyancy to
bring persons to the surface and keep them afloat face upwards, be easily secured to the
body, be readily visible by way of self luminous paint/strip.
ii) Nobody should work alone on or above water.
iii) Each worker should be trained in the procedure to be followed in the event of an
emergency.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 467 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 33


SAFETY PRACTICES DURING CONSTRUCTION

7.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS


In addition to general safety precautions as outlined above for the activities in Clause 6.0,
following additional safety precautions need to be taken for the sites within the operating
area or nearby, where presence of Hydrocarbons cannot be ruled out.
i) No job shall be carried out without a valid permit. Permit should be in line with OISD-
STD-105 "Work Permit System".
ii) Smoking should be prohibited in all places containing readily combustible or flammable
materials and "No Smoking" notices be prominently displayed.
iii) In confined spaces and other places where flammable gases, vapours or dusts can
cause danger, following measures should be taken:
(a) only approved type electrical installations and equipment, including portable lamps,
should be used;
(b) there should be no naked flames or source of ignition;
(c) oily rags, waste and clothes or other substances liable to spontaneous ignition should
be removed without delay to a safe place;
(d) ventilation should be provided.
iv) Regular inspections should be made of places where there are fire risks. These include
the vicinity of heating appliances, electrical installations and conductors, stores of
flammable and combustible materials, welding and cutting operations.
v) Welding, flame cutting and other hot work should only be done after issuance of work
permit in line with the requirement of OISD-STD-105 after appropriate precautions, as
required, are taken to reduce the risk of fire. For carrying out other jobs also, OISD-STD-
105 should be followed strictly.
vi) Fire-extinguishing equipment should be well maintained and inspected at suitable
intervals by a competent person. Access to fire-extinguishing equipment such as
hydrants, portable extinguishers and connections for hoses should be kept clear at all
times.
vii) All supervisors and a sufficient number of workers should be trained in the use of fire-
extinguishing equipment, so that adequate trained personnel are readily available during
all working periods.
viii) Audio means to give warning in case of fire should be provided where this is necessary to
prevent danger. Such warning should be clearly audible in all parts of the site where
persons are liable to work. There should be an effective evacuation plan so that all
persons are evacuated speedily without panic and accounted for and all plant and
processes shut down.
ix) Notices should be posted at conspicuous places indicating:
(a) the nearest fire alarm;
(b) the telephone number and address of the nearest emergency services.
x) The work site shall be cleared of all combustible materials, as Sparks and molten metal
coming from the welding job can easily ignite combustible materials near or below the
welding site. If the combustible materials cannot be removed from the area, the same
shall be properly shielded.
xi) A dry chemical type fire extinguisher shall be made available in the work area. Also fire
protection facilities like running hoses etc. as per permit should be complied with.
xii) Wherever required, welding screens shall be put up to protect other equipment in
adjoining areas against flying sparks. Material used should be metal/asbestos/water
curtain.
xiii) Welding or cutting of vessels/ equipments used in Hydrocarbon/ hazardous chemicals
shall be done after proper gas freeing and verifying the same with the explosive-meter.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 468 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 34


SAFETY PRACTICES DURING CONSTRUCTION

xiv) The confined space/equipment shall be gas freed and cleaned.


xv) Absence of any toxic gas and any flammable gas above explosion limit shall be ensured
with the help of gas detection instrument and explosive meter respectively.
xvi) Used and hot electrode stubs shall be discarded in a metal bucket.
xvii) Use approved and certified flame arrestors for vehicles.
xviii) Work permit to be obtained, if construction work is carried out within existing operating
area.
8.0 FIRST AID

First aid facilities should be provided in line with various statutory regulations like factory
act etc. However following care should be taken:

i) First aid, including the provision of trained personnel should be ensured at work sites.
Arrangement should be made for ensuring the medical attention of the injured workers.
First aid box should be as per the Factory rules.
ii) Suitable rescue equipment, like stretchers should be kept readily available at the
construction site.
iii) First-aid kits or boxes, as appropriate and as 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.
v) First-aid kits and boxes should contain simple and clear instructions to be followed, be
kept under the charge of a responsible person qualified to render the first aid and be
regularly inspected and stocked.
vi) Where the work involves risk of drowning, asphyxiation or electric shock, first-aid
personnel should be proficient in the use of resuscitation and other life saving techniques
and in rescue procedures.
vii) Emergency telephone numbers of nearby Hospitals, Police, Fire Station and
Administration should be prominently displayed.
9.0 DOCUMENTATION

The intention of keeping documentation of all types of accident(s) is to prevent recurrence


of similar accident(s). All accidents should be reported as per OISD Guidelines (OISD-
GDN-107) and Factories act, 1948.
All accidents (major, minor or near miss) should be investigated, analysed and
recommendations should be documented along with implementation status.
All related data should be well-documented and further analysis highlighting the major
cause(s) of accidents be done. This will help in identifying thrust areas and training needs
for prevention of accidents.
10.0 SAFETY AWARENESS & TRAINING

Safety awareness to all section of personnel ranging from site-in-charge to workmen


helps not only preventing the risk but also build up the confidence. Time and
expenditures also get saved as a result.
Safety awareness basically seeks to persuade/inform people on safety besides
supplementing skill also. Awareness programme may include followings:
i) Poster: Posters with safety slogan in humorous, gruesome demonstrating manner may
be used to discourage bad habits attributable to accidents by appealing to the workers'

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 469 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 35


SAFETY PRACTICES DURING CONSTRUCTION

pride, self-love, affection curiosity or human aspects. These should be displayed in


prominent location(s).
ii) Safety Sign Boards: Different type of message of cautioning, attention, notice etc.
should be displayed at the appropriate places for learning/ awareness of the workmen
while working at site.
iii) Films & Slides: Film(s) narrating the accident including the causes and possible remedial
ways of preventing the recurrence of a similar accident should be displayed at regular
intervals. Slides consisting main points of the film show may also be shown to workers.
iv) Talks, lectures & conferences: The success of these events would depend much on
audience’s understandings of the speaker (s). The speakers are to be knowledgeable and
good presenter. Speakers should know to hold the attention and to influence the
audiences.
v) Competitions: Organise competition(s) between the different deptts/categories of
workers. The sense of reward/recognition also will improve safety awareness and result 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
investigation and prevention in the field of safety and so on, may be distributed to workers
to promote the safety awareness.
viii) Safety Drives: From time to time, an intensive safety drive by organising a safety day or
a safety week etc. should be launched.
ix) Training: Training for covering the hazards for different trade should be imparted.
Training should also include the specific hazards related to a job in addition to the general
safety training as has been dealt in various chapters and should include all workers.
Reference may be drawn from OISD-STD-154.
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules
iii) Safety & Health in Construction by ILO
iv) The Building & Other Construction Workers (Regulation, Employment and Conditions of
Service) Act 1996

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 470 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 36


SAFETY PRACTICES DURING CONSTRUCTION

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 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 471 of 4779


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 37


SAFETY PRACTICES DURING CONSTRUCTION

27. IS : 7155 Code of recommended practices for conveyor safety


28. IS : 7205 Safety Code for Erection on Structural Steel Works.

Sr.no Code No. Title

29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 – Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 472 of 4779


OISD – GDN – 207

FOR RESTRICTED
CIRCULATION ONLY

OCTOBER 2002

CONTRACTOR SAFETY

OISD – GUIDELINES – 207

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas

Page 473 of 4779


CONTRACTOR SAFETY

CONTENTS

SECTION DESCRIPTION

1.0 INTRODUCTION

2.0 SCOPE

3.0 DEFINITIONS

4.0 DUTIES / RESPONSIBILITIES

4.1 Owner

4.2 Contractor

4.3 Consultant

4.5 Designer

5.0 SAFETY MANAGEMENT

5.1 Job Safety Analysis (JSA)

5.2 Criteria of a Selection of a Contractor

5.3 Site Planning and Layout

5.4 Gate Entry Procedure

5.5 Training

5.6 Inspection / Audit

5.7 Penalties for non-compliance

5.8 Incident Reporting and Investigation System

5.9 Safety Committee Meetings

5.10 Safety Equipment / Personnel Protective Equipment

6.0 REFERENCES

ANNEXURE I List of BIS codes / Statutory Regulations

ANNEXURE II Checklist for Safety Inspection / Audit

Page 474 of 4779


CONTRACTOR SAFETY

1.0 INTRODUCTION on its behalf, for supervising / co-ordinating


the activities of the contractor/execution
Oil and Gas operations like Drilling, agency.
Production, Refining, Transportation and
Distribution are inherently hazardous. A Contractor / Executing Agency
large number of contractor workforce is
deployed to carry out construction, A physical or legal person/entity having
maintenance and other jobs. The analysis of contractual obligation with the owner, and
the incidents in the Petroleum Sector who deploys one or more worker on the site.
indicates that a large number of incidents
involved contractor workforce and have Contractor Worker
resulted in either casualty or injury besides
leading to property damage and operational It covers all workmen who are either self-
interruptions and environmental degradation. employed or employed through contractor,
the casual workers and includes contractor’s
In order to improve the safety levels of oil supervisor, working at a location / site
installations, the contractor safety is of employed directly by Owner or through their
utmost importance and there is a need to contractor.
institute a good contractor safety system.
Incident
2.0 SCOPE
An incident is an unplanned, uncontrolled,
This standard covers broadly the guidelines unintended or unforeseen event, caused by
on the management system for enhancing unsafe acts and / or unsafe conditions,
the safety levels of the contractor workforce resulting in or having the potential to result in
deployed in construction, maintenance and personal injury and/or property damage.
operation activities in the hydrocarbon
industry. Consultant

The safety precautions to be taken while Consultant is a physical or legal


carrying out different activities during person/entity engaged by owner to provide
construction / maintenance have separately the consultancy services to owner for
been covered in OISD-GDN-192 on "Safety management of the contract on their behalf
Practices during Construction". or as specified.

3.0 DEFINITIONS Designer

Work station/Work site Designer is a physical or legal person / entity


engaged by owner to provide design
A place/unit where the job is carried out by services of a work site.
contractor/executing agency in specified
manner with safety, during construction Owner's Representative / Engineer In
phase or in operation phase. Charge

Owner The Owner’s representative/Engineer-in-


charge is the one, who has been designated
Any physical or legal person/entity for whom
by the owner to manage the contract.
prescribed job is carried out.
Owner's Safety Officer
It shall also include owner's designated
representative / consultant /nominee / agent,
A properly trained person designated by
authorised from time to time to act for and
owner who ensures safety at work site.

Page 475 of 4779


viii) To specify the requirements of
Health, Safety and Environment (HSE)
4.0 DUTIES/ RESPONSIBILITIES (commensurate with the nature of job)
in Pre- Qualification criteria.
4.1 OWNER
ix) To designate Engineer-in-charge
4.1.1 Owner’s Management and safety officer.

The commitment to safety has to be x) To arrange for a multi-


emphasised by the owner by practice by its disciplinary safety audit team to
own management and employees at all conduct surprise / regular safety
levels. The duties and responsibilities of audits and monitor the implementation
owner should include: of the recommendations.

i) To institute a mechanism for xi) To introduce suitable schemes


identification and compliance of all for motivation of the contractor worker
applicable statutory rules & to adhere to safety guidelines.
regulations (Refer Annexure I for a list
of few important Bureau of Indian xii) To review safety practices & their
Standards & statutory regulations). implementation through periodic
surprise visit of the work sites and
ii) To provide specific information to monthly review meeting.
contractors and make workers aware
on the hazards associated with job xiii) To develop the HSE plans and
assigned. incorporate the same in the tender
document.
iii) To provide information about
Risk Mitigation measures available at xiv) To liaise with external agencies
the place of work. like press, public etc and with law
enforcement, regulatory, statutory
iv) To provide the contractor with agencies etc.
information on Owners Safety Plan &
Regulations, Emergency Management xv) To report to statutory agencies
Plan, lockout/ tag out procedure, on safety compliance and accidents, if
confined space entry, work permit any.
system, excavation/trench permit
system etc. 4.1.2 Owner's Representative/Engineer-
in-charge
v) To specify rules (e.g. for security
including access arrangements) and The duties & responsibilities of engineer-in-
safety rules such as fire protection, charge should include:
first aid arrangements, Work Permit
systems etc. i) To ensure that all Contract
requirements including Health, Safety,
vi) To provide comprehensive list of Environment & Security are complied
statutory regulations / standards and with.
specification, to be complied with
during execution of contract, in the ii) To ensure that contractor workforce
tender document itself. deployed is adequately qualified,
trained and in state of health to
vii) To ensure training of the commensurate with the requirements
contractor workforce, medical of the job.
examination, and proper usage of
safety equipment. iii) To ensure that the Tools / Tackles and
Machinery being used are properly

Page 476 of 4779


tested and are in sound working contracts), which is to be considered
conditions and necessary resources in future when selecting contractors.
proposed for providing safe place of
work and necessary PPE are being xii) To ensure that the Consultant,
used. contractor and sub-contractor employ
/ designate qualified & trained Safety
iv) To take the required necessary Engineer / Officer commensurate with
corrective action immediately upon requirement of the job.
noticing or receipt of a report on
noncompliance or any such condition 4.1.3 Owner's Safety Officer
which poses a threat to health, safety
The duties & responsibilities of the Owner's
or environment. If during the course of
Safety Officer should include:
execution of the contract, any
situation of non-compliance with the i) To assess the hazards associated
contractor's safety and health plan are with jobs in consultation with all
noticed / reported, the same will be concerned and establish safe working
taken up with the contractor for procedure including identification of
correction. In the event of repeated the escape routes.
non compliance, suitable action to be ii) To establish a written record of factors
initiated as per the contract. which can cause injuries and
illnesses.
v) To ensure that the incidents are
reported to all concerned within iii) To undertake routine/surprise
stipulated timeframe. inspections of all work sites and
identify unsafe conditions & practices,
vi) To ensure submission of a plan for if any. Check for compliance of the
safe working (Method Statement) safety practices being followed with
from contractor and approval of the approved HSE Plan.
same by competent person / iv) To investigate promptly the incidents
department. (including near-miss) in order to
advise corrective and/or preventive
vii) To ensure that Work Permit action.
System in line with OISD-STD-105 is
adhered to. v) To maintain statistical information for
use in analyzing all phases of
viii) To ensure availability of all the incidents and events involving
documentation needed for the contract personnel.
execution of contract. vi) To provide the means for complying
with the reporting requirements for
ix) To ensure that the quality controls occupational injuries and illnesses.
have been maintained during
vii) To check whether the proposed
fabrication/erection and all jobs
working arrangements are safe and
required for safe commissioning have
satisfactory, particularly at the
been carried out.
interface between the contractor's
planned work and owner’s existing
x) To ensure safe dismantling of all
facilities.
temporary facilities/connections put
up by the contractor, after completion
viii) To communicate to the
of work.
Contractor the imposed restrictions
which may affect the work/personnel
xi) To compile a report on the safety
such as the temporary closure of a
performance (at the conclusion of
corridor or electrical isolation of
each contract or periodically such as
equipment.
annually for renewable and long-term

Page 477 of 4779


ix) To review and monitor the contractor's iii) To nominate qualified & trained Safety
adherence to approved HSE plan and Engineers / Officers reporting to the
all applicable environmental, health, Site in charge, for supervision, co-
and safety requirements. ordination and, liaison for the
implementation of the safety plan.
x) To ensure that Consultant,
Contractor’s Managers, Supervisors Similar HSE Plan should be
and workmen at all levels (who will implemented at the sub- contractor’s
plan, monitor, oversee and carry out or supplier’s site /office. However the
the work) undergo Health, Safety and compliance with the HSE Plan is to be
Environmental training in their the sole responsibility of the
respective responsibilities with Contractor.
respect to conducting work safely and
with due regard for the protection of iv) To arrange suitable facilities in liaison
the environment. with the owner for drinking water,
toilets, lighting, canteen, crèche etc as
xi) To identify areas of operations where applicable as per Laws/ Legislation at
specialized training is required to deal site and also arrange for workmen
with potential dangers. compensation insurance, third party
liability insurance, registration under
xii) To document and to bring to the ESI / PF act etc as applicable.
attention of the Owner's Supervisor
and Contractor any non- v) To arrange for fire protection
compliance/violation of the safety equipment as per the advice of owner.
norms against approved safety and
health plan or safety and health vi) To ensure that its employees have
requirements and also raise these completed appropriate health and
issues in the Safety Committee safety training as required by the
Meetings. statute / regulation and also as per
requirements of the Owner /
xiii) To take part in Tool Box Consultant. The documentation of
Meetings at random and to ensure such training imparted to all its
maintenance of records. employees should be maintained and
produced for verification as required.
4.2 CONTRACTOR
vii) To comply with all the security
4.2.1 Contractor's Management arrangements of owner.

Duties & responsibilities of the contractor viii) To ensure that the plant and
should include the following: equipment used on-site by him / his
employees is correctly registered,
i) To implement safe methods and controlled and maintained in sound
practices, deploy appropriate working condition.
machinery, tools & tackles,
experienced supervisory personnel ix) To ensure availability of First Aid
and skilled work force etc. required for boxes and First Aid trained attendant.
execution.
x) To ensure that all incidents including
ii) To prepare a comprehensive and near misses are reported to all
documented plan for implementation, concerned immediately.
monitoring and reporting of Health,
Safety and Environment (HSE) and In construction projects where sub-
implement the same after its approval. contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of

Page 478 of 4779


the sub-contractor’s workforce. These vi) To take immediate action to correct
measures should include the provision and any violation of safety rules observed
use of specific safety equipment, methods of or reported.
carrying out specific tasks on safety and the
inspection and appropriate use of tools. vii) To ensure that the workers likely
to be exposed to hazardous
The responsibilities indicated separately chemicals/materials have access to
under contractor’s Supervisor, Safety Officer appropriate Material Safety Data
and contract worker are contractually that of Sheets (MSDS), wherever applicable,
the Contractor and legally binding on the and provide necessary mitigation
Contractor only. However the specific measures.
detailing as above has been given
separately for guidance and operational viii) To ensure inspection and
convenience. certification of all tools (hand operated
as well as mechanically operated)
The selection of sub contractors, if being used. Defective tools shall be
employed, should be approved by the immediately removed.
owner. Sub-contractor should comply fully
with all safety rules and conditions ix) To ensure that appropriate warning
applicable to the main contractor. signboards or tags are displayed.

4.2.2 Contractor’s Supervisor / Safety x) To ensure that workers have proper


Officer training for their job assignments,
including use of appropriate PPE and
Duties & responsibilities of the Contractor’s first aid fire fighting equipment.
supervisor/Safety Officer should include the
following: xi) To comply with all applicable safety
and health standards, rules,
i) To ensure strict compliance with work regulations and orders issued by
permit system by carrying out work competent authority pertaining to the
only with appropriate work permits assigned activities.
and after ensuring that all safety
precautions / conditions in the permit xii) To ensure that sick and/or
are complied with and closing the injured workers receive appropriate
same after job completion. first aid and/or medical attention.

ii) To ensure that required guards and xiii) To report each incident and/or
protective equipment are provided, injury in accordance with established
used, and properly maintained. procedures and assist in investigation.

iii) To ensure that tools and equipment xiv) To take necessary action for
are properly maintained and tested. correction of any unsafe act /
condition at the workplace. However,
iv) To plan the workload and assign in case the same is outside the limits
workers to jobs in commensuration of authority, it should be reported to
with their qualification, experience and Owner’s Engineer-in-charge
state of health. immediately.

v) To ensure that the workers xv) To conduct daily inspections to


understand the work to be done, the ensure compliance with safety
hazards that may be encountered, standards, codes, regulations, rules
and the proper precautions/procedure and orders applicable to the work
for carrying out the work safely. concerned.

Page 479 of 4779


xvi) To ensure that workers under iii) To wear PPE as stipulated and
their supervision are aware of their necessary for the job.
responsibilities.
iv) To inform promptly to their supervisor
xvii) To arrange daily tool box regarding all work related incidents
meeting and regular site safety resulting in personal injury, illness
meetings and maintain records in the and/or property damage.
required formats. (Refer Clause 5.9.1)
v) To take all necessary and appropriate
xviii) To arrange stand-by supervisor/ safety precautions to protect
worker where situations so demand. themselves, other personnel and the
environment.
xix) To develop methods and display
banners/posters to inculcate safety 4.3 CONSULTANT
consciousness.
The activities and responsibilities covered
xx) To attend training and ensure under the scope of the Owner may be
participation of his workers for training delegated to the consultant in those cases
as per schedule arranged by the as applicable, based on the respective
Owner / Consultant and keeps himself contract conditions. The primary
updated. responsibility of Consultant is to ensure
compliance with agreed HSE plan for the
xxi) To keep records of number of contract by the Contractor. However those
persons working at the site. responsibilities conferred on Owner as
Principal employer cannot be delegated to
xxii) To keep a constant liaison with consultant.
Engg-in-charge / owners’
representative on safety issues. Where the consultant‘s scope involves
Engineering and Design, those factors under
xxiii) To maintain accident & nearmiss Designer should also be applicable.
record in a register.
In all cases, the Consultant's scope should
xxiv) To ensure that only PPE of the include submission of latest HSE plans for
approved type by owner is used at work under his and Contractor's purview and
site. implementing the same till job completion. It
should conform to owner's overall HSE plan.
A separate Safety Officer should be This should include Guidelines and
assigned, where more than 100 workers are Implementation and Reporting Methodology
employed at site. For smaller jobs, the to be followed with required report formats.
supervisor should assume the role of the
safety officer also. Adequate number of Safety Officers shall be
provided by the Consultant with necessary
4.2.3 Contract workers skills required for the work to be performed.

The duties & responsibilities of the The Consultant shall review the documents
contractor worker should include the submitted by the contractor and advise
following: owner on acceptance as well as advise
suitability and number of Contractor's safety
i) To perform work safely as per the job officers / supervisors.
requirement and instructions.
4.4 DESIGNER
ii) To inform all concerned regarding
unsafe conditions/acts. The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including

Page 480 of 4779


dismantling, Pre-commissioning, accident, causes of injuries and personal
commissioning and Performance run to experience) and determine the
meet the Guarantees and advise the risk preventive measures to overcome these
mitigation measures. hazards
• Apply the controls to the hazards
All the hazards and safety measures to be • Evaluate the controls
adopted while handling Dangerous
chemicals and Catalysts should be detailed 5.2 CRITERIA OF SELECTION OF A
by the Process Licensor and the same CONTRACTOR
should be again included in the scope of the
suppliers. Specific write ups/MSDS should “Contractor Safety” can be ensured to a
be obtained from Patented single source large extent if competent agency for
suppliers also. execution of assignment or job, based on
HSE system agreed upon by owner, is
Designs should recognize, include and apply selected. It is necessary to assess his
safe practice during preparation, capabilities and competencies to perform
construction and subsequent operational work safely.
use and maintenance after completion of the
Project. A databank should be developed for all the
contractors for their past performance on
All documents including drawings and HSE aspects. An attempt should also be
calculations are to be originated, checked made to get similar data from other similar
and approved in accordance with latest industries.
international codes, standards,
specifications and design basis philosophy. The data required will depend upon
complexity involved in the job and type / size
Preferred use of low risk materials, policy of resources required. Format needs to be
on hazardous substances, preferred use suitably developed depending upon size,
of low noise and dust-suppressed nature of the job & hazard associated
equipment etc. should be encouraged. therein. The format designed should also
take care of the skill required to carry out the
5.0 SAFETY MANAGEMENT job.

5.1 JOB SAFETY ANALYSIS (JSA) Performance review is essential for all type
of contractors. It helps in recording actual
Job safety analysis (JSA) provides a performance/experience with contractors
mechanism by which the contractor, safety while the contract is in progress. It is
officer or supervisor take a detailed look at essential that resources agreed as per the
how an individual task is performed and its contract are reviewed at mobilization stage
inherent hazards and preventive measures. for ensuring compliance from the day one
This procedure helps in integrating accepted and thorough effective supervision /
safety and health principles and practices monitoring system are at place.
into a particular operation. In a JSA, each
step of the job is examined to identify This activity also helps in taking timely action
potential hazards and to determine the in case of unsatisfactory performance to
safest way to do the job. correct the situation and ensure safe work
during execution period and deciding about
A job safety analysis includes five steps as suitability of the contractor for future jobs.
below:
The periodicity of such performance review
• Select a job will depend upon size/type/complexity of
• Break the job down into a sequence of contract. However, the performance should
steps be reviewed at least at mobilisation stage
• Identify the hazards against each of and at the end of the contract.
these steps (based on knowledge of

Page 481 of 4779


5.3 SITE PLANNING AND LAYOUT vii) Pedestrian pathways and routes
for vehicular traffic (light/heavy
Before starting the construction/maintenance vehicles including material handling
job at existing workplace in operation or equipment) should be earmarked.
green field locations, following should be
ensured: - viii) Artificial lighting to be provided at
places where work continues or
i) Details regarding location of workers pass by after sunset or in
workshop/ fabrication yard, site office, case natural light is insufficient like
stores, laboratory, electrical confined spaces.
installations, placement of
construction machinery, medical and ix) Keep all equipment /machines under
welfare facilities, lighting underground cover to prevent them from dust,
and above ground piping route, cable rain/flood water, heat etc. and follow
route etc. should be decided prior to storage instructions as applicable for
commencement of the work in each of them.
consultation with owner / Consultants
and implementation should be 5.4 GATE ENTRY PROCEDURE
ensured. Layout should be displayed
at strategic locations. Gate entry at any site / workplace / unit is to
be restricted to ensure entry of only
ii) The resources required to meet any authorised persons / vehicles.
emergency situations like fire fighting,
first aid etc. should be planned and 5.4.1 Entry procedure for all contractor
mobilized as per the job requirement. worker should be as follows:

iii) The sequence or order in which work A. Issuance of Pass


to be done and any hazardous
operations or processes should be i) The passes are to be issued after the
identified. owner’s representative/engineer-in-
charge forwards the application of the
iv) Free access to site shall be provided contractor providing complete details
with clear roads, passage, gangways, of the workers being engaged. The
staircases etc. Access to construction contractor may be asked to submit
site should be leveled, open and free Character & Antecedents (C&A)
from any obstructions like verification of individual worker from
construction material or scrap/waste, concerned authorities.
exposure to hazards such as falling
materials, material handling ii) With regard to issuance of passes for
equipment and vehicles. Any pit or all vehicles including material
ditch shall be covered or barricaded. handling equipment, owner’s
representative / engineer-in-charge
v) Arrangements should be made to should forward the application only
maintain good housekeeping at site. after ensuring that all documents
Scrap and debris generated out of pertaining to the fitness of the
construction work should be vehicle/equipment and valid driving
removed/disposed off at a regular license of the driver etc. are available.
interval as directed. Emergency exit
should be provided in case of iii) The passes should be serially
blockade of primary exit. numbered with address, contractor
name, identification mark, signature of
vi) Suitable warning notices and also the the worker etc.
routes to and from welfare facilities
should be displayed prominently. iv) Special colour code for passes should
be used for persons entering different

Page 482 of 4779


areas like Administrative Block, Unit taken with two copies (one for
area, Project Area (wherever preparing the pass and other for
applicable). attachment with gate register).
Specific advice and recommendation
v) Contractor workers engaged on of User Department may be given due
routine basis for long periods should cognizance. Relevant details are to
be provided with monthly photo pass. be written. The pass should be
collected back at the gate after day’s
vi) Special permit is required separately work.
for working beyond normal working
hours and holidays. 5.4.2 Tank Truck Loading (TTL)
Operation :
B. Gate Entry
At the loading / unloading location, a large
i) Entry of the contractor’s employees no. of Tank Trucks of petroleum products
should be permitted with valid gate enter the installation. Crew members are
passes only. generally not regular entrants. The
procedure should be as follows:
ii) Entry of contractor’s workers should
be allowed in presence of authorized i) The gate pass should be issued to the
representative of contractor. individual crew members on written
request of the transporter
iii) Records of persons at the time of mentioning TT registration nos.,
entry/exit should be maintained. License and certificate of training as
per MV rule 9.
iv) At the entry gate of the location, a
physical checking for non-carrying of ii) Character & Antecedent (C & A)
lighter, matchboxes, explosives etc. verification of the TTL crew through
should be carried out. local police is to be done preferably
and record maintained.
v) Gate passes/Identity Cards should be
displayed on persons at all the times. iii) For loading/unloading purpose,
register entry at security gate is
vi) For Mega-projects at existing / made before allowing entry into the
operating installations, it is preferable premises with recording of names of
to have a separate gate for entry of crew members, time of entry, pass
contractor workers and also the Sr. No., TT no. etc.
project areas should be segregated
fencing from operational area by iv) For loading/unloading, crew is allowed
fencing / other physical means. entry alongwith TT only, after
checking of TT from
vii) No vehicle should be allowed to explosive/security point of view.
enter in an operational area without
proper flame arrestor. v) Out time, invoice no., Destination etc.,
are recorded while TTs go out of the
viii) Awareness on Safety through security gate.
training / posters etc. highlighting Do's
and Don'ts should be spread within 5.5 TRAINING
entire contractor workforce.
Video/Audio tapes on Safety Topics Training is to educate contractor workforce
should be played preferably. on various hazards associated with the
job/workplace and on the respective
ix) For occasionally engaged labourers preventive / mitigation measures to avoid
such as for material handling etc., untoward incidents.
spot photograph may be preferably

Page 483 of 4779


i) Workers should be adequately and equipment and protective
suitably: clothing provided to the worker;

(a) informed of potential safety and (f) general measures for personal
health hazards to which they may hygiene and health protection;
be exposed to at their workplace;
(g) fire precautions to be taken;
(b) instructed and trained in the
measures available for the (h) action to be taken in case of an
prevention, control and protection emergency;
against those hazards.
(i) requirements of relevant safety
ii) No person should be employed in any and health rules and regulations.
work at a workplace unless that
person has received the necessary Copies of the relevant safety and health
information, instruction and training so rules, regulations and procedures should be
as to be able to do the work available to workers upon the
competently and safely. The commencement of and upon any change of
competent authority should, in employment.
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to 5.5.1 Training Techniques
safety and health matters.
a) Lectures
iii) The information, instruction and
training should be given in a language This technique should be applied when it is
understood by the worker and written, required to transfer information in local
Oral, visual and participative language to a large contractor workforce
approaches should be used to ensure with controlled content and time.
that the worker has assimilated the
information. b) Case Study

iv) Every worker should receive This is an effective technique based on the
instruction and training regarding the presentation of case of real events by
general safety and health measures Trainer to highlight probable causes like
common to the workplace. This Human Error, ignorance about the job etc.
should include:
c) Videos
(a) general rights and duties of
workers at the workplace; Videos, an effective technique of
communication, should be used to display
(b) means of access and egress the right techniques of performing a task in a
both during normal working and safe manner and hazards associated with a
in an emergency; job.

(c) measures for good d) Demonstration at site


housekeeping;
Right way to do a job should invariably be
(d) location and proper use of demonstrated to workers at the site itself.
welfare amenities and first aid The right way is also a safe way. Hazards
facilities provided; due to wrong procedures, short cuts and
their adverse effects etc. should also be
(e) proper use and care of the items highlighted.
of personnel protective

Page 484 of 4779


5.5.2 Training/Awareness Module and
Frequency iii) Importance of First Aid fire
fighting equipment, their use &
A. General Safety Training to all operations
categories of contractor employees
should be imparted before induction iv) Communication system at the
and annually thereafter. No person installation
should be allowed to enter the
installation without undergoing this v) Fire / Accident Reporting
training. This training program may procedure
cover:
vi) General Safety rules
i) Mandatory uses of PPE like Cotton
clothes, Helmet, Safety Shoes, Safety vii) Safety Measures during
Belts etc. execution of job such as:

ii) Probable Hazards - Welding / Cutting / Grinding


- Working at height
iii) Important Telephone No / Escape - Confined space entry
route - X ray / radiation
- Erection / Dismantling of
iv) First Aid scaffolding
- Tank construction and repairs
v) Use of Fire extinguisher - Handling of chemicals etc.

The contractor workers, if engaged in viii) Importance & use of PPE


operation of the plants/facilities, should be
trained in line with Clause No. 4.6 of OISD- ix) Emergency Routes
GDN-206 on “Safety Management System”.
For other categories of contractor workers, x) Assembly Points
training modules for different category
employees are as follows: xi) Job Specific Training

B. Contractor Supervisor D. Consultant / Contractor

Contractor Supervisor should be trained in Awareness program should be carried out


accordance with the provision of clause no. for Consultant / Contractor at the time of
5.1.1.2, 5.2.7, 5.3.10, 5.6.12 and 5.7.8 of induction. This program should cover at
OISD-STD-154 on 'Safety Aspects in least the following:
Functional Training'
i) Responsibility of contractor for safety
C. Contractor Worker of their personnel and work area

Yearly training programme should be carried ii) Hazardous property of Petroleum


out for contractor worker and the records products and chemical used
should be maintained. The training
programme should cover at least the iii) Communication system
following:
iv) Fire / Accident Reporting procedure
i) Worker responsibility for safety
of himself and work area. v) Medical facility available

ii) Associated hazards with the job vi) Statutory requirements


and job area including
electrical shock hazards.

Page 485 of 4779


vii) Importance of First Aid equipment and through site inspection using ready-made
required at the site check lists to ensure that contractors /
agencies abide by the safety rules and
viii) Work Permit system norms while working at operating /
construction sites.
ix) Direct/ Indirect losses due to accident
A checklist, while carrying out different type
x) Safety Measures while executing the of jobs, should be developed based on
jobs such as: hazards associated with the job being
performed and requirements as per OISD-
- Welding / Cutting / Grinding GDN-192 on "Safety Practices during
- Working at height Construction". Typical format is enclosed at
- Confined space entry Annexure II, which should be modified to suit
- X ray / radiation the requirement of the site / job to be done.
- Erection / Dismantling of
scaffolding Before starting the work and at regular
- Tank construction and repairs intervals thereafter, Contractor’s
- Handling of chemicals etc. Supervisor/safety Officer and Owner's
- electrical jobs representative / Engineer-in charge/safety
Officer should inspect as per the checklist so
xi) Safety training needs of their prepared to ensure that contractor has
supervisors and workers prepared to start the work with all safety
precaution required for safe execution of job.
xii) Importance & Use of PPE at the site
5.7 PENALTIES FOR NON-
xiii) General Safety rules at the installation COMPLIANCE

Financial or other type of penalties like


seizure of gate passes, stoppage of work for
E Security Personnel a limited period etc. may be levied on the
contractors or their workers for non-
Training program should be carried out for compliance of safety rules. A provision of
Security personnel at the time of induction suitable accident severity based penalty
and annually thereafter and the records clause for contractor may be incorporated to
should be maintained. The training program ensure adherence of systems and
should cover at least the following: procedures. A few of the usual non-
compliance are as follows:
i) Layout of Plant and Facilities
ii) Vulnerable locations -- Non-usage of PPEs like Safety helmet /
iii) Safety regulations (Statutory and in Safety shoes / Safety goggles /
company) Respiratory protection etc. by the
iv) Fire Protection Facilities and contractor personnel
Locations
v) Role in case of Fire / Disaster -- Non-usage of the safety belt and life line
vi) Emergency Procedure and Drills by the workers while working at height
vii) Industrial First Aid
viii) Use of Personnel Protective -- Non-provision of basic safety
Equipment requirement such as 24 V lamp for
ix) Disaster Management Plan working in confined space, uncertified /
non standard lifting tools, earth leakage
5.6 INSPECTION / AUDIT protection & earthing connections for
electrical appliances as per Indian
Inspection / Audit is a tool to evaluate Electricity Rules, emergency isolation
compliance of all safety requirements. Most switches etc.
of the information could be gathered

Page 486 of 4779


-- Violation of Safety Permit conditions like attend these meetings on random basis.
Fire fighting equipment Tool box meeting should be conducted more
frequently depending upon circumstances.
-- Non-barricading of area while rigging, Record of the same can be maintained in
digging etc. the following typical format.

-- Working without valid work permit TOOLBOX MEETING FORM

-- Unauthorised road closure/blockage SUBJECT :


PRESENTER :
5.8 INCIDENT REPORTING AND DATE :
INVESTIGATION SYSTEM TIME : From….. To…..
CONTENT IN BRIEF :
All the incidents including near-miss should
be reported immediately by contractor’s Participant’s Name Signature
Supervisor to Contractor and owner’s
Supervisor/Engineer-in-charge, who should -------------------- ---------------------
inform to Owner’s Safety Officer and owner’s -------------------- ---------------------
Management. Owner’s Safety Department -------------------- ---------------------
will be required for onward reporting as per
OISD, Statutory requirements. 5.9.2 Site Safety Committee Meeting

All accidents regardless of the extent of Primary purpose of this safety committee is
injury or damage should be investigated in to enable owner, contractor and workers to
order to find probable causes, lessons learnt work together to monitor the site safety and
thereof and remedial measures required to health plan so as to prevent accidents and
prevent its recurrence. improve working condition on site. Its size
and membership will depend on the size and
The incident investigation should be done as nature of job.
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' . The safety committee should include
All the recommendations of investigation / representatives of owner, consultant,
Enquiry Report need to be monitored closely contractor identified as safety
for its implementation. A proper record officer/supervisor. It should be headed by
needs to be maintained to ensure Engineer-in-charge.
implementation of all the recommendations
and same should be reviewed from time to The safety committee should have regular
time. and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
5.9 SAFETY COMMITTEE MEETINGS site and to make suggestions for
improvement. The meetings should be
Following three type of safety committee documented with a time bound action plan.
meetings should be held aiming at raising The functions carried out by safety
the level of safety consciousness at the site: committee should include:

5.9.1 Toolbox meeting i) Review compliance of pending items


of last Safety meetings.
To maintain awareness, update training and
convey important safety and health ii) Consideration of the reports of safety
information, contractor supervisors should personnel.
conduct tool box meetings at least weekly
and also prior to start of any work. All the iii) Discussion of accident/near-miss and
contractor workers should attend this illness reports in order to make
meeting. The owner’s supervisor/Engineer- appropriate recommendation for
in-charge and safety officers should also prevention.

Page 487 of 4779


iv) Examination/evaluation of suggestions 2) OISD-GDN-192 on “Safety During
made by workers. Construction”

v) Dissemination of acquired knowledge 3) OISD-STD-155 Part(I&II) on


through training programs and “Personnel Protective Equipment”
information sharing sessions.
4) Building & Other Construction
vi) Discussion & review of Fire Prevention workers (Regulation of Employment
& Disaster Management Plan. & Condition of Service) Act 1996

vii) To send recommendation to


Apex Body for
consideration/approvals.

5.9.3 Safety Review Meeting by


Location Head

This meeting should be headed by the


Location head and attended by Owner’s
Supervisor/Engineer-in-charge, owner’s
safety Officer and all concerned department
heads. Prime purpose of this review is to
ensure that all the recommendations of
various committees are being complied with
and to take decisions on critical points
raised. This meeting should take place at
least once in every quarter. All the
investigation reports/ audit findings with
status of implementation of
recommendations should be discussed.

5.10 SAFETY EQUIPMENT /


PERSONNEL PROTECTIVE
EQUIPMENT

The type of safety equipment to be used is


decided based on the job requirement.
Selection should be made based on OISD-
GDN-192, OISD-STD-155 (Part I & II) and
the job requirement. Safety equipment /
Personnel Protective Equipment (PPE) shall
be of approved make. Contractor shall
provide necessary training to each employee
regarding proper usage and upkeep of PPE
including its limitation.

A register showing stock and issue of PPE


should be maintained by the contractor at
site and must be available for inspection.

6.0 REFERENCES

1) OISD-GDN-206 on “Safety
Management System”

Page 488 of 4779


ANNEXURE I
LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS

Sl.no. Code No. Title


1 IS: 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.

2 IS: 875 Code of practice for Structural safety of buildings: Masonry


walls

3 IS: 933 Specification for Portable Chemical Fire Extinguisher, Foam


Type – Second Revision.

4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision

5 IS: 1904 Code of practice for Structural safety of buildings: Shallow


foundations

6 IS: 1905 Code of practice for Structural safety of buildings: Masonry


walls

7 IS: 1989 – Part II Leather Safety Boots and shoes for heavy metal industry

8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
– Second Revision

9 IS: 2361 Specification of Building Grips – First Revision

10 IS: 2750 Specification for Steel Scaffoldings

11 IS: 2925 Specification for Industrial Safety Helmets – First Revision

12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision

13 IS: 3521 Industrial Safety Belts and harnesses

14 IS: 3696 – Part I Safety Code for Scaffolds and Ladders: Part I – Scaffolds

15 IS: 3696 – Part II Safety Code for Scaffolds and Ladders: Part II – Ladders

16 IS: 3764 Safety Code for Excavation Work

17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding

18 IS: 4081 Safety Code for Blasting and Related Drilling Operations

19 IS: 4082 Recommendations on stacking and storage of construction


materials at site

20 IS: 4130 Safety Code for Demolition of Buildings – First Revision

21 IS: 4138 Safety Code for working in compressed air – First Revision

Page 489 of 4779


22 IS: 4756 Safety Code for Tunneling works

23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision

24 IS: 5216 – Part I & II Recommendations on safety procedures and practices in


electrical work

25 IS: 5121 Safety code for piling and other deep foundations

26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials

27 IS: 6994 – Part I Specifications for safety gloves: Part I – Leather and Cotton
gloves

28 IS: 5983 Specification for Eye Protectors – First Revision

29 IS: 6922 Criteria for safety and design of structures subject to


underground blasts

30 IS: 7155 Code of recommended practices for conveyor safety

31 IS: 7205 Safety Code for Erection on Structural Steel Works

32 IS: 7069 Safety Code for Handling and Storage of Building Materials

33 IS: 7293 Safety Code for Working with Construction Machinery

34 IS: 7323 Guidelines for operation of Reservoirs

35 IS: 7969 Safety Code for handling and storage of building materials

36 IS: 8758 Recommendation for Fire Precautionary Measures in


construction of Temporary Structures and Pandals

37 IS: 8989 Safety Code for Erection of Concrete Framed Structures

38 IS: 9706 Code of Practices for construction of Arial ropeways for


transportation of material

39 IS: 9759 Guidelines for de-watering during construction

40 IS: 9944 Recommendations on safe working load for natural and


manmade fibre rope slings

41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg

42 IS: 10291 Safety Code for dress divers in civil engineering works

43 IS: 10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects

44 IS: 10386 – Part II Safety Code for Construction, Operation and Maintenance for

Page 490 of 4779


River Valley Projects

45 IS: 11057 Code of Practice for Industrial Safety Nets

46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building

47 IS: 13416 Recommendations for preventive measures against hazards at


working places

Statutory Regulations

Latest Statutory Acts and Rules, as given below, may be referred:-

1. The Petroleum Acts 1934 and Petroleum Rules 2002


2. The Factory Act, 1948 (As amended by Factory Amendment Act 1987) and concerned
Factory Rules
3. The Water (Prevention and Control of Pollution) Act 1974 & Rules 1975
4. The Environment (Protection) Act 1986
5. The Manufacturing, Storage and Import of Hazardous Rules 1989
6. The Hazardous Wastes Management (Management & Handling) Rules 1989
7. The Indian Electricity Act 1901 and Rules 1956
8. The Indian Explosive Acts, 1884 & The Indian Explosive Rules 1983
9. The Gas Cylinder Rules 1981and the static & Mobile Pressure Vessels (Unfired) Rules 1981
10. The Indian Boiler Act 1923 and Regulations 1950
11. The Public Liability Act 1991 as amended in 1992
12. The Motor Vehicle act 1988 and Central Motor Vehicle rules 1989
13. Building & Other Construction workers (Regulation of Employment & Condition of Service)
Act 1996

In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.

Page 491 of 4779


ANNEXURE II
CHECK LIST FOR SAFETY INSPECTION / AUDIT

Job ___________ Location _______________ Date of Audit______Frequency _____________

Inspected by __________________ Contractor (s) __________________________

Sl.no. ITEM YES NO NA REMARKS /


ACTION
1.0 PERSONNEL PROTECTIVE EQUIPMENT (PPE):
Are following PPEs being used as per the job requirements?

1.1 Safety Helmets

1.2 Safety Shoes

1.3 Gum Boots

1.4 Safety Belts with life line

1.5 Gloves

1.6 Ear Plug

1.7 Goggles

1.8 Shield Glass

1.9 Face Protection

1.10 Breathing Apparatus

1.11 Canister Mask

1.12 Hand wash / Eye wash/ Respirating filter /


cloth

1.13 Boiler Suit

1.14 Others

2.0 HOUSE KEEPING

2.1 Whether Waste Bins are provided / used

2.2 Are Passageways / Walkways clear?

2.3 Is General neatness O.K.?

2.4 Is the Ground free from oil, grease etc.


and is not found to be slippery?

2.5 Others

Page 492 of 4779


3.0 EXCAVATION

3.1 Whether soil stability is checked?

3.2 Whether proper shoring for the excavation


is provided to prevent cave-in for side of
slope >45 Degree?

3.3 Whether proper precautions have been


taken if the excavation is adjoining to
heavy structure like building, street and
roadways?

3.4 While excavating whether proper slope


usually 450 & suitable benches of 0.5 m
width at each 1.5 m depth are provided?

3.5 Whether barricading of 1m height with


glowing caution board is provided for
excavation beyond 1.5m depth?

3.6 Whether excavating earth is placed


beyond 1m of the edge of the trench?

3.7 Whether heavy vehicle movement is


restricted to come too close to the
excavating area?

3.8 Whether necessary precaution is taken


for underground pipes, sewers, cables by
contractors?

3.9 Whether excavation hot work permit is


taken?

3.10 Whether extra precaution is taken for


bailing out water properly while
excavating?

3.11 During rains whether the excavation is


done with extra precaution to prevent
caving in?

3.12 Whether two separate entry/ exit points


with necessary ladders / steps, as per
requirement, have been provided?

3.13 Whether one person is available at all the


time to communicate any hazards noticed
with workers working in deep trenches or
excavation?

3.14 Whether necessary precautions like

Page 493 of 4779


regular gas testing are being taken in
areas having hydrocarbons and LPG so
that no gas accumulation takes place in
the trenches.

3.15 Whether IS: 4081-1986 & Indian


Explosive act & rules for storage, handling
& carrying of explosive material and
execution of blasting operation is
followed?

3.16 Whether in case of mechanised


excavation, caution board is provided for
do’s and don’ts like ‘Nobody to enter’
within one meter of the extreme reach?

3.17 Whether the following are inspected


during excavation work :-
a) Boulder formation encountered
b) Collapsing / development of cracks of
sides
c) Marked damage to support
d) Unexpected fall of ground
e) Inspection of site after each blast.

3.18 Others

4.0 PERMITS

4.1 Whether valid work permit is issued to


start any work?

4.2 Whether all conditions of the permit are


fulfilled before starting the job?

4.3 As noted in the permit, whether


compliance of all the recommendations
are ensured?

4.4 Whether permits are available at work site


all the times?

4.5 Whether hot work permit registered in fire


station?

4.6 Whether permits are being closed after


the completion of job?

4.7 Others

5.0 SAFETY IN CUTTING / WELDING/GRINDING

5.1 Whether LPG / Oxygen / Acetylene/ Gas

Page 494 of 4779


cylinders are kept outside only while
working in confined space?

5.2 Are Acetylene /LPG cylinders kept in


upright position and secured at
designated places under shed – wet
gunny bags wrapped around it if the same
is under sun at designated place?

5.3 Check cylinder and cylinder valves for any


kind of damage?

5.4 Whether protective valves are kept on


cylinder while not in use?

5.5 Whether proper means and method for


transportation of cylinders to avoid
dropping and rolling are being adopted /
followed?

5.6 Whether gas cylinders, regulators are


kept away/free from oil and grease?

5.7 Whether all hoses were found to be free


of any damage or crack?

5.8 Whether oxygen and acetylene cylinders


are stored separately?

5.9 Whether color coding is being used for


easy identification of different type of
cylinders and hoses?

5.10 Whether cylinder keys are available near


the cylinder?

5.11 Whether gas torches with NRV with flash


back arrestor of approved make are only
being used?

5.12 Whether pressure gauges are in working


condition and checked from time to time?

5.13 Whether welding shields are used while


welding?

5.14 Whether proper earthing for welding


machines are provided?

5.15 Whether power is taken from approved


sources (welding receptacles)?

5.16 Whether welding receptacles are properly


grounded?

Page 495 of 4779


5.17 Whether welding cables are maintained in
good condition and without any joints/
cuts?

5.18 Whether to avoid short circuit, welding


machines are protected against rain?

5.19 Whether earth connectors are securely


connected to the job and not to the
adjoining pipeline or structure?

5.20 Whether flame arrestor of DG set is of


approved make and quality?

5.21 Others

6.0 SAND / SHOT BLASTING

6.1 Whether sand blasting is used only after


getting approval from competent
authority?

6.2 Whether air compressor used for sand /


shot blasting are positioned away from
work place?

6.3 Whether exhaust of the prime mover is


directed away from the work place?

6.4 Whether in case of motor driven


compressor, the body of the motor as well
as the compressor is properly earthed?

6.5 Whether line operator of sand/shot


blasting wear suitable PPEs including
mask?

6.6 Whether adequate measures are adopted


to confine dust/spray particles?

6.7 Whether adequate measures are taken


for proper ventilation while the work is
done in confined space?

6.8 Others

7.0 SAFETY WHILE WORKING AT HEIGHTS / SCAFFOLDING / LADDERS

7.1 Whether work permit is obtained to take


up work at height above 3 mts?

7.2 Whether steel pipes scaffoldings are used


in unit/off site areas?

Page 496 of 4779


7.3 Whether provision for suitable platform
with all scaffoldings are made? Whether
its construction is as per specification with
toe board and railing?

7.4 Whether the area below working at height


is cordoned?

7.5 Whether suitable platform is provided?

7.6 Whether ISI approved quality and good


condition safety belts are used while
working at heights?

7.7 Whether life line of safety belt is


Anchored to an independent secured
support capable of withstanding load of a
falling person?

7.8 Whether the area around the scaffold is


cordoned off to prohibit the entry of
unauthorized person?

7.9 Whether ropes used are of good condition


and adequate strength free of defects?

7.10 Whether ladder is placed at secured and


leveled surface?

7.11 Whether it is extended 1.5 Mts. Above the


landing point?

7.12 Whether ladder used are of adequate


length and tying short ladder is avoided?

7.13 Whether metallic ladders are placed away


from electrical system?

7.14 Whether tools or materials are removed


after completion of the day’s job at
heights?

7.15 Whether a valid permit is obtained before


taking up work on asbestos or fragile
roof?

7.16 Whether sufficient precaution is taken


while working on fragile roof?

7.17 Whether provision is made to arrange


duck ladder, crawling board for working at
fragile roof?

7.18 Whether scaffolding has been erected on


rigid / firm / levelled surfaces only?

Page 497 of 4779


7.19 Whether scaffold has been inspected by
competent person prior to being put in
use?

7.20 Whether the scaffolding has been


designed for the load to be borne?

7.21 Whether the erection and dismantling of


the scaffolding is being done only by
trained persons and under supervision?

7.22 Whether safety net with proper working


arrangement and life line has been
provided?

7.23 Others

8.0 SAFETY IN CONFINED SPACE

8.1 Whether a permit is obtained to enter a


confined space?

8.2 Whether gas test for hydrocarbon, toxic


gas, oxygen level is obtained before
entering any confined space?

8.3 Whether adequate oxygen level is


ensured in confined space before
entering? If not, whether all precaution
like using of Breathing Apparatus set is
ensured?

8.4 Whether, in case of chance of ingress of


hydrocarbon gases / toxic gases,
Personnel Monitoring System (PMS) is
used or not?

8.5 Whether only in presence of a supervisor,


worker enters in confined space?

8.6 Whether provision of sufficient means of


entry and exit is available?

8.7 Whether provision of ventilation to remove


welding fumes, dust, exhaust gases are
made?

8.8 Whether provision of 24V (Hand lamps


with cage as per OISD-STD-155) light for
working inside space is made?

Page 498 of 4779


8.9 Is it strictly ensured that a stand-by
trained person is standing outside before
a person enters a confined space and
communication is being maintained all the
time with workers working inside?

8.10 Whether life belt with one end under


control of stand-by person outside is kept
while working in confined space?

8.11 Whether Personnel protective Equipment


are in good condition as specified in the
permit?

8.12 Whether absence of Hydrogen Sulfide,


CO or other toxic gas is ensured before
entering into a confined space? If yes,
whether proper required PPE like BA,
Gas Mask are used.

8.13 Whether boxing up is being done only as


per the approved procedures and by
competent persons?

8.14 Whether all the safety precautions listed


in OISD-GDN-192 are taken while
working in sewers, OWS etc.?
8.15 Whether proper house keeping is being
maintained inside the confined space?

8.16 Whether training has been provided to


workers working in the confined space
and the workers only of sound health are
being asked to work in the confined
space?

8.17 Others

9.0 SAFETY IN MATERIAL HANDLING

9.1 Whether all lifting tools, tackles,


machines, chains, ropes etc. are of sound
construction, made of sound material and
maintained in good condition?

9.2 Whether safe working load, date of testing


visibly marked/painted on the equipment?

9.3 Whether lifting tools, tackles are of


adequate strength for the load to be
handled?

9.4 Whether all parts including the working


gears fixed or movable of every lifting
machine, chain, rope, tackles specify the

Page 499 of 4779


following condition:

a) Thoroughly examined by competent


person at least once a year or such
interval as required by statutory
authority.

b) Document of such examination are


maintained and produced to owner
supervisor before use of particular
equipment?

9.5 Whether chain blocks and cables are


inspected before each use to assure their
sound condition?

9.6 Whether hoist and lift if used are:

a) Properly maintained and thoroughly


examined by competent authority at
least once in every year.

b) A register to be maintained to record


particulars of such examination in
prescribed forms and shall be
produced to the owner supervisor
before use.

9.7 Whether area below the movement of


boom of crane is cleared to avoid injury
from falling objects?

9.8 Whether it is ensured that crew of truck


leave the truck in crane handling area
before starting loading / unloading, if not
involved in rigging operation?

9.9 Whether transporting material from one


place to another is done by suitable
means?

9.10 Whether carrier with sufficient capacity


without projecting parts is used for
transporting materials?

9.11 Whether riggers engaged are well trained


and conversant with signaling procedures
including night signalling if required?

9.12 Whether permission of authorized person


is obtained before working on or near an
overhead crane?

9.13 Whether trained riggers are available all


the time along with crane?

Page 500 of 4779


9.14 Whether barricading has been done to
ensure no unauthorised person enters in
the working area of the crane?

9.15 Whether lifting plan has been prepared


and approved before start of the work?

9.16 Whether route of crane movement has


been planned before the crane moves out
of the garage?

9.17 Whether it has been ensured that no


electrical cable come within 3 metres or
safe distance from the boom of the
crane?

9.18 Whether boom is being kept in the


horizontal position or locked while idling?

9.19 Whether material is being stacked /


destacked in trucks with the help of
wedges to ensure no slippage while
loading / unloading takes place?

9.20 Whether the forklift / crane is being


operated only by trained person?

9.21 Others

10.0 ELECTRICAL SAFETY

10.1 Has the Electrical Line Clearance


procedure been followed involving
electrical and other concerned Dept. and
filling of formats?

10.2 Have Danger Signs with Voltage rating/


Men at work signboards been displayed
at both Sub Station as well as the work
site?

10.3 Has the contractor worker understood the


electrical circuit on which he is going to
work with probable electrical hazards and
mitigation measures to be adopted?

10.4 Whether contractor has engaged


electrician (s) having valid electrical
licence in line with provisions in Indian
Electricity Rules?

Page 501 of 4779


10.5 Have all checks prior to switching
operation been carried out and
authorisation of owner/ user section
obtained subsequently?

10.6 Have all earthing links on electrical


conductors removed before charging the
line/ apparatus?

10.7 Have PPE as prescribed under Indian


Electricity Rules been in place, kept
healthy and used?

10.8 Are earthing and bonding arrangement of


non-current carrying metallic parts in line
with provisions of Indian Electricity Rules
– 1956 amended time to time as IS:
3043?

10.9 Have electrical part of OISD-GDN-192


and Clause No. 9.0 for Temporary
installations in OISD-173 been
understood and followed wherever
applicable?

10.10 Are flexible wires having voltage of 240


volts above earth potential taken through
PVC conduits?

10.11 Whether portable hand lamps with a


voltage rating of not more than 24 volts
used with flameproof enclosures in
confined spaces within columns, vessels
etc?

10.12 Have the Switches, MCBs, fuses etc.


been inspected for proper ratings?

10.13 Has Earth Leakage Circuit Breaker (


ELCB) been used on the incoming side to
protect against leakage of current? Is the
device tested every time the work is
started?

10.14 Whether all portable appliances are


provided with insulated Three pin Plugs
and socket arrangement?

10.15 Whether industrial type extension boards


and plug sockets are used?

10.16 Has the electrical equipment brought to


site by contractor been inspected by
owner’s supervisor/ safety officer for
damage/cuts/abrasion etc? Is record of

Page 502 of 4779


Insulation Resistance, wherever required ,
being kept?

10.17 Have standard practices for termination of


conductors/ cables been followed (e.g.
use of proper lugs, crimping tool, cable
glands etc)? Is cable armour in continuity
from feeding point to load?

10.18 Are the Contractor supervisor and


workmen well acquainted with first aid for
electrical shock?

10.19 Are the wires/ cables identifiable along


their route towards the load by using
colour coding and/or markers?

10.20 Others

11.0 ROAD WORK

11.1 Whether site is barricaded and provided


with warning signs including night warning
lamps/ self glowing markers at
appropriate location for diversion of
traffic?

11.2 Whether mixing aggregates with bitumen


is done with the help of batch mixing
plants? If no, whether adequate
precautions have been taken?

11.3 Whether road rollers, bitumen sprayers,


pavement finishers are driven by
experienced drivers with valid driving
licenses?

11.4 Whether the worker handling hot bitumen


sprayers or spreading bitumen aggregate
mix or mixing bitumen with aggregate are
provided with PVC hand gloves rubber
shoes with pegging upto knee joints?

11.5 Others

12.0 FORM WORK, REINFORCEMENT

12.1 Whether form work, shuttering, shoring


etc. are adequately designed and
provided to erect the structure and to
support the expected load?

Page 503 of 4779


12.2 Whether staging (support) for shuttering is
designed for loads like worker movement,
impact load and other incidental loads
during construction?

12.3 Whether workers use PPEs at work site?

12.4 Whether all safety procedures are


adopted while cutting rod?

12.5 Whether proper staging and bundling is


provided for supplying rods at height?

12.6 Whether sufficient cross bracings are


provided for high staging works at
vulnerable points?

12.7 Others

13.0 CONCRETING

13.1 Whether the concreting area is


barricaded?

13.2 Whether vibrator hoses, pumping


concrete accessories are in healthy
condition and mechanically strong?

13.3 Whether it is ensured that no pipe line in


concrete pumping system is attached to
any temporary strut such as scaffolds
etc.?

13.4 Whether it is checked that safety guards


around moving parts are provided in
concrete mixer/ machines?

13.5 Whether earthing of electrical mixers,


vibrator etc. are checked?

13.6 Whether entry of unauthorised person in


the concreting area is restricted?

13.7 Whether adequate lighting arrangement is


made in the concreting area if working
during night?

13.8 Whether PPEs like gum boots, gloves and


dust masks etc. are being used?

13.9 For overhead or underground work,


whether form work and shuttering have
been checked so that the same do not
collapse during concreting?

Page 504 of 4779


13.10 Others

14.0 DEMOLISHING (DEMOLISHING BY BLAST NOT CONSIDERED)

14.1 Has the stability of structure been


examined by competent person and found
OK?

14.2 Are non-sparking tools being used, if


required?

14.3 Is intermittent clearing operation being


done to keep the area reasonably tidy and
clean?

14.4 Whether effective barricading has been


provided?

14.5 Whether Electrical and other facilities like


water, oil, gas pipelines have been
isolated/protected?

14.6 Whether the plan of demolition (including


sequence of activities) has been prepared
and approved prior to start of the work?

14.7 Others

15.0 RADIOGRAPHY

15.1 Are safety precautions for handling of


source as per guidelines of BARC being
followed?

15.2 Is the potency of the source being used


within acceptable limits as per the BARC
regulations?

15.3 Is the area being cordoned with proper


signs during radiography?

15.4 Does proper place exist as per BARC


regulations for storage of source /
Personnel safety equipment?

15.5 Does the radiographer has valid


certificate of radiography from competent
authority (BARC)?

15.6 Is radiographer using Exposure Meter /


Dosi Meter?

15.7 Whether minimum occupancy of the

Page 505 of 4779


premises / workplace is being ensured
while radiography is in progress?

15.8 Is permit system being followed?

15.9 Others

16.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS

16.1 Are jobs being carried out with a valid


work permit only as per OISD-STD-105
"Work Permit System".

16.2 Is smoking prohibited in all places


containing combustible or flammable
materials and "No Smoking" notices
prominently displayed.

16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?

16.4 Are oily rags, waste, wooden materials


and clothes or other substances liable to
spontaneous ignition being removed?

16.5 Are the combustible materials properly


shielded in case same cannot be
removed from the area?

16.6 Has welding screens (like metal/asbestos/


water curtain) been put up to protect other
equipment / facilities/ OWS/ drains in
adjoining areas against flying sparks, as
may be required?

16.7 Is Gas-testing being done with the means


of a calibrated Gas detection Meter prior
to start of Hot work and being done
subsequently at regular intervals as per
the requirement?
16.8 Are regular inspections being done of
places where there are fire risks like in the
vicinity of heating appliances, electrical
installations and conductors, stores of
flammable and combustible materials,
welding and cutting operations?

16.9 Are fire-extinguishing equipment being


placed at strategic locations and are kept
well maintained and inspected at suitable
intervals by a competent person.

16.10 Are access to fire-extinguishing


equipment such as hydrants, portable

Page 506 of 4779


extinguishers and connections for hoses
kept clear at all times?

16.11 Are all supervisors and a sufficient


number of workers trained in the use of
fire-extinguishing equipment?

16.12 Are audio means, to give warning in case


of fire provided, audible in all parts of the
site where persons are liable to work?

16.13 Is there an effective evacuation plan in


place so that all persons are evacuated
speedily without panic?

16.14 Others

17.0 EMERGENCY PROCEDURES

17.1 Is signaling / siren system effective?

17.2 Is arrangement for rescuing affected


person adequate?

17.3 Are signs showing emergency exit route


installed?

17.4 Is emergency exit route clear of


obstacles?

17.5 Is communication system adequate?

17.6 Whether emergency vehicle with driver


has been provided to meet any
emergency situation?

17.7 Does any tie-up with hospitals or local


doctors exist?

17.8 Has the assembly point for workers in


case of emergency been identified and
earmarked?

17.9 Has training been provided to a few


workers for First Aid?

17.10 Others

18.0 WELFARE FACILITIES

18.1 Is hygienic conditions prevailing at labour


camps?

18.2 Are First Aid facilities available?

Page 507 of 4779


18.3 Does proper sanitation exist at site office
and labour camps?

18.4 Does any arrangement of medical


facilities like tie ups with nearby hospital
exist?

18.5 Is proper drinking water facility available


for workmen & staff?

18.6 Are crèches provided for children (if


applicable)?

18.7 Is any proper place/canteen/restroom


provided for eating food and taking rest?

18.8 Is any place earmarked for storing /


keeping clothing?

18.9 Is Adequate washing facility available?

18.10 Does proper ventilation at working place


exist?

18.11 Others

19.0 GENERAL

19.1 Are illumination levels at workplace and


passages adequate?

19.2 Is communication system adequate?

19.3 Are display and caution boards provided


at strategic locations?

19.4 Are road barriers being used for blocking


any roads/passage?

19.5 Has the structure been adequately


secured against storm/high winds during
construction/ erection?

19.6 Are the equipment properly earthed?

19.7 Are vehicles being checked like brakes,


oil, lights etc. on regular basis?

19.8 Is compressed air being used only for its


intended purpose and not for any other
purpose?

19.9 Are only proper clothes and not loose


clothes being used while working around

Page 508 of 4779


machinery?

19.10 Are nails or other sharp objects being


removed or bent?

19.11 Are machine guards over moving parts of


machinery such as coupling, pulley, wheel
etc. installed?

19.12 Whether after maintenance of machinery


the guards are securely fitted before
putting into operation?

19.13 Are working platforms / gangways


provided with hand rails & toe guards?

19.14 Are swing platforms provided with chains


& secured adequately when not in use?

19.15 Are the approaches to work sites being


maintained & kept clear of obstacles?

19.16 Whether engines of equipment entering


into the operating area have exhaust and
muffler system with approved spark
arrestor?

19.17 Whether vehicles/engine driven


equipment, electrical equipment and tools
used are certified?

19.18 Whether contractors inform his workers


about hazards and safe procedures?

19.19 Whether sufficient care is taken so that


spark do not go outside working
enclosure & falls below?

19.20 Whether contractor’s qualified / trained


supervisor is present?

19.21 Whether all exhausts of engines are


provided with approved type of flame
arrestors and exhaust is not facing toward
the place where the workers are working?

19.22 Others

Signature of the Auditor

Page 509 of 4779


Page 510 of 4779
Job- B414
Page 1 of 18

ANNEXURE-A
TO
SPECIAL PURCHASE CONDITIONS
(SPC)
TAXES & DUTIES

Page 511 of 4779


Page 2 of 18

A. Price basis w.r.t inclusion/exclusion of taxes and duties

1. The quoted price(s) shall be inclusive of all taxes and duties except GST (i.e. IGST
or CGST and SGST/UTGST applicable in case of interstate supply or intra-state
supply respectively and GST Compensation Cess, if applicable) leviable on sale of
finished goods / services.

2. In case of foreign supplier/contractor, supplier/contractor shall submit their prices on


FOB International Port of Exit basis / CFR on destination port basis
(INCOTERM 2010), unless otherwise stated in the bidding document. FOB/CFR
prices quoted shall be inclusive of all applicable taxes and duties upto FOB
International Port of Exit basis / CFR on destination port basis .

3. Transportation charges (as per price schedule) upto project site shall be exclusive of
GST.
4. Site work/Dumpsite Management prices, if applicable shall be inclusive of all taxes
and duties but exclusive of GST. All necessary registrations, if required, for carrying
out the site activities shall be done by the supplier/contractor and costs towards the
same shall be included in quoted site work prices.
5. Prices of per diem supervision charges, training/AMC, HAZOP Study etc. as
applicable shall be exclusive of GST. However, GST shall not be applicable on
training provided at foreign supplier’s/Contractor’s work/training facilities in any
territory other than India.
Note: Price basis, if quoted on GeM portal in Price schedule shall supersede
the above.

B. TAX CLAUSES

1. Goods and Services Tax

a. Supplier/contractor shall be required to issue Tax Invoice in the form and


manner prescribed with relevant GST Act read with Rules there under
including e-invoicing provisions so that input tax credit under GST can be
availed by Owner. In the event that the supplier/contractor fails to provide the
Tax Invoice in the form and manner prescribed under the relevant GST Act
read with GST invoicing rules there under, Owner shall not be liable to make
any payment to the supplier/contractor on account of GST against such
invoice.

b. In case the supplier/contractor is not subject to E-invoicing provisions under


the GST Laws as amended from time to time, then a declaration to this effect
shall be furnished by the supplier/contractor in format prescribed in Annexure
A along with the Invoice.

c. GST shall be paid to supplier/contractor against receipt of Invoice and on


auto-population of input tax credit on GSTN portal. In case of non-receipt of
Invoice and/or on non-auto-population of input tax credit on GSTN portal,
Owner shall be entitled to withhold payment of GST.

Page 512 of 4779


Page 3 of 18

d. In case of any Advance including Mobilization/Secured/Other Advance as per


the provisions of Contract, the supplier/contractor shall issue a Receipt
Voucher / GST Invoice in the form and manner prescribed under relevant
GST Act read with Rules there under including e-invoicing provisions.
e. In case of any Price Variation as per the provisions of Contract, the
supplier/contractor shall issue an Invoice in the form and manner prescribed
under the relevant GST Act read with Rules there under including e-invoicing
provisions.
f. GST payable under reverse charge for specified services/goods under
relevant GST Act read with Rules there under, if any shall not be paid to the
supplier/contractor but will be directly deposited by Owner to the appropriate
Government Tax Authority. If the same has already been reimbursed / paid to
the supplier/contractor for any reason whatsoever, the said amount shall be
recovered / adjusted from payment due to supplier/contractor.

g. Where Owner has the obligation to discharge GST liability under Reverse
Charge Mechanism and Owner has paid or is liable to pay GST to the
government on which interest/penalty becomes payable as per GST law for
any reason which is not attributable to Owner or input tax credit w.r.t. such
payment is not available to Owner for any reason not attributable to Owner,
then Owner shall be entitled to deduct/set off/recover such amount against
any amounts paid/payable by Owner to supplier/contractor.

h. The supplier/contractor shall always comply with the requirements of


applicable laws and provide necessary documents as prescribed under the
relevant rules and regulations, as applicable from time to time. In particular, if
any tax credit, refund or any other benefit Is denied/delayed to Owner or any
interest/penalty is charged to Owner due to any non-compliance/ delayed
compliance by the supplier/contractor under the GST Laws (including but not
limited to failure to upload the details of the sale on GSTN portal, failure to
pay GST to the government or due to non-furnishing or furnishing of incorrect
or incomplete documents, non-filing of GST Return by the
supplier/contractor), the supplier/contractor shall be liable to reimburse Owner
all such losses and other consequences including but not limited to the tax
loss, interest and penalty within 30 days. Owner shall be entitled to recover
such amount from the supplier/contractor by way of adjustment from the next
invoice, encashment of BG or by way of any other means either of same
project or any other project of the Owner.

i. TDS under GST, if applicable shall be deducted from supplier/contractor bills


at applicable rates and a certificate as per rules for tax so deducted shall be
provided to the supplier/contractor.

j. The supplier/contractor will be under obligation for charging correct rate of tax
as prescribed under the relevant tax laws. Further the supplier/contractor
shall avail and pass on benefits of all exemptions/concessions available
under applicable tax laws.

k. The supplier/contractor will be liable to ensure to have registered with the


respective tax authorities and to submit self-attested copy of such registration

Page 513 of 4779


Page 4 of 18

certificates and the supplier/contractor will be responsible for procurement of


goods / services in its own registration (GSTIN).

l. In case the supplier/contractor is covered under composition scheme under


GST law, then supplier/contractor shall quote the prices inclusive of GST.
Further, such supplier/contractor should mention “Covered under GST
Composition Scheme” in column for GST of relevant price schedule(s). In
case subsequently such supplier/contractor gets covered under regular GST
regime, the prices including GST under regular GST regime shall not exceed
the prices quoted by the supplier/contractor under composition scheme.

m. Owner prefers to deal with registered supplier/contractor of goods/services


under GST. Therefore, suppliers/contractors are requested to get themselves
registered under GST, if not registered yet. However, in case any
unregistered supplier/contractor is submitting its bid, its prices will be loaded
with applicable GST while evaluation of bid as per evaluation methodology of
bidding document. However, where the Owner is entitled for input credit of
GST, the same will be considered while evaluation of bid as per evaluation
methodology of bidding document.

n. In case of foreign supplier/contractor, for supervision/site-work/training


services provided by foreign supplier at project site, GST shall be paid by
Owner directly to appropriate Government Tax Authorities, under Reverse
Charge Mechanism, if applicable.

o. Supplier/contractors will be required to quote applicable tax rate (along with


applicable HSN/SAC Code) as per provisions of GST Laws for all the line
items forming part of the enquiry. Any higher rate of tax actually invoiced in
excess of quoted rate of tax (except in compliance with provisions of
Statutory Variation clauses) shall be adjusted in basic price.

p. In case of delay in supply/execution of contract, supplier/contractor shall be


liable to raise invoices for reduced value as per Price Reduction Schedule
(PRS) provision of the bidding document. In case the supplier/contractor
raises invoices for full value, then supplier/contractor shall issue Credit Note,
in the form and manner prescribed under relevant GST Act read with Rules
there under, towards applicable PRS amount with applicable GST thereon.

In case supplier/contractor fails to submit invoices with reduced value or does


not issue Credit Note as mentioned above, Owner shall release payment to
the supplier/contractor after giving effect to the PRS clause with
corresponding reduction in taxes from invoice(s) of supplier/contractor.

In case any financial implication arises on Owner due to issuance of invoice


without reduction in prices or non-issuance of Credit Note by
supplier/contractor, the same shall be to the account of supplier/contractor.
Owner shall be entitled to recover the amount of such financial implication
paid or becoming payable by Owner together with penalty and interest
thereon, if any.

Page 514 of 4779


Page 5 of 18

q. E-way bills shall be issued directly by supplier/contractor in all cases except


in cases of direct imports by Owner where E-way bill shall be issued by
Owner.

r. In case of applicability of any penalty/recovery as per provisions of the


contract, Owner shall raise Invoice on supplier/contractor after charging GST
at applicable rates as per prevailing provisions of GST Laws.

2. IMPORT DUTIES

a. Direct supplies by foreign supplier where, Owner becomes consignee:

i. For imported materials sold and consigned directly by foreign


suppliers to Owner, all import duties , Social Welfare Surcharge and
IGST, GST Compensation Cess etc. as applicable in India at the time
of import shall be directly paid by Owner to appropriate Government
Authority.
ii. Bill of entry shall be filed by Owner.

b. Imported supplies by Indian suppliers as built-in-import content

i. Custom Duty, Social Welfare Surcharge, IGST, GST Compensation


Cess, etc. as applicable in India on the imported materials shall be
included in the quoted prices and the supplier/contractor shall be
responsible for timely payment of custom duties to the appropriate
Government Authority. All harbor dues/ pilotage fees, port fees,
wharfage, unloading costs, demurrage charges etc. incurred in India
in respect of any imported materials shall be to supplier’s/contractor’s
account.

ii. Supplier/contractor shall indicate, in relevant price schedule, CIF


value of built-in import content and applicable merit rate of Basic
Custom Duty (BCD) Social Welfare Surcharge on custom duty and
IGST (factoring into the input credit of IGST) included in quoted price.
Due to applicability of merit rate of custom duty, Owner shall not issue
any concessional certificate to the supplier/contractor for import of any
materials.

iii. Presently, the Owner is not entitled for Project Rate of Custom Duty
or any other concessional rate of custom duty for imports made for
this project and the supplier/contractor should consider merit rate of
basic custom duty. However, in case of applicability of concessional
(lower) project rate of custom duty later on, Owner shall issue
necessary concessional certificate towards import of materials against
the advance request letter submitted by the Indian supplier and the
differential custom duties between concessional rate and as quoted
by supplier/contractor shall be passed on to the Owner or it shall be
recovered by the Owner from the supplier/contractor’s invoice.

iv. The supplier/contractor shall be responsible for and shall exercise due
diligence in properly classifying the goods and materials, undertaking

Page 515 of 4779


Page 6 of 18

the payment of custom duties, and/or otherwise complying with all


applicable laws w.r.t. import of goods and materials.

v. In case Owner is exposed to any penal action, interest /penalty by


custom authorities for incorrect declaration and / or valuation of the
goods or materials by the supplier/contractor, or otherwise on account
of any breach of applicable laws in the course of import of goods and
materials by the supplier, the supplier/contractor shall indemnify and
hold harmless the Owner from any and all costs, expenses or losses
suffered or incurred by Owner in this regard.

vi. If supplier/contractor does not furnish built-in CIF value, then


supplier/contractor shall not be entitled to claim any variation in
custom duties even if supplier/contractor has quoted their prices
considering custom duties.
vii. If custom duty rate actually paid on import of materials and
components is found to be lower than the quoted rate of custom duty,
then benefit of the same shall be passed on to the Owner.

viii. Statutory variation, if any in the rate of import duty upto maximum
period of the contractual delivery period shall be to Owner’s account.
If supplier/contractor has considered Import Duty other than Merit
Rate of Import Duty then statutory variation on the Import Duty shall
be payable extra on the Merit Rate of Import Duty or the rate of Import
Duty considered by the supplier/contractor, whichever is lower.

ix. Owner will not bear any liability towards payment of Safeguard Duty,
Anti-Dumping Duty, Protective Duty and applicable IGST on same or
Countervailing Duty on subsidized articles or any other such duties of
Customs imposed by Government under Customs Tariff Act, 1975.

x. In case, no import is made for execution of the order, clauses related


to Imports will not be applicable.

c. General points (applicable to both a. and b. above):

i. If supplier/contractor intends to source import of goods from a country


with which India has Free Trade Agreement (FTA) or Comprehensive
Economic Partnership Agreement (CEPA) or any such multi-lateral /
bi-lateral Agreement or Treaty with India or under Generalized
System of Preference (GSP); or under any other notification (allowing
lower rate of custom duty), supplier/contractor is advised to ascertain
and confirm its applicability along with supporting documents in the
bid and ensure that conditions of such agreement/treaty etc. are
strictly complied with.

ii. The supplier/contractor shall be liable to provide all documentation to


ensure availment of the exemption/waiver. In case the
supplier/contractor defaults on this due to any reason, whatsoever, he
shall be liable to bear the incremental custom duty applicable, if any.

Page 516 of 4779


Page 7 of 18

iii. Any additional custom duty applicability on account of any change in


the notification (allowing lower rate of custom duty)/CEPA/FTA/multi-
lateral/bi-lateral agreement shall be to supplier’s/contractor’s account.

iv. Documentation to be furnished for availing the exemption/waiver of


custom duty shall be specifically listed in the Letter of Credit also as a
prerequisite for release of payment against shipping documents and
this documentation shall necessarily form part of shipping documents.

v. In case custom duty rate as quoted by Foreign supplier is less than


Actual rate applicable on due date of submission of last price bid and
payment of custom duty is on Owner’s Account, differential amount on
account of above-mentioned rate variation will be recovered from
invoices Foreign supplier.

3. INCOME TAX (CORPORATE INCOME TAX)

a. Foreign supervisors/supplier/contractor:

i. Prices of site work, contracts and other services of foreign


supplier/contractor shall be gross of income tax i.e. inclusive of Indian
Income Tax at the applicable rate as per Indian Income Tax Act and
Rules there under

ii. Owner shall deduct withholding tax at source (TDS) as applicable


while making payments against each invoice for the services in India.
Certificate for such TDS shall be provided to the supplier/contractor.

iii. In case foreign supplier/contractor still quotes prices of site work,


contracts and other services ‘Net of Income Tax’ i.e. exclusive of
Indian Income Tax,Owner shall deduct and deposit TDS as applicable
after grossing up the sums due while making payments against each
invoice for the services in India.

iv. Foreign supplier/contractor must submit (along with their bid) the
following particulars which are required to be furnished by the Owner
to Income Tax Department for complying with the requirements for
making remittances to non-residents as per Income Tax Act, 1961 (as
amended from time to time):-

A) In case of procurement of goods / spares / services/works (other than


technical services and Royalty) etc.

 A certificate of having no business connection in India as given


in format prescribed in Annexure B, or

 In case the non-resident supplier/contractor has a business


connection in India, but the supplier/contractor does not have
a permanent establishment in India, in terms of Double
Taxation Avoidance Agreement (DTAA) between India and his
country of tax residency through which the non-resident
carries on business activities (if such DTAA is in force), then

Page 517 of 4779


Page 8 of 18

the supplier/contractor is required to furnish (i) a certificate of


no permanent establishment (in format prescribed in
Annexure C) along with (ii) declaration in form 10-F (in format
prescribed in Annexure D) and (iii) Tax Residency Certificate
(TRC) containing details as specified in Annexure E.

B) In case of services in nature of Fees for Technical Services & Royalty


for use of equipment or instrument etc.

 If the supplier/contractor does not have a permanent


establishment in India, in terms of Double Taxation Avoidance
Agreement (DTAA) between India and his country of tax
residency through which the non-resident carries on business
activities (if such DTAA is in force), then the
supplier/contractor is required to furnish (i) a certificate of no
permanent establishment (as given in Format Annexure C)
along with (ii) declaration in form 10-F (as given in Format
Annexure D) and (iii) Tax Residency Certificate containing
details as specified in Annexure E.

C) The foreign supplier/contractor is required to additionally comply with


the following conditions:-

 If the non-resident is unable to obtain & submit Tax Residency


Certificate to the Owner within a reasonable time, the
supplier/contractor should furnish Form 10F along with an
undertaking to the effect that the supplier/contractor is a tax
resident of (the specified country) and that they shall obtain
and provide the tax residency certificate (TRC) to the Owner
before 30 days of submission of first Invoice by them or within
3 months from the date of entering into contract whichever is
earlier.

 Where a non-resident has a PE in India then tax will be


deducted at applicable rates and no cognizance will be given
to the statement/declaration of supplier/contractor that no
income derived from transaction is attributable to PE in India.

Note 1:- The word permanent establishment shall include a fixed


place PE or service PE or installation PE or dependent agent PE or
any other PE by whatever name called.
Note 2:- In absence of above mentioned documents for respective
category, tax will be withheld at rates applicable as per the provisions
of Income Tax Act, 1961 and the benefit of reduced rate will not be
given.
Note 3:- In cases where the foreign supplier/contractor is not availing
the benefits of DTAA and does not furnish the PAN, TDS will be
deducted at higher rate as applicable Income Tax Act, 1961.
Note 4:- In case of contracts with term exceeding one financial year,
the relevant documents like TRC, Form 10 F, No PE / Business
Connection Certificate etc. as applicable, as per Income Tax Act,
1961 must be submitted at the beginning of each financial year and

Page 518 of 4779


Page 9 of 18

the Owner will not bear additional tax liability (if any) arising from non-
submission of documents.
Note 5- The supplier/contractor shall be liable to intimate the
subsequent changes (if any) to the information submitted against any
of the above particulars, along with full details.
Note 6- In case the non-resident has a Permanent Establishment in
India, in terms of DTAA between India and his country of tax
residence through which the non-resident carries on business
activities in relation to its engagement by the Owner, the address of
Permanent Establishment or Dependent Agent is to be provided.
Note- 7 In addition to the above particulars, the supplier/contractor
should also provide any other information as may be required at a
later stage for determining the taxability of the amount to be remitted
to the non-residents.

In case, any additional tax liability arises on the Owner due to any action
of supplier/contractor like delay in submission / non-submission of
information / documents required as above or change in residential status
post submission of documents or change in any document (like TRC,
Form 10F etc.) after its submission shall be recovered from the
supplier/contractor.

b. Indian resident supplier/contractor:

Prices for supply and services of Indian supplier/contractor shall be inclusive


of income tax.

Income Tax shall be deducted at source (TDS) by Owner on all sums due to
supplier/contractor in accordance with provisions of Indian Income Tax Act
read with Rules there under as in force at the relevant point of time.

Owner shall issue a Tax Deduction Certificate to the supplier/contractor


evidencing the tax deducted / withheld and deposited by Owner on payments
made to supplier/contractor to enable the supplier/contractor to claim credit of
the tax deducted by Owner.

c. General Points (applicable to both a. and b. above):

i) The supplier/contractor shall also be responsible for ensuring compliance


with all applicable provisions of Direct Tax Laws of India including but not
limited to the filing of relevant Tax Returns and shall promptly provide all
information required by the Owner for discharging any of its
responsibilities / liabilities under such laws in relation to or arising out of
the contract. For the lapses/ failure, if any, on the part of the
supplier/contractor and consequential penal action taken by the Income
Tax Department, the Owner shall not take any responsibility whether
financial or otherwise and shall be indemnified by the supplier/contractor.

ii) The Indian Income Tax Act and Rules made there under contains
provisions permitting deduction of tax at source (TDS) at lesser rate if the
supplier/contractor is able to justify to the Income Tax Authorities such
lesser rate of deduction. However, a deduction once made has to be

Page 519 of 4779


Page 10 of 18

deposited by the Owner with the Income Tax Authorities and will not be
adjustable by the Owner. It is therefore in the interest of the
supplier/contractor that prior to release of any payment due to the
supplier/contractor under the contract that the supplier/contractor obtains
from the relevant Income Tax Authorities in India, a certificate specifying
the rate of deduction/withholding of Income Tax at source, failing which,
payment to the supplier/contractor shall be made by the Owner after
deduction/withholding at rate as may be applicable to the
supplier/contractor as per provisions of Income Tax Act, 1961.

iii) TDS on interest recovered on Mobilization/Other Advance will be


deposited by the supplier/contractor and same would be reimbursed by
the Owner against submission of Form-16A.

C. INVOICING METHODOLOGY W.R.T. TAXATION

1. In case of domestic / foreign Purchase Orders (POs), invoices shall be raised by


supplier/contractor in the name of Owner and consignee shall be Owner.

2. In case of package MR’s and tenders, supplier/contractor shall bring materials at


project site in their own name and they themselves shall be consignee.
Afterwards, invoices shall be raised by supplier/contractor in the name of Owner
after charging applicable GST.

D. EVALUATION METHODOLOGY W.R.T. TAXES

Following shall be loaded for evaluation:

1. Since GST in the subject project is not available to the Owner, Output GST as
quoted by the bidder shall be loaded for evaluation
2. 100% of GST Compensation Cess, if applicable.
3. Applicable Withholding Tax (Income Tax), in case foreign supplier/contractor quotes
prices ‘Net of Taxes’.
4. Applicable Custom Duty, Social Welfare Surcharge, etc. (excluding IGST & Cess), if
required as per Bid Evaluation Methodology w.r.t supplies for which Bill of Entry has
to be filed by the Owner.

E. TAXATION TERMS FOR INDIAN SOURCED SUPPLIES (Applicable in case of


foreign supplier/contractor)

Shall be the same as applicable for Indian suppliers/contractors.

F. TAX IMPLICATION WHERE FABRICATION YARD IS OUTSIDE THE FACTORY


PREMISES, WHEREVER APPLICABLE

In case of package MRs and tenders, since supplier/contractor shall bring material at
project site in their own name and raise invoice to Owner (as per payment milestone
achieved) after charging applicable GST, location of fabrication yard, whether inside
or outside factory premises, will not attract any additional liability under GST.

Page 520 of 4779


Page 11 of 18

G. TAX IMPLICATION WHERE OWNER WILL ISSUE FREE ISSUE MATERIAL (FIM) TO
CONTRACTOR

Where Owner issues Free Issue Material (FIM) to supplier/contractor, such FIM will
be released against delivery challan and such FIM shall be received back in factory
premises as per provisions of GST.

H. STATUTORY VARIATION (in case of MRs & Tenders)

No variation on account of taxes and duties, statutory or otherwise, shall be


payable to supplier/contractor except the following:
1. GST leviable on sale of finished goods / services:
If after the due date of submission of last price bid and upto the contractual
delivery/completion period (including extended delivery/contractual
completion period for the reasons attributable to Owner or due to Force
Majeure condition), any increase/decrease occurs in the applicable rate of
GST, such statutory variation shall be to Owner’s account and shall be
adjusted (increase / decrease) to / from the supplier/contractor’s invoices
based on documentary evidence.
Any increase in the rate of GST after the above mentioned contractual
delivery/completion period shall be to supplier’s/contractor’s account.
However, any decrease in the rate of GST shall be passed on to Owner.

For calculating Statutory Variations, ceiling amount as declared by the


supplier/contractor in relevant price schedule shall only be considered.

2. Basic Custom Duty (BCD), Social Welfare Surcharge (SWS):


If after the due date of submission of last price bid and upto contractual
delivery/completion period (including extended delivery/contractual
completion period for the reasons attributable to Owner or due to Force
Majeure condition), any increase/decrease occurs in the applicable rate of
BCD/SWS on materials imported, the statutory variation in such BCD/SWS
shall be to Owners account and shall be adjusted (increase/decrease)
to/from the supplier/contractor’s invoices based on documentary evidence.
Any increase in the rate of BCD/SWS on materials imported after
contractual delivery/completion period shall be to supplier’s/contractor’s
account. However, any decrease in the rate of BCD/SWS on materials
imported shall be passed on to Owner.
For calculating Statutory Variations in BCD/SWS, ceiling amount of CIF
Value as declared by the supplier/contractor in relevant price schedule
shall only be considered.
Indian supplier/contractor to consider input tax credit of IGST (in case of
import of raw Materials / components) in their quoted prices. Hence,
statutory variations on IGST (included in quoted prices) in case of
materials imported from outside India in supplier’s/contractor’s name (i.e.
Indian supplier/contractor) shall be to supplier/contractor’s account.

3. Any new output tax/duty/cess/levy notified or imposed after the due date of
submission of last price bid but upto the contractual date of
delivery/completion (including extended contractual delivery/completion
period for the reasons attributable to Owner or due to Force Majeure

Page 521 of 4779


Page 12 of 18

condition) shall be to Owner’s account.


These shall be reimbursed against documentary evidence. However, in
case of delay attributable to supplier/contractor, any new or additional
taxes and duties imposed after Time for Completion, defined as above,
shall be to supplier/contractor’s account.

I. TAX INDEMNITY
Any omission/ errors of interpretation of applicability of taxes, duties,
cesses and levies, whatsoever named, howsoever named, as are payable
to any government, local or statutory authority in India or in any country
other than India by the supplier/contractor shall be to supplier’s/contractor’s
account.

If any fine/penalty/any other levy is required to be met by the Owner arising


out of any non-compliance/fault/fraud/willful suppression/misstatement of
facts/information/documents, whatsoever, of any applicable laws of India or
any country other than India by the supplier/contractor/their personnel/sub-
contractors/agencies, the same shall be recovered from any amount
payable to the supplier/contractor under this contract or under any other
contract of the Owner.

If any tax is paid / required to be paid by supplier/contractor in pursuance of


any demand of any law enforcement agency/Tax Authority on account of
non-compliance/fault/fraud/willful suppression/misstatement of
facts/information/documents, whatsoever, of any applicable laws of India or
any country other than India by the supplier/contractor/their personnel/sub-
contractors/agencies, the same shall be to supplier’s/contractor’s account
only.
Note:

1. Being Domestic Enquiry, provision w.r.t. foreign suppliers shall not be


applicable.

Page 522 of 4779


Page 13 of 18

On bidder’s Letter Head

Annexure-A

Declaration for Non-Applicability of E-Invoicing

We, <Name of Bidder entity>, a *Proprietorship firm / Partnership firm / Company, having its
registered office at < address>, having PAN No. _______________and GSTIN
No.________________, hereby declare that <Name of Bidder entity> is not required to
comply with e-invoicing provisions under GST.

<Name of bidder entity> also hereby declare that <Name of bidder entity> will update
BHARAT PETROLEUM CORPORATION LIMITED (herein after referred to as BPCL) in case
there is any change in the above details or in case <Name of bidder entity> is required to
adhere to e-invoicing provisions under GST due to any subsequent change in law. In such case,
<Name of bidder entity> shall comply with provisions of e-invoicing regime as and when the
same becomes applicable to <Name of bidder entity>.

<Name of bidder entity> hereby declare the above statement is true and correct and <Name
of bidder entity> shall indemnify and hold BPCL good for any demand, credit reversal, denial
of refund, loss, interest or penalty, suit, action, costs and expenses whatsoever (including
attorneys’ fees and associated legal costs) which may be commenced against and/or incurred
by BPCL due to any incorrect declaration or non-compliance by <Name of bidder entity> and
BPCL shall have the right to withhold or recover any such loss/cost/expense from any amount
payable to <Name of bidder entity>.

<Name and signature of authorized signatory >

For <Name of Bidder Entity>

<Bidder Entity’s Seal/Stamp>

<Date>

*Delete whichever is not applicable.

Page 523 of 4779


Page 14 of 18

On bidder’s Letter Head

Annexure B

UNDERTAKING FOR HAVING NO BUSINESS CONNECTION IN INDIA

FORMAT OF DECLARATION BY THE BIDDER THAT THE BIDDER DOES NOT HAVE A
BUSINESS CONNECTION IN INDIA

This is to certify that……………………………………………………(Name of the bidder entity) a


*Company / LLP/ Partnership Firm in ……………………..…………..(Contracting State) having
its registered office at …………………………….. (Address of the Bidder entity)

1. Is a Tax Resident of ………………………………………………... (Name of Contracting State);


and

2. Till 31st March ____, we did not have a business connection or fixed base in India as per the
provisions of Indian Income Tax Act, 1961. Further, up to 31st March ____, we have no intention
to have a business connection or fixed base in India.

We further undertake to notify your good office immediately if there is a change in the facts or
status of our organization in relation to being or operating a business connection of fixed base
as stated herein above.

For Place:
Date:

(Authorized Signatory)
Name:
Address:
Local Contact No. (With ISD Code):
Email ID:

*Delete whichever is not applicable.

Page 524 of 4779


Page 15 of 18

On bidder’s Letter Head

Annexure C

UNDERTAKING FOR HAVING NO PERMANENT ESTABLISHMENT (PE) IN INDIA

FORMAT OF DECLARATION BY THE BIDDER THAT THE BIDDER DOES NOT HAVE
PERMANENT ESTABLISHMENT (PE) IN INDIA

We, the beneficiary, hereby confirm as follows:


1. We are resident of ………………………………………. (Contracting State) in accordance
with the provisions of Article 4 of the Convention between the Government of
the……………………………(Contracting State) and the Government of the Republic of the
………………………………………..(Other Contracting State/ India) for the avoidance of
Double Taxation and the prevention of fiscal evasion with respect to taxes on income
(“Treaty”) and are eligible to claim relief under the provisions of the Treaty including Article
5.

2. Till 31st March ____, we did not have a permanent establishment in India as contemplated
under Article 5 of the Treaty respectively. Further, up to 31st March ____, we have no
intention to have a fixed base or permanent establishment in
the…………………………………… (Other Contracting State/ India) within the meaning of
Article 5 of the Treaty respectively.

For Place:
Date:

(Authorized Signatory)
Name:
Address:
Local Contact No. (With ISD Code):
Email ID:

Page 525 of 4779


Page 16 of 18

On bidder’s Letter Head

Annexure D

FORM NO. 10F


[See sub-rule (1) of rule 21AB]

Information to be provided under sub-section (5) of section 90 or sub-section (5) of


section 90A of the Income-tax Act, 1961

I, ______________ *son/ daughter of Shri. _______ in the capacity of ________ (designation)


do provide the following information, relevant to the Previous Year _____ *in my case/
in the case of _______for the purposes of sub-section (5) of *section 90/section 90A:

Sl. No. Nature of Information Details#

1 Status (individual, company, firm etc.) of the assessee

2 Permanent Account Number or Aadhaar Number of the assessee if allotted

3 Nationality (in the case of an individual) or Country or specified territory of


incorporation or registration (in the case of others)

4 Assessee ‘s Tax identification number in the country or specified territory of


residence and if there is no such number, then, a unique number on the
basis of which the person is identified by the Government of the country
or the specified territory of which the assessee claims to be a resident

5 Period for which the residential status as mentioned in the certificate referred
to in sub-section (4) of section 90 or sub-section (4) of section 90A is
applicable

6 Address of the assessee in the country or territory outside India during the
period for which the certificate, mentioned in (v) above, is applicable

I have obtained a certificate referred to in sub-section (4) of section 90 or sub-section (4) of


section 90A from the Government of ___________ (name of country or specified territory
outside India).

Signature: ……………………………..
Name: …………………………….
Address: ……………………………

Page 526 of 4779


Page 17 of 18

Permanent Account Number or Aadhaar Number ……………………………

Verification

I ______________ do hereby declare that to the best of my knowledge and belief what is
stated above is correct, complete and is truly stated.

Verified today the ………………………….. day


of…………………………………………………………..

Signature of the person providing the information

Place: ……………………………

Notes :

1. *Delete whichever is not applicable.

2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-
section (4) of section 90 or sub-section (4) of section 90A.

Page 527 of 4779


Page 18 of 18

On bidder’s Letter Head

Annexure E

The Tax Residency Certificates shall contain the following details:

a) Name of Vendor (assessee);

b) Status (Individual, Company, firm etc.) of assessee;

c) Nationality (in case of individual);

d) Country or specified territory of incorporation or registration (in case of others);

e) Assessee ‘s tax identification number in the country or specified territory of residence or in


case no
such number, then, a unique number on the basis of which the person is identified by the
Government of the country or the specified territory;

f) Residential status for the purpose of tax;

g) Period for which the certificate is applicable; and

h) Address of the applicant for the period for which the certificate is applicable.

The Tax Residency Certificate shall be duly verified by the Government of the Country or the
specified territory of the assessee of which the assessee claims to be a resident for the
purposes of tax.

Page 528 of 4779


BIDDING DOCUMENT NO.: SM/B414-000-MK-T-9510/12

PIPELINE LAYING AND HDD WORKS

PRICE PART

Engineers India Limited


New Delhi

Page 529 of 4779


NAME OF WORK : PIPELINE LAYING AND HDD WORKS FOR
KRISHNAPATNAM-HYDERABAD MULTI PRODUCT
PIPELINE (KHPL) OF M/s BPCL

BIDDING DOCUMENT NO. : SM/B414-000-MK-T-9510/12

NAME OF BIDDER : M/S_____________________________

PREAMBLE TO SOR / PRICE BID

1. Prices must be filled in format for "PRICE BID" through BPCL e-Tendering only.
If quoted in separate typed sheets and any variation in item description, unit or quantity
is noticed; the Bid is liable to be rejected.
2. Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole
works as described in Bidding Documents, based on the rates and prices submitted by
the Bidder and accepted by the Employer. The prices quoted by the Bidders will be
inclusive of all taxes & duties except GST (CGST & SGST/UTGST or IGST).
3. Bidder shall quote for all the items of "PRICE BID/ SOR" after careful analysis of cost
involved for the performance of the completed item considering all parts of the
Bidding Document. In case any activity though specifically not covered in description
of item under "SOR" but is required to complete the works as per Specifications,
Scope of Work / Service, Standards, "GCC", "SCC" or any other part of Bidding
Document, the prices quoted shall deemed to be inclusive of cost incurred for such
activity.
4. The Price Bid /Schedule of Rates/BOQ shall be read with all other sections of this
Bidding Document.
5. The Contractor is deemed to have studied the drawings, specifications and details of
works to be done within the Time Schedule and should have acquainted himself of the
conditions prevailing at site.
6. No claim shall be entertained during currency of this Contract towards any items due
to the above including where the Contractor has quoted low/ high rates.
7. Employer/Consultant reserves the right to interpolate or extrapolate the rates for any
new item of work not covered in PRICE BID /Schedule of Price from the similar items
already available in BOQ/schedule of rates. All the works shall be measured upon
completion and paid for at the rate quoted and accepted in the "BOQ". In case any
activity though specifically not covered in PRICE BID /schedule of rates descriptions
but the same is covered under scope of work/ scope of supply/ specification/
drawings etc. no extra claim on this account shall be entertained, since
BOQ/Schedule of Price is to be read in conjunction with all other documents forming
part of the Contract.
8. All items of work mentioned in the “PRICE BID/SOR” shall be carried out as per the
specifications, drawings and instructions of Employer/Consultant and the rates are
deemed to be inclusive of material, consumable, labour, supervision, tools & tackles
and detailing of construction/fabrication drawings, isometric wherever required as
called for in the detail specification and conditions of the Contract.
9. Employer/Consultant reserves the right to cancel/ delete/ curtail any item or group of
work if necessary. Such a step shall not be construed as reason for changing the
rates.
10. Quoted prices should be inclusive of all taxes and duties, except GST (CGST & SGST
/ UTGST or IGST). Bidder to quote GST @18 % in the PRICE BID at BPCL e-
tendering only.
11. Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of
the Contract and will not be subject to variation on any account. Any new taxes &

Page 530 of 4779


Duties, if imposed by the State/ Govt. of India after due date of bid submission but
before the Contractual Delivery Date, shall be reimbursed to the contractor on
submission of documentary evidence for proof of payment to State/ Govt. Authorities
and after ascertaining it’s applicability with respect to the contract.
12. While quoting and filling the rate in this Schedule of Rates, Bidder shall take into
consideration complete scope of work/item description as mentioned in Schedule of
Rates as provided in the Bidding Document.
13. Schedule of Rates [SP-1] is also attached with this Bidding Document. Bidder to
note that in case of any discrepancies between the description of the items in
PRICE BID [SP-0] and description of the items in Schedule of Rates (SP-1) then
the description of the items in Schedule of Rates (SP-1) shall prevail.
14. The GST quoted in PRICE BID shall be considered for evaluation and ordering. In
case rate of GST is found different other than 18% in Price Bid (BOQ), then GST
shall be considered extra @18% on total quoted price in PRICE BID for the purpose
of evaluation and ordering.
15. Bidder to quote DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT in the
excel sheet.
16. The quoted Price for PCP Works for the Parts A & D shall not be less than 3% (Three
Percent) of the Total Quoted Price.

Part A (SOR item No of Part D (SOR item No of PCP works)


PCP works)
01CT.MA2.1 01CT.MB2.1
01CT.MA4.1 01CT.MB4.1

01CT.MA4.2 01CT.MB4.2

01CT.MA4.3 01CT.MB4.3
01CT.MA4.4 01CT.MB4.4

01CT.MA4.5 01CT.MB4.5

17. In case bidder quote less than 3% for PCP works, then the differential amount shall be
retained for the SOR items of other than PCP works on prorate basis and shall be
released after completion of PCP works.

Page 531 of 4779


BOQ
(FORM SP-0)

BIDDERS TO NOTE THAT THE PRICES IN


INDIAN RUPEES SHALL BE FILLED IN
PRICE BID FOLDER FOR RESPECTIVE
PARTS AS PER BELOW TABLE AT
BPCL e-TENDERING PORTAL ONLY.

PART BPCL TENDER ID CRFQ NO

A 11397 1000391235
B 11423 1000391237
C 11424 1000391800
D 11425 1000392000

Page 532 of 4779


SCHEDULE OF RATES
(FORM SP-1)

Page 533 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

1A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.

4A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 138200 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 138200 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.

7A B414-000-06-41-MK-SOR-9510-A-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-A)

Page 1 of 81

Page 534 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

9A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA1 TEMPORARY CATHODIC PROTECTION:


WORKS (PART-A)
10 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA1.1 Survey, Design, Detail Engineering, Supply, installation, 1 Lumpsu INR
WORKS (PART-A) testing and commissioning, Post commissioning surveys, m
interference mitigation(CDEGS Modelling/Utility Modelling)
of the cathodic protection system of the pipeline. All work
shall be carried out conforming to the scope of work, design
basis, data sheets, specifications, standards, drawings, etc
as per the provisions of GCC, SCC and specification no:
B414-000-06-45-CSW-01 Rev.0

11 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA2 PERMANENT CATHODIC PROTECTION:


WORKS (PART-A)
12 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA2.1 Survey, Design, Detail Engineering, Supply, installation, 1 Lumpsu INR
WORKS (PART-A) testing and commissioning of the cathodic protection m
system of the pipeline. All work shall be carried out
conforming to the scope of work, design basis, data sheets,
specifications, standards, drawings, etc as per the
provisions of GCC, SCC and specification no: B414-000-06-
45-CSW-01Rev.0
13 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA3 SPECIAL TOOLS FOR CP & ROU MAINTENANCE
WORKS (PART-A)
14 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA3.1 Holiday Detector 1 nos INR
WORKS (PART-A)
15 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA3.2 Pipeline Defect Mappers including features of pipeline 2 nos INR
WORKS (PART-A) locator CAT instrument
16 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4 Cathodic Protection System Post Commissioning Surveys
WORKS (PART-A)
17 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.1 Close Interval Potential Logging (CIPL) survey: 233.5 km INR
WORKS (PART-A)
Conducting Close Interval ON/OFF Potential Logging
Survey at an interval of 1 m over the buried line in the right
of way including the cost of all expert manpower,
transportation and camping facilities etc. to their employees,
materials, test instruments, equipment's, consumables etc.,
required for the survey as per the standard specifications,
and approved procedures identification of areas/locations
where coating repair is required along with suggestion for
remedial measures etc. including the submission of draft
reports in 2 sets and incorporation of owner's comments in
the draft report and final reports in 6 sets including one soft
copy containing the survey results in the graphical as well
as tabular forms computerized color print and complete in
all respects and directions of Site Engineer / Engineer-in-
Charge.

Page 2 of 81

Page 535 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

18 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.2 Current Attenuation test (CAT) survey: 233.5 km INR
WORKS (PART-A)
Current Attenuation test (CAT) survey of the entire pipeline
to check the condition of the coating and classify the health
of the coating, identify sections with high decibel loss which
could be due to coating faults or shorted casings. The CAT
Survey Will be done at interval of 50 mtr.

19 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.3 Direct current Voltage gradient (DCVG) Survey: 70 km INR
WORKS (PART-A)
Direct current Voltage gradient (DCVG) at locations
identified by CIPL survey to locate holidays, size the
holidays and determine whether the holidays are anodic or
cathodic.

Conducting Direct Current Voltage Gradient Survey over the


buried line to identify / pin point the coating defects in the
right of way including the cost of all expert manpower,
transportation and camping facilities etc. to their employees,
materials, test instruments, equipment, consumables etc.,
required for the survey as per the standard specifications
and approved procedures, identification of areas/locations
where coating repair is required along with suggestion for
remedial measures etc. including the submission of draft
reports in 2 sets and incorporation of owner's comments in
the draft report and final reports in 6 sets including one soft
copy containing the survey results in the graphical as well
as tabular forms computerized color print and complete in
all respects as per directions of Site Engineer /Engineer-in-
Charge.

Note : The item includes establishing the coating defect at


specified locations by excavation in coordination with
mainline contractor, who will arrange to repair the defects.

20 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.4 Coating conductance survey at every 10 km at Type A1 TLP 24 km INR
WORKS (PART-A) and HDD locations:

Conducting " Coating-Resistance Survey" for calculation of


effective coating resistance of the pipeline in ohms-sq.m.
along the entire pipeline and plotting on SEMILOG or X-Y
GRAPH & submitting the reporting graphical form as well as
soft copy as per Specification / approved procedure and
directions of Site Engineer / Engineer-in-Charge

Page 3 of 81

Page 536 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

21 A B414-000-06-45-MK-SOR-9510-A-3M PIPELINE LAYING & HDD 01CT.MA4.5 Interference Survey and mitigation using software modeling 1 Lumpsu INR
WORKS (PART-A) (CDEGS Modelling/Utility Modelling) : m

All work shall be carried out conforming to the scope of


work, design basis, datasheets, specifications, standards,
drawings, etc. as per the provisions of GCC, SCC and
specification no: B414-000-06-45-CSW-01 Rev.0.

22 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II INSTRUMENTATION


WORKS (PART-A)
23 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000 TELECOMMUNICATION WORKS
WORKS (PART-A)
24 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6 OPTICAL FIBRE CABLE INSTALLATION
WORKS (PART-A)
25 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.1 Submission of OFC alignment sheets, as-built drawings and 1 Lumpsu INR
WORKS (PART-A) all documentation in accordance with the specifications. m

26 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 80 nos INR
WORKS (PART-A) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.

27 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 80 nos INR
WORKS (PART-A) joint identification marker including GPS coordinates, back
filling as required etc. all complete
28 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-A) consisting of:
29 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 276 nos INR
WORKS (PART-A)
30 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-A)
31 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-A) specification and direction of CLIENT/CONSULTANT. m

32 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-A) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete

33 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 280000 m INR
WORKS (PART-A)

Page 4 of 81

Page 537 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

34 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-A) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.

35 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 280000 m INR
WORKS (PART-A)
36 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 18 nos INR
WORKS (PART-A) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare

37 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 250000 m INR
WORKS (PART-A) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete

38 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 2000 m INR
WORKS (PART-A) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete
39 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 28000 m INR
WORKS (PART-A) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)

Page 5 of 81

Page 538 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

40 A B414-000-16-51-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 200 nos INR
WORKS (PART-A) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
41 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-A)
42 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-A)
43 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-A)
44 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 250 m³ INR
WORKS (PART-A) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.

45 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 125 m³ INR
WORKS (PART-A) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.

46 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.6 SHORING AND STRUTTING


WORKS (PART-A)
47 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.6.1 Providing and installing approved type of "SHORING AND 25 m² INR
WORKS (PART-A) STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.

Page 6 of 81

Page 539 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

48 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.6.2 Providing and installing approved type of "SHORING AND 10 m² INR
WORKS (PART-A) STRUTTING" by close timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
49 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.7 Backfilling after execution of work
WORKS (PART-A)
50 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 275 m³ INR
WORKS (PART-A) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

51 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-A) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

52 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.9 Earthwork Filling by excavation


WORKS (PART-A)
53 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.9.4 EARTHWORK IN FILLING by excavating the earth from 25 m³ INR
WORKS (PART-A) BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.

54 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-A) DEBRIS

Page 7 of 81

Page 540 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

55 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 40 m³ INR
WORKS (PART-A) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).

56 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 35 m³ INR
WORKS (PART-A) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"

57 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-A) SPECIFICATION NO. 6-68-0004)
58 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-A)
59 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 10 m³ INR
WORKS (PART-A) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.

Page 8 of 81

Page 541 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

60 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-A) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.

61 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-A)
62 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 75 m³ INR
WORKS (PART-A) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.

63 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-A)

Page 9 of 81

Page 542 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

64 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-A) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

65 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-A)
66 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-A) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.

Page 10 of 81

Page 543 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

67 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-A) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.

68 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-A)
69 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 10 MT INR
WORKS (PART-A) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.

70 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-A)

Page 11 of 81

Page 544 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

71 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 300 m² INR
WORKS (PART-A) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

72 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-A) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

73 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-A)
74 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-A) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

Page 12 of 81

Page 545 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

75 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-A) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

76 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-A) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
77 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-A)
78 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-A) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.

79 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-A)
80 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-A) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.

81 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-A)

Page 13 of 81

Page 546 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

82 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-A) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
83 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-A)
84 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-A)
85 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.3.MF01 Supplying, transporting, storing, fabricating & erecting in 5 MT INR
WORKS (PART-A) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.

86 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-A)

Page 14 of 81

Page 547 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

87 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 4 MT INR
WORKS (PART-A) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).

88 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4.10 Supplying and applying FIELD PAINT SYSTEM of approved 1 MT INR
WORKS (PART-A) quality and shade as per Sl. No. 10.2 of Table 10.0 of EIL
Specification No. 6-79-0020 (or as per Job Specifications,
wherever applicable) over the coat of shop primer already
applied, including storage, surface preparation, degreasing,
cleaning, drying, providing necessary arrangement for
access, testing etc. including touching up of shop primer
coat as per Sl. No. 7.2.1 of Table 7.2 of EIL Specification
No. 6-79-0020 (or as per Job Specifications, wherever
applicable), for steel structures (excluding ladders, spiral
stairways & hand rails) at all location & levels, all complete
as specified, in OFFISTE (COASTAL) areas as well as
UNIT (INLAND & COSTAL) areas considering
environmental classification as INDUSTRIAL MARINE.
SUPPLY OF ALL MATERIAL IN CONTRACTOR'S SCOPE.
(Unit rate based on Structural steel weight).

Page 15 of 81

Page 548 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

89 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-A) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).

90 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-A) 6-68-0008
91 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-A)
92 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.5 MT INR
WORKS (PART-A) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).

93 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-A)

Page 16 of 81

Page 549 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

94 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-A) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).

95 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-A)
96 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-A) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.

97 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-A)
98 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-A) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).

Page 17 of 81

Page 550 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

99 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-A)
100 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 3 MT INR
WORKS (PART-A) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).

101 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-A)
102 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-A) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).

103 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-A)

Page 18 of 81

Page 551 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

104 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 40 m INR
WORKS (PART-A) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).

105 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 160 metre INR
WORKS (PART-A) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrailwork shall be measured as length of top rail only
and not length of each element fixed).

106 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-A)

Page 19 of 81

Page 552 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

107 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.24.ME01 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-A) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).

108 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-A)
109 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

Page 20 of 81

Page 553 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

110 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

111 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

112 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-A)

Page 21 of 81

Page 554 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

113 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

114 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

Page 22 of 81

Page 555 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

115 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-A) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

116 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-A) 0009)
117 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-A)
118 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 2 m³ INR
WORKS (PART-A) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

Page 23 of 81

Page 556 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

119 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 2 m³ INR
WORKS (PART-A) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

120 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-A) 68-0012)
121 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-A)
122 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).

123 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.

124 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-A)

Page 24 of 81

Page 557 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

125 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).

126 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-A) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.

127 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-A) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).

128 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-A)
129 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-A) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)

Page 25 of 81

Page 558 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

130 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-A) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.

131 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-A)
132 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-A) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.

133 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-A) 68-0013)
134 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-A)
135 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-A) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .

136 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-A)

Page 26 of 81

Page 559 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

137 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-A) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.

138 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-A)
139 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-A) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
140 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-A) INHIBITING ADMIXTURE
141 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 250 kg INR
WORKS (PART-A) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.

142 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-A) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
143 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-A)
144 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-A) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).

Page 27 of 81

Page 560 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

145 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01GG GEOTECH


WORKS (PART-A)
146 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01GG.300 GROUND IMPROVEMENT
WORKS (PART-A)
147 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01GG.300.1 SAND GRAVEL MIX
WORKS (PART-A)
148 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01GG.300.1.1 Supplying and filling sand gravel mix (1:1) with approved 25 cum INR
WORKS (PART-A) aggregate below road, RCC pavement, manholes, pits,
foundations, bedding of UG piping etc. in layers of 150 mm
loose thickness (maximum) including watering, ramming,
rolling, compacting to achieve 85% relative density as per IS
2720 Part-XIV, quarrying, royalties, transportation, handling,
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.

(The rate shall be inclusive of the cost of all labour, material,


equipment etc. all complete)

149 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP PIPELINES


WORKS (PART-A)
150 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.6 ROCK SHIELDING IN ROCKY AREAS
WORKS (PART-A)
151 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.6.1 All works for Supply and installation of Rock Shield mesh
WORKS (PART-A) around pipeline in rocky areas as per scope of work,
provisions of Contract document and as per instructions of
Engineer-in-charge
152 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.6.1.1V3 Pipe OD 406.4 mm 50 m INR
WORKS (PART-A)
153 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8 INSTALLATION OF CASING PIPE & CS CONDUIT
WORKS (PART-A)

Page 28 of 81

Page 561 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

154 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-A) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.

155 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.ME01 Scope of Work Supply & Installation of Casing Pipe OD 60 m INR
WORKS (PART-A) 610 mm Material Grade API 5L Gr. B/ IS 3589 Grade Fe
410 Method of Crossing Jacking/Boring Thickness
20.62 mm

NOTE:
1. This item is valid only for South Central Railway Crossing
(From Chennai - To Vijaywada) at CH. 138.11946 km.

156 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V3 Scope of Work Supply & Installation of CS Conduit Pipe 400 m INR
WORKS (PART-A) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Open Cut Thickness 6.40 mm
157 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V7 Scope of Work Supply & Installation of CS Conduit Pipe 1260 m INR
WORKS (PART-A) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 6.40 mm
158 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 1200 m INR
WORKS (PART-A) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
159 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 400 m INR
WORKS (PART-A) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm

Page 29 of 81

Page 562 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

160 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-A) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)
161 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1 Complete work for all type of crossings (RIVER/CANAL/
WORKS (PART-A) DRAIN/ NALA/ ROAD/ RAILWAY/ UTILITY) (between the
limits as indicated in the drawing/ Scope of work) in all types
of soil/ rocky strata including all additional drilled lengths
necessitated by Contractor's design and based on site
conditions, carrying out geo-technical investigation, carrying
out topographical and hydrological survey and collection of
data to establish the bed of the water body (for River/
Unlined waterbody); calculation of scour depth of water body
crossings (for River/ Unlined Waterbody), including
construction design calculation and engineering of the
crossing for all types of crossings, "Receiving and taking-
over", handling, loading, transportation and unloading of
externally corrosion coated/ bare line pipes (as applicable)
from designated place(s) of issue/ dump site(s) to
Contractor's own stock-yard(s)/ work site; mobilization and
de- mobilization at site(s), supply of all materials as per
"Scope of Supply" all consumables, equipment, manpower,
other resources, temporary acquisition of additional land as
required for string preparations/ all other works, and
execution of, but not limited to, the following works in
accordance with specifications, drawings; preparation of
all necessary construction drawings for Owner's approval,
Preparation of detailed construction method statement,
calculations and installation procedures, Strings preparation
including welding, NDT of welds and re-beveled areas,
radiography, weld repair and re-test, pre-hydro testing of
completed string, corrosion coating of field joints with HDD
sleeves, inspection of corrosion coating and repair of
defects, installation of pipeline string by Horizontal
directional drilling, Supply & Installation of 6" size, 6.4 mm,
API 5L Gr. B/ IS 3589 Fe 410 CS conduit for OFC
(including 500µm of epoxy coating on CS Conduit as
required) below the lowest level of the crossing including
cover by separate horizontal directional drilling to the
correct profile as per approved drawings and specification,
Post-installation hydrotest including leaks and repair of
defects and retesting, etc. for defects attributed to
Contractor's faulty work, safe disposal of corrosion Inhibited

Page 30 of 81

Page 563 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

162 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME01 Scope of Work Installation of Pipeline (Line Pipe Free 2100 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Penneru River
Chainage of Crossing 36.08422 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Penneru River HDD shall also include the HDD of Fish
ponds located between Chainage 34.73298 km to 35.33088
km. Penneru River and the specified fish ponds shall be
crossed in a single HDD. The length of HDD indicated
against this item includes the HDD of Penneru river & the
specified fish ponds.
3.Extreme caution shall be exercised by the Contractor
while crossing the fish pond/ prawn pond areas through
HDD by maintaining sufficient depth in order to avoid any
untoward incident like frac-out/ seepage of bentonite etc.
Any such incident shall attract huge penalty/ compensation
which shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their

Page 31 of 81

Page 564 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

163 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME02 Scope of Work Installation of Pipeline (Line Pipe Free 1600 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Manneru River
Chainage of Crossing 116.88902 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Manneru River HDD shall also include the HDD of Fish
ponds located between Chainage 115.983 km to 117.063
km. Manneru River and the specified fish ponds shall be
crossed in a single HDD. The length of HDD indicated
against this item includes the HDD of Manneru river & the
specified fish ponds.
3.Extreme caution shall be exercised by the Contractor
while crossing the fish pond/ prawn pond areas through
HDD by maintaining sufficient depth in order to avoid any
untoward incident like frac-out/ seepage of bentonite etc.
Any such incident shall attract huge penalty/ compensation
which shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their

Page 32 of 81

Page 565 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

164 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME03 Scope of Work Installation of Pipeline (Line Pipe Free 320 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Palleru River
Chainage of Crossing 127.17443 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Palleru River HDD shall also include the HDD of Fish
ponds located between Chainage 127.12648 km to
127.30301 km. Palleru River and the specified fish ponds
shall be crossed in a single HDD. The length of HDD
indicated against this item includes the HDD of Palleru river
& the specified fish ponds.
3.Extreme caution shall be exercised by the Contractor
while crossing the fish pond/ prawn pond areas through
HDD by maintaining sufficient depth in order to avoid any
untoward incident like frac-out/ seepage of bentonite etc.
Any such incident shall attract huge penalty/ compensation
which shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their

Page 33 of 81

Page 566 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

165 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME04 Scope of Work Installation of Pipeline (Line Pipe Free 800 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Paleru River
Chainage of Crossing 129.84112 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Paleru River HDD shall also include the HDD of Fish
ponds located at Chainage 129.841 km. Paleru River and
the specified fish ponds shall be crossed in a single HDD.
The length of HDD indicated against this item includes the
HDD of Paleru river & the specified fish ponds.
3.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.

Page 34 of 81

Page 567 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

166 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME05 Scope of Work Installation of Pipeline (Line Pipe Free 1000 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Buckingham
Canal Chainage of Crossing 1.83658 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
3.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
4.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any

Page 35 of 81

Page 568 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

167 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME06 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Lined Canal
Chainage of Crossing 57.57319 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 36 of 81

Page 569 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

168 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME07 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Bungala
Kalava Canal Chainage of Crossing 60.84164 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 37 of 81

Page 570 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

169 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME08 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Dongatumu
Kalava Canal Chainage of Crossing 62.80105 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 38 of 81

Page 571 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

170 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME09 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Lined Canal
Chainage of Crossing 26.765 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 39 of 81

Page 572 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

171 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME10 Scope of Work Installation of Pipeline (Line Pipe Free 600 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 5.42019 km to 5.87805 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 40 of 81

Page 573 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

172 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME11 Scope of Work Installation of Pipeline (Line Pipe Free 350 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Major District Road Chainage of Crossing 15.651 km to
15.795 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 41 of 81

Page 574 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

173 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME12 Scope of Work Installation of Pipeline (Line Pipe Free 1300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 23.47508 km to 24.67605 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 42 of 81

Page 575 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

174 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME13 Scope of Work Installation of Pipeline (Line Pipe Free 400 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 27.08161 km to 27.309 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 43 of 81

Page 576 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

175 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME14 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 29.815 km to 30.02526 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 44 of 81

Page 577 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

176 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME15 Scope of Work Installation of Pipeline (Line Pipe Free 500 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 30.97328 km to 31.221 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 45 of 81

Page 578 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

177 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME16 Scope of Work Installation of Pipeline (Line Pipe Free 480 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Marshy Area Chainage of Crossing 31.72132 km to 32.105
km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 46 of 81

Page 579 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

178 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME17 Scope of Work Installation of Pipeline (Line Pipe Free 270 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 32.72405 km to 32.89856 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 47 of 81

Page 580 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

179 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME18 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 33.480 km to 33.670 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 48 of 81

Page 581 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

180 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME20 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 41.821 km to 41.976 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 49 of 81

Page 582 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

181 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME21 Scope of Work Installation of Pipeline (Line Pipe Free 700 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 48.515 km to 49.211 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 50 of 81

Page 583 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

182 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME22 Scope of Work Installation of Pipeline (Line Pipe Free 670 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Pilli Nala Chainage of Crossing 68.313 km to 68.867 km
Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 51 of 81

Page 584 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

183 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME23 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds &
Canal (supplying water to the fish pond) Chainage of
Crossing 70.996 km to 71.115 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch

Page 52 of 81

Page 585 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

184 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME24 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Pond
Chainage of Crossing 71.563 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 53 of 81

Page 586 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

185 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME25 Scope of Work Installation of Pipeline (Line Pipe Free 230 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Fish Ponds
Chainage of Crossing 72.15067 km to 72.4133 km Pipe
Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.Extreme care shall be exercised by the Contractor while
crossing the fish pond/ prawn pond areas through HDD by
maintaining sufficient depth in order to avoid any untoward
incident like frac-out/ seepage of bentonite etc. Any such
incident shall attract huge penalty/ compensation which
shall be paid to the landowner/ pond owner by the
Contractor without any liability and extra cost to the Client
whatsoever. Contractor shall obtain proper insurance cover
(prior to commencement of the HDD at site) for any
unforeseen damage to the fish pond/ prawn pond at their
own cost.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.

Page 54 of 81

Page 587 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

186 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME27 Scope of Work Installation of Pipeline (Line Pipe Free 300 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road /
Highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
SH-57 (from Nellore to Pattapalem) & 02 Nos. Lined Canals
Chainage of Crossing 28.88944 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625" size, 6.4 mm thk., API 5L Gr. B/ IS 3589 Fe
410 CS conduits for OFC (including 500µm of epoxy coating
on CS Conduit as required) below the lowest level of the
crossing including cover, by separate horizontal directional
drilling (1 No. additional & separate HDD on one side of the
HDD for the 16” OD mainline, shall be carried out for the 1
No. 6.625” OD CS conduit. Centre line to center line
separation distance between HDDs for 16” OD Pipeline and
6.625” OD CS conduit shall be minimum 6 meters or shall
be as per minimum safety distance available within ROU
limits).
2.SH-57 HDD shall also include the HDD of 02 Nos. Lined
Canals located at Chainages 28.938 km & 29.125 km. SH-
57 and the specified Lined Canals shall be crossed in a
single HDD. The length of HDD indicated against this item
includes the HDD of SH-57 & the specified Lined Canals.
No separate cost shall be paid to the Contractor for crossing
the Lined canals.
3.In case strata other than the strata as mentioned in SOR
items is detected, then no extra claim shall be entertained
on this account. Contractor shall quote accordingly.
4.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.

Page 55 of 81

Page 588 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

187 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.9.1.ME28 Scope of Work Installation of Pipeline (Line Pipe Free 1000 metre INR
WORKS (PART-A) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any Crossing Name
Unlisted Chainage of Crossing Any km Pipe Wall
Thickness 11.91 mm

NOTES:

1. Quantity indicated against this item is tentative. The


crossing width indicated is not for any single crossing. This
item shall be used as per requirement at site for crossing at
different locations to suit site conditions.
2. Width of various crossings are indicated in respective
Crossing drawings which are enclosed with the tender
document. Contractor shall verify the crossing (unspecified)
and its length at site. Crossing width may vary as per site
condition. String length for HDD shall vary as per design
calculations so that pipe is not under stress as permitted by
codes/ specifications. However final length of string & cover
from top of pipe shall be decided and approved by
concerned Authority/ Engineer-in-charge.
3. There will be separate HDD for 6" CS conduit for OFC
laying at minimum 6m distance apart from centerline of
HDD of mainline either side. No separate payment for HDD
for 6" CS conduit shall be paid. It is the sole discretion of the
Engineer-In-Charge whether there will be a separate HDD
for CS conduit or the CS conduit pipe is bundled with the
main carrier pipe by suitably strapping together both the
carrier pipe & CS conduit and the bundle being pulled
through the same drill hole, depending on strata
encountered and no separate payment shall be made on
this account.
4. Payment shall be made to Contractor based on the
distance between the two tie-in points on either side of
crossing and not between the entry and exit points or profile
length.
5. Any other unspecified crossings, as required for
188 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12 PERMANENT MARKERS
WORKS (PART-A)

Page 56 of 81

Page 589 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

189 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-A) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.

Note: The painting of all markers shall conform to


environments specified as per scope of work and protective
coating specification.

190 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 28 nos INR
WORKS (PART-A)
191 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 65 nos INR
WORKS (PART-A)
192 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 138 nos INR
WORKS (PART-A)
193 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 10 nos INR
WORKS (PART-A)
194 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 202 nos INR
WORKS (PART-A)
195 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 1215 nos INR
WORKS (PART-A)
196 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-A)
197 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-A)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.

198 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 20 nos INR
WORKS (PART-A) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm

199 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 50 nos INR
WORKS (PART-A) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm

Page 57 of 81

Page 590 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

200 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-A)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.

201 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 1000 SCM INR
WORKS (PART-A) Coating 3LPE
202 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 2000 SCM INR
WORKS (PART-A)
203 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-A)
204 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-A)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

205 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 5 nos INR
WORKS (PART-A) Pipe OD 406.4 mm

Page 58 of 81

Page 591 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

206 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 10 nos INR
WORKS (PART-A) Pipe OD 406.4 mm
207 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 30 Inch Mtr INR
WORKS (PART-A)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

208 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-A)
209 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-A)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:

210 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month

211 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month

Page 59 of 81

Page 592 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

212 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month

213 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 138200 metre INR
WORKS (PART-A) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
214 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month

215 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month

216 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 138200 metre INR
WORKS (PART-A) 2.0 Pipe OD 406.4 mm Period Up to 3 Month

217 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 138200 metre INR
WORKS (PART-A) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
218 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-A) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
219 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-A) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS

Page 60 of 81

Page 593 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

220 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-A) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.

221 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-A) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
222 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V14 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-A) Item Type Scraper Receiver Major Barrel 559 mm
Minor Barrel 406.4 mm Rating 600#
223 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.2.1.5V89 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 4 nos INR
WORKS (PART-A) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Actuated
(MOV) Size 406.4 mm Rating 600#
224 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-A)

Page 61 of 81

Page 594 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

225 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-A) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below

226 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
227 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
228 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
229 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 48 m INR
WORKS (PART-A) Marine
230 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-A) Marine
231 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-A)
232 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:

233 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-A) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS

Page 62 of 81

Page 595 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

234 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1.1V79 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-A) Ended - ASME Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS

235 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.24.1.1V108 Make SMLS Standard ASME B 36.10 Ends Plain 36 m INR
WORKS (PART-A) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S120

236 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.25 SUPPLY OF FLANGES


WORKS (PART-A)
237 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.25.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of flanges as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0053
(Technical Notes for Flanges) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

238 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.25.1.1V152 Flanges for Piping (PMS) Type Socket Welded (SW) 20 nos INR
WORKS (PART-A) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 63-125 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule 4.55

239 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.25.1.1V153 Flanges for Piping (PMS) Type Blind Face Raised 20 nos INR
WORKS (PART-A) Face(RF) Standard ASME B 16.5 Finish (AARH) 63-
125 Rating 600# Material ASTM A 105 Pipe OD 33.4
mm Wall thickness (mm)/ Schedule 4.55

240 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26 SUPPLY OF FITTINGS


WORKS (PART-A)
241 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of fittings as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0054
(Technical Notes for Fittings) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

Page 63 of 81

Page 596 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

242 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V19 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-A) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

243 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-A) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

244 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-A) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

245 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-A) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

246 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V214 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-A) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

247 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V215 Type CONCENTRIC SWAGE Ends/ Rating Socket 50 nos INR
WORKS (PART-A) Welded / 6000# Standard BS-3799 Material ASTM A
105 (CHARPY) OD1 26.7 mm Wall thickness (mm)/
Schedule 1 NA OD2 21.3 mm Wall thickness (mm)/
Schedule 2 NA
248 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 50 nos INR
WORKS (PART-A) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

249 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 20 nos INR
WORKS (PART-A) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

250 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.27 SUPPLY OF VALVES


WORKS (PART-A)

Page 64 of 81

Page 597 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

251 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details

252 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 45 nos INR
WORKS (PART-A) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
253 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 12 nos INR
WORKS (PART-A) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
254 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-A)
255 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:

256 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 40 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
257 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 190 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
258 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 32 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#

Page 65 of 81

Page 598 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

259 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V27 Type Spiral Wound Standard ASME B 16.5 & ASME B 6 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
323.9 mm Rating 600#
260 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 12 nos INR
WORKS (PART-A) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
261 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-A)
262 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-A) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:

263 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V38 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
264 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V39 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 1056 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
265 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V40 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 192 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
266 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V41 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
267 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.37.1.1V42 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 216 nos INR
WORKS (PART-A) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
268 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47 HYDRAULIC BOLT TENSIONING
WORKS (PART-A)

Page 66 of 81

Page 599 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

269 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47.1 Carrying out tensioning of bolted joints on all types of piping
WORKS (PART-A) as per specification (EIL Specification no. 6-76-0002 or any
other job specification, as included in tender document)
including supply of all materials, recording devices,
instruments etc.; providing all specialized equipment,
skilled/ unskilled man power, specialist, supervisory staff
and completing the work in all respects as per scope of
work, specifications, provisions of Contract document and
instructions of engineer-in-charge for following details

270 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47.1.1V8 Joint Size 323.9 mm Rating 600# 5 nos INR
WORKS (PART-A)
271 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.47.1.1V27 Joint Size 406.4 mm Rating 600# 5 nos INR
WORKS (PART-A)

Page 67 of 81

Page 600 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

272 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME50 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-A) ROU

The works shall include, but not limited to, the following:

Laying & Installation of Owner-supplied 3LPE-externally


coated carbon steel line pipes, associated fittings &
accessories etc., as per specifications, drawings, other
provisions of contract & instruction of Engineer-In-Charge
(EIC) including but not limited to, carrying out the following;
Submission of construction procedures for Owner's /
Consultant’s approval, arranging for all additional land
required for Contractor's storage, fabrication, access for
construction site other than Owner’s ROU (18 meters width),
movement of construction equipment etc., supply of all
materials (except owner supplied materials/ free issue
materials), consumables, arranging all construction
equipment, labour etc., as per tender for completing the job
in all respects.

The scope includes pre-construction survey, staking,


clearing, grubbing, grading (as required) of Right of Use
(ROU width 18 meters), obtaining work permits/ working
permissions (as required) from various statutory authorities/
other agencies owning utilities across ROU having
jurisdiction before execution of work and complying with all
stipulations/ conditions/ recommendations of the said
authorities, carrying out construction survey based on site
visit, collection of data (if required) from concerned authority
including validation of crossing details/ drawings etc. issued
by Owner/ Consultant, making of crossing drawings/ any
other document (if required) for obtaining work permits from
concerned statutory/ government authorities.

The scope includes supply and installation of Right of Use


(ROU) Boundary pillars of RCC at every 250 meters/nearest
bunds on either side of ROU, at every turning point and/ or
as directed as per applicable codes & standards & as
directed by EIC including supply of all materials necessary
273 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME50.01 Scope of Work Installation of Pipeline (Line Pipe Free 112510 m INR
WORKS (PART-A) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7 mm

Page 68 of 81

Page 601 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

274 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME50.02 Scope of Work Installation of Pipeline (Line Pipe Free 2810 m INR
WORKS (PART-A) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm

275 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME50.03 Scope of Work Installation of Pipeline (Line Pipe Free 6690 m INR
WORKS (PART-A) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm

276 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-A) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)
277 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-A) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.

278 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.51.1.1V3 Approximate Distance of transport 200 km 5 MT INR
WORKS (PART-A)

Page 69 of 81

Page 602 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

279 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME51 LAYING OF STEEL PIPELINE IN RESTRICTED ROU
WORKS (PART-A) (RESERVED FOREST)

Laying/ Installation of line pipe, associated fittings and


accessories, etc. as per specifications, drawings, other
provisions of Contract and Instructions of Engineer-in-
Charge, including but not limited to carrying out the
following: "Receiving and taking-over", handling, loading,
transportation and unloading of Owner supplied Free Issue
Materials (as applicable) from designated place(s) of issue/
dump site(s) to Contractor's own stock-yard(s) including
stringing on the pipeline Right-of-Use (ROU) / Right of Way
(ROW), Arrangement of all additional land required for
Contractor's storage, fabrication, access for construction
(other than Owner provided ROU/ available ROU as per
scope of work); supply of all materials (except Owner
supplied materials, as applicable), consumables,
equipment, labour, etc; Staking and installation of
construction markers, clearing, grubbing, grading (as
required) of Right-of-Use (ROU) / Right of Way (ROW);
Providing Warning Devices (Mat/ Tape or Mesh), as
required; Cutting Trees, if required; Clearing and grading of
ROU in forest areas (ROU width 10 meters) including
counting the number and type of trees cut in presence of
DFO/concerned authorities and co-ordination with forest
authorities for tree cutting, removal of left over trunks and
roots, their stacking and disposal as per the instructions of
the authority having jurisdiction and as per the instructions
of the Engineer-In-Charge including keeping records
thereof.; Trenching to all depths and to a width to
accommodate the pipeline with optical fibre cable/cable
conduit as specified in Scope Document by excavation in all
types of soil (including soft/hard rock etc.), including
additional trenching for seismic and other areas as
specified, blasting, chiselling or otherwise cutting etc.;
Providing trench padding as required with sand/ graded
earth approved by Engineer-in-Charge; Carrying out repairs
of pipe and coating defects not attributable to Owner;
Thorough internal cleaning of all pipes by suitable methods
280 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME51.01 Scope of Work Installation of Pipeline (Line Pipe Free 3010 metre INR
WORKS (PART-A) issue from Owner) with 2 nos. permanently lubricated HDPE
ducts 40 mm OD for OFC installation (Pipeline works to
include trenching for OFC duct/ OFC Conduit. OFC blowing/
installation works as per separate SOR item) Pipe Material
Grade API 5L Gr. X-65 PSL 2 Pipe OD 406.4 mm Type
of External Coating 3LPE Type of Internal Coating NIL
Type of Soil/ Strata All type of Soil/ Strata Type of
Restricted ROU Reserve Forest Available Width of RoU
10 meters Wall thickness 7 mm

Page 70 of 81

Page 603 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

281 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-A) (CONTINUOUS CONCRETE WEIGHT COATING)

Unit rate for additional work over and above item no.
01PP.ME50/ 01PP.ME51 (as applicable) for supply of all
consumables and materials and application of continuous
concrete weight coating on pipes of all wall thicknesses
except weld joints as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, and performing all
works as per scope of work, specifications, standards and
instructions of Engineer-in-Charge and other provisions of
Contract document. All work shall be executed as per
following details:

282 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53.01 Type of Protection Concrete Weight Coating Pipe OD 2020 metre INR
WORKS (PART-A) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
283 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53.02 Type of Protection Concrete Weight Coating Pipe OD 290 metre INR
WORKS (PART-A) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
284 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME53.03 Type of Protection Concrete Weight Coating Pipe OD 30 metre INR
WORKS (PART-A) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
285 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-A) TEXTILE BAGS)

Unit rate for additional work over and above item no.
01PP.ME50/ 01PP.ME51 (as applicable) for design,
manufacture and supply of non-biodegradable geo-textile
bags (made of polypropylene fabric) materials and
installation of geotextile bags duly filled with gravel/stone
ballast on pipelines of all wall thickness for anti-buoyancy as
mentioned below and/or supply of all consumables and
materials in all areas of work except waterbody crossings
covered separately, including carrying out the necessary
weight calculations of geo-textile bags & getting the same
approved from the Owner and performing all works as per
scope of work, specifications, standards and instructions of
Engineer-in-Charge and other provisions of Contract
document. All work shall be executed as per following
details:

286 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 1000 metre INR
WORKS (PART-A) Pipe Wall Thickness 7 mm
287 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 200 metre INR
WORKS (PART-A) Pipe Wall Thickness 7.92 mm

Page 71 of 81

Page 604 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

288 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME54.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 30 metre INR
WORKS (PART-A) Pipe Wall Thickness 11.91 mm
289 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-A) ASSISTANCE FOR PIPELINES

Carrying out pre-commissioning activities and pre-


commissioning checks to the specified acceptance criteria,
making the entire pipeline system including stations ready
for commissioning, providing assistance during the
complete duration of commissioning operations, supply/
arrangement of all equipment such as air compressor (to be
made available at per hour rate), water filling pumps etc., all
the water required for pre-commissioning, man-power,
consumables, including all types of pigs and required
quantity of nitrogen (if & as required), carrying out air leak
test of entire pipeline section including SVs at minimum 3
kg/cm2 including supply/ arrangement of air compressor of
sufficient capacity for the purpose with Owner approval etc.,
supply of materials for all temporary works including
erection of temporary piping for filling/draining of water
during commissioning and performing all associated works,
complete as per the relevant specifications, scope of work,
standards, other provisions of Contract document and
instructions of Engineer-in-Charge.

290 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.01 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Dewatering Pipe OD 406.4 mm
291 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.02 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Drying Pipe OD 406.4 mm
292 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.03 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Swabbing Pipe OD 406.4 mm
293 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.04 Pre-Commissioning Works as per details: Type of Activity 138200 metre INR
WORKS (PART-A) Inertisation by Nitrogen Pipe OD 406.4 mm
294 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME55.05 Commissioning Assistance: All works for Commissioning 138200 metre INR
WORKS (PART-A) assistance as per details below: Pipe OD 406.4 mm

Page 72 of 81

Page 605 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

295 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME56 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-A)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.

NOTES:

1.All the hardware such as adequate number of bar code


scanners, tablets/ laptops & associated IT peripherals and
high accuracy GPS hardware and access to BPCL owned
software for this purpose shall be provided by BPCL as free
issue to the Contractor.
2.The contractor shall update the daily progress of all
construction activities through the Owner provided software
access on a daily basis without fail. Any progress reporting/
296 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME56.01 Carrying out all works for digitization of pipeline construction 138200 metre INR
WORKS (PART-A) activity as per appliable provisions of the tender.

Page 73 of 81

Page 606 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

297 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME57 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-A) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING

All works for installation of all above ground/ underground


terminal works at all depths for Sectionalizing Valve
Station(s)/ Station Block Valves including tapping(s) inside
SVs as indicated in Scope document, in all type of terrain
and soil including receiving and taking over of all Owner
supplied materials from Owner's designated place(s) of
issue, transportation including loading, unloading, handling
from Owner's designated place(s) of issue to Contractor's
owned/ hired stock yard(s)/ work site(s)/ work shop(s)
including arranging all necessary intermediate storage
area(s) thereof, as required; supply of all materials (except
those specified subsequently in SOR) equipment,
consumables etc. as defined in Contractor's scope of
supply, and their transportation to the work site(s);
performing all above ground/buried piping fabrication works
including cutting, edge preparation, (inclusive of grinding the
edges of pipes, fittings, flanges etc. to match with the
matching edges of uneven/ different thickness wherever
required), fit up, bending, pre-heating wherever required,
welding, threading etc.; erection of pipes of all types of
supports, installation and supporting of all type of valves up
to size of 1.5" NB, all types of inline/ online instruments
such as pressure/thermal safety valves(other than those
covered separately in subsequent SOR), fittings of all sizes
i.e., flow tees, blow-down type QOEC, LR Bends, elbows,
reducers, tees, 'O' lets, flanges, blind flanges, spectacle
blinds, spacers and blinds, tappings for pressure
instruments, thermo-wells, vents and drains required for
process and hydro-testing purposes etc.; supply & fixing of
all types of gaskets (including gaskets for RJ flanges if
applicable), stud bolts and nuts, jack screw etc. of all sizes
including torque tightening as applicable; Carrying out all
temporary, ancillary & auxiliary piping works including
installation of SV & SBV in valve pits (design & construction
of valve pits for SVs & SBVs not in the scope of this tender),

Page 74 of 81

Page 607 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

298 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME57.01 Installation of SV inside valve pit (design & construction of 7 nos INR
WORKS (PART-A) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SV tag nos. shall be included in this item:


i)12401-MOV-001 (SV Station: SV-01)
ii)12402-MOV-002 (SV Station: SV-02)
iii)12403-MOV-003 (SV Station: SV-03)
iv)12404-MOV-004 (SV Station: SV-04)
v)12405-MOV-005 (SV Station: SV-05)
vi)12406-MOV-006 (SV Station: SV-06)
vii)12407-MOV-007 (SV Station: SV-07)

299 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME57.02 Installation of SBV inside valve pit (design & construction of 2 nos INR
WORKS (PART-A) valve pits for SBVs not in the scope of this tender) all
associated flanges, fittings & fasteners & complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SBV tag nos. shall be included in this item:


i)12000-SBV-001 (Location: Krishnapatnam DT)
ii)12000-SBV-002 (location: IP-1, Ongole)

Page 75 of 81

Page 608 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

300 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME58 PIPE SUPPORT WORKS
WORKS (PART-A)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.

301 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME58.01 CS Structural Steel 1 MT INR
WORKS (PART-A)

Page 76 of 81

Page 609 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

302 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME59 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-A)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.

NOTE:

1.All drones, equipment, manpower, hardware, drone flight


parameters such as the drone’s operational envelope,
location of flight etc. shall fully comply with the rules/
guidelines of the Govt. of India/ DGCA. Any penalty incurred
due to the violation of the same shall be fully borne by the
Contractor without any time or cost implication to the Client
whatsoever.
2.Resolution for Drone Photography & Videography
considering Height of Flight as 80 to 100 meters above
ground level shall be of 4K (3840 x 2140).

303 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME59.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-A) related construction activities. m

Page 77 of 81

Page 610 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

304 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME60 PHYSICAL MODEL OF THE PIPELINE
WORKS (PART-A)
Supply of 1 no. fully assembled physical model of the entire
pipeline (including all parts of the pipeline) displaying all the
major pipeline features such as DT, RT, IPs, SVs, major
crossings, state boundaries etc. with the required lighting,
transparent glass/ epoxy display case, transportation and
placement of the model at the required location at
Krishnapatnam DT as per the instructions of the Engineer-in-
Charge.

NOTE:

1.The Contractor shall obtain required comments/


approval from the Client before finalization of the model.

305 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME60.01 Supply of fully assembled physical model of the entire 1 Lumpsu INR
WORKS (PART-A) pipeline m
306 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME61 BACKFILLING WITH SELECT SOIL
WORKS (PART-A)
Unit rate over and above item no. 01PP.ME50/ 01PP.ME51
(as applicable) for supply of specified and approved quality
of sand (for station approaches) or approved quality of
cohesion-less soil as backfill material like graded sand,
morrum, silty sand etc. (for seismic zones along pipeline
route) including supply of sand or approved quality of backfill
material like graded sand /other types of soil etc. in place of
available excavated material and/ or other suitable soil as
per applicable standards/ specifications, including backfilling
of excavated trench for specified length after laying of
pipeline and optical fibre cables/ cable conduit, including
transportation of backfill material over all distances and
disposal of surplus excavated soil. All work shall be
executed as per following details:

307 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME61.01 Type of Backfill Station Approach Pipe OD 406.4 mm 750 m INR
WORKS (PART-A) Distance of Transport Within 25km
308 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME61.02 Type of Backfill Station Approach Pipe OD 406.4 mm 250 m INR
WORKS (PART-A) Distance of Transport Beyond 25km

Page 78 of 81

Page 611 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

309 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME62 SOIL STABILIZATION


WORKS (PART-A)
Unit rate for additional works over and above item no.
01PP.ME50/ 01PP.ME51 (as applicable) for supply,
fabrication and installation for protection and stabilization of
banks of water crossings or stabilization of soil in hilly areas
including supply of all materials, equipment, consumables,
manpower and performing works as per drawings, scope of
work, specifications, standards and any additional provision
specific to job requirements as per instructions of Engineer-
in-Charge and provisions of Contract. All work shall be
executed as per following details:

310 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME62.01 Works Related to Bank Stabilization 250 SCM INR
WORKS (PART-A)
311 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME62.02 Works Related to Slope Stabilization 250 SCM INR
WORKS (PART-A)
312 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63 RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-A)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost)

NOTE:

1. Unit for radiography quantity is Nos. of Circumferential


Weld joints.

313 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)

Page 79 of 81

Page 612 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

314 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.01.01 OD 406.4 mm (NB 16 Inch) 13820 nos INR
WORKS (PART-A)
315 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)
316 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.01 OD 60.3 mm (NB 2 Inch) 84 nos INR
WORKS (PART-A)
317 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.02 OD 114.3 mm (NB 4 Inch) 140 nos INR
WORKS (PART-A)
318 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.03 OD 219.1 mm (NB 8 Inch) 2 nos INR
WORKS (PART-A)
319 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME63.02.04 OD 406.4 mm (NB 16 Inch) 4 nos INR
WORKS (PART-A)
320 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64 DIGITAL RADIOGRAPHY
WORKS (PART-A)
Performance of Digital Radiographic inspection on pipeline/
piping (as applicable) of all types & thicknesses including
providing or hiring of all necessary equipment and whatever
else even though not expressly mentioned but required to
perform the work as per requirements specified in the piping
scope of work, Digital Radiography specifications and
instructions of Engineer-in-Charge. Radiographs shall be
submitted to the Engineer-in-Charge. (Repeat radiography
due to defective radiograph on repaired joints due to
contractor's fault and for additional radiography necessitated
due to poor performance of contractor's welder shall be
done at contractor's cost).

NOTE:

1. Unit for radiography quantity is nos. of circumferential


weld joints.

321 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)
322 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.01.01 OD 406.4 mm (NB 16 Inch) 6910 nos INR
WORKS (PART-A)
323 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-A)
324 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.01 OD 60.3 mm (NB 2 Inch) 42 nos INR
WORKS (PART-A)
325 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.02 OD 114.3 mm (NB 4 Inch) 70 nos INR
WORKS (PART-A)
326 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.03 OD 219.1 mm (NB 8 Inch) 1 nos INR
WORKS (PART-A)

Page 80 of 81

Page 613 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

327 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME64.02.04 OD 406.4 mm (NB 16 Inch) 2 nos INR
WORKS (PART-A)
328 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65 FABRICATION OF LR BENDS
WORKS (PART-A)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.

329 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 55 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
330 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 42 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
331 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 10 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
332 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 20 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
333 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.05 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 10 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
334 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.06 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 5 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
335 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.07 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 4 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
336 A B414-000-83-41-MK-SOR-9510-A-1M PIPELINE LAYING & HDD 01PP.ME65.08 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 7 nos INR
WORKS (PART-A) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
BASIC SUB TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %
FINAL AMOUNT ( EXCL GST) 0.00
GST@18% 0.00
FINAL AMOUNT ( INCL GST) 0.00

Page 81 of 81

Page 614 of 4779


DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT

BIDDING DOCUMENT NO: SM/B414-000-MK-T-9510/12 ANNEXURE I FOR PART A

WORK: PIPELINE LAYING AND HDD WORKS

NAME OF BIDDER: M/S __________________________

DESCRIPTION RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES


CIF Value of Import Content
included in Quoted Prices for
Column (5) Quantity BASIC SOCIAL
For Item no./ Sl . Unit of Currency:............... CUSTOMS WELFARE
IGST TOTAL CUSTOM
S no. No. as per price Description of Imported items Measurement Quantity Custom Tarrif No DUTY SURCHARGE
(%) DUTY (%)
(1) schedule format (3) (4) (5) (7) (%) (%)
(10) (11)
(2) (6)
(8) (9)

Notes:

1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.

Page 1 of 1

Page 615 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

1B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.

4B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 95300 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 95300 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.

7B B414-000-06-41-MK-SOR-9510-B-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-B)

Page 1 of 65

Page 616 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

9B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB1 TEMPORARY CATHODIC PROTECTION:


WORKS (PART-B)
10 B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB1.1 Survey, Design, Detail Engineering, Supply, installation, 1 Lumpsu INR
WORKS (PART-B) testing and commissioning, Post commissioning surveys, m
interference mitigation of the cathodic protection system of
the pipeline. All work shall be carried out conforming to the
scope of work, design basis, data sheets, specifications,
standards, drawings, etc as per the provisions of GCC, SCC
and specification no: B414-000-06-45-CSW-01Rev.0

11 B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB3 SPECIAL TOOLS FOR CP & ROU MAINTENANCE
WORKS (PART-B)
12 B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB3.1 Holiday Detector 1 nos INR
WORKS (PART-B)
13 B B414-000-06-45-MK-SOR-9510-B-2M PIPELINE LAYING & HDD 01CT.MB3.2 Pipeline Defect Mappers including features of pipeline 2 nos INR
WORKS (PART-B) locator CAT instrument
14 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II INSTRUMENTATION
WORKS (PART-B)
15 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000 TELECOMMUNICATION WORKS
WORKS (PART-B)
16 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6 OPTICAL FIBRE CABLE INSTALLATION
WORKS (PART-B)
17 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.1 Submission of OFC alignment sheets, as-built drawings and 1 Lumpsu INR
WORKS (PART-B) all documentation in accordance with the specifications. m

18 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 56 nos INR
WORKS (PART-B) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.

19 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 56 nos INR
WORKS (PART-B) joint identification marker including GPS coordinates, back
filling as required etc. all complete
20 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-B) consisting of:
21 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 190 nos INR
WORKS (PART-B)
22 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-B)
23 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-B) specification and direction of CLIENT/CONSULTANT. m

Page 2 of 65

Page 617 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

24 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-B) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete

25 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 192000 m INR
WORKS (PART-B)
26 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-B) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.

27 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 192000 m INR
WORKS (PART-B)
28 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 6 nos INR
WORKS (PART-B) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare

29 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 188000 m INR
WORKS (PART-B) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete

30 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 600 m INR
WORKS (PART-B) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete

Page 3 of 65

Page 618 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

31 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 3400 m INR
WORKS (PART-B) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)

32 B B414-000-16-51-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 60 nos INR
WORKS (PART-B) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
33 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-B)
34 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-B)
35 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-B)
36 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 45 m³ INR
WORKS (PART-B) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.

37 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.

Page 4 of 65

Page 619 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

38 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.2 Earthwork excavation in soft rock
WORKS (PART-B)
39 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.2.1 Earth work in EXCAVATION below ground level for all kinds 20 m³ INR
WORKS (PART-B) of works in SOFT ROCK as classified in specification for a
depth upto 1.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.

40 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.2.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works in SOFT ROCK as classified in specification for a
depth beyond 1.5m and upto & inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.

41 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.4 Earthwork excavation by controlled blasting (Explosive/ Non-
WORKS (PART-B) explosive)

Page 5 of 65

Page 620 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

42 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.4.1 Earthwork in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-B) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth of 1.5m including all related work for blasting such
as drilling, supplying, storage & charging of explosives
making necessary safety measures around the area,
chiselling and cutting to required levels, dressing & trimming
of sides, levelling & grading of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works & disposal of spoils to
spoil heaps and stacking of usable excavated materials
within a lead of 100m etc. as directed including providing
temporary support to existing structures, service lines like
water pipes, sewage pipes, electric overhead and
underground cable etc. all complete.

43 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.4.2 Earthwork in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth beyond 1.5m and upto & inclusive of 3.0m including
all related work for blasting such as drilling, supplying,
storage & charging of explosives making necessary safety
measures around the area, chiselling & cutting to required
levels, dressing & trimming of sides, levelling & grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works &
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. as directed
including providing temporary support to existing structures,
service lines like water pipes, sewage pipes, electric
overhead and underground cable etc. all complete.

44 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.5 Earthwork excavation by chiselling


WORKS (PART-B)

Page 6 of 65

Page 621 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

45 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.5.1 Earth work in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-B) of works in HARD ROCKS for a depth upto 1.5m by
CHISELLING (pneumatic or manual), wedging or any other
agreed methods (where blasting is prohibited for any reason
or as decided) including all related works, all equipments
required for chiselling, and cutting upto required levels,
dressing and trimming of sides, levelling and grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works and
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. all complete
as directed including providing temporary supports to
existing service lines like waterpipes, sewage pipes, electric
overhead and underground cables etc. all complete.

46 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.5.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-B) of works in HARD ROCKS for a depth beyond 1.5m and
upto & inclusive of 3.0m by CHISELLING (pneumatic or
manual), wedging or any other agreed methods (where
blasting is prohibited for any reason or as decided) including
all related works, all equipments required for chiselling, and
cutting upto required levels, dressing and trimming of sides,
levelling and grading of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal of spoils to spoil heaps and
stacking of usable excavated materials within a lead of
100m etc. all complete as directed including providing
temporary supports to existing service lines like waterpipes,
sewage pipes, electric overhead and underground cables
etc. all complete.

47 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.6 SHORING AND STRUTTING


WORKS (PART-B)
48 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.6.1 Providing and installing approved type of "SHORING AND 15 m² INR
WORKS (PART-B) STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
49 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.6.2 Providing and installing approved type of "SHORING AND 5 m² INR
WORKS (PART-B) STRUTTING" by close timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
50 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.7 Backfilling after execution of work
WORKS (PART-B)

Page 7 of 65

Page 622 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

51 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 125 m³ INR
WORKS (PART-B) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

52 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-B) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

53 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.9 Earthwork Filling by excavation


WORKS (PART-B)
54 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.9.4 EARTHWORK IN FILLING by excavating the earth from 15 m³ INR
WORKS (PART-B) BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.

55 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-B) DEBRIS

Page 8 of 65

Page 623 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

56 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 30 m³ INR
WORKS (PART-B) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).

57 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 25 m³ INR
WORKS (PART-B) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"

58 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.11 Transportation of ROCK material


WORKS (PART-B)
59 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.11.1 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-B) item Nos. 01CS.1.2 to 01CS.1.5 BEYOND INITIAL LEAD
OF 100M AND UPTO 1KM to the area of disposal including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids).

Page 9 of 65

Page 624 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

60 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.1.11.5 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-B) item Nos. 01CS.1.2 to 01CS.1.5 UPTO the area of disposal
ANYWHERE OUTSIDE THE PLANT BOUNDARY including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids). DISPOSAL
AREAS OUTSIDE PLANT BOUNDARY TO BE
ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.

61 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-B) SPECIFICATION NO. 6-68-0004)
62 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-B)
63 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 5 m³ INR
WORKS (PART-B) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.

64 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-B) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.

65 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-B)

Page 10 of 65

Page 625 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

66 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 30 m³ INR
WORKS (PART-B) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.

67 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-B)

Page 11 of 65

Page 626 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

68 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-B) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

69 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-B)
70 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-B) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.

Page 12 of 65

Page 627 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

71 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-B) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.

72 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-B)
73 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 5 MT INR
WORKS (PART-B) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.

74 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-B)

Page 13 of 65

Page 628 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

75 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 150 m² INR
WORKS (PART-B) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

76 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-B) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

77 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-B)
78 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-B) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

Page 14 of 65

Page 629 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

79 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-B) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

80 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-B) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
81 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-B)
82 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-B) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.

83 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-B)
84 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-B) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.

85 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-B)

Page 15 of 65

Page 630 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

86 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-B) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
87 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-B)
88 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-B)
89 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.3.ME01 Supplying, transporting, storing, fabricating & erecting in 1 MT INR
WORKS (PART-B) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.

90 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-B)

Page 16 of 65

Page 631 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

91 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 1 MT INR
WORKS (PART-B) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).

92 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-B) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).

93 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-B) 6-68-0008
94 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-B)

Page 17 of 65

Page 632 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

95 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.1 MT INR
WORKS (PART-B) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).

96 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-B)
97 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-B) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).

98 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-B)

Page 18 of 65

Page 633 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

99 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-B) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.

100 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-B)
101 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-B) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).

102 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-B)
103 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 1.5 MT INR
WORKS (PART-B) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).

104 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-B)

Page 19 of 65

Page 634 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

105 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-B) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).

106 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-B)
107 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 15 metre INR
WORKS (PART-B) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).

Page 20 of 65

Page 635 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

108 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 50 metre INR
WORKS (PART-B) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).

109 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-B)

Page 21 of 65

Page 636 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

110 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.24.ME01 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-B) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).

111 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-B)
112 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

Page 22 of 65

Page 637 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

113 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

114 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

115 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-B)

Page 23 of 65

Page 638 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

116 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

117 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

Page 24 of 65

Page 639 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

118 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-B) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

119 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-B) 0009)
120 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-B)
121 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-B) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

Page 25 of 65

Page 640 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

122 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-B) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

123 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-B) 68-0012)
124 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-B)
125 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).

126 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.

127 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-B)

Page 26 of 65

Page 641 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

128 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).

129 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-B) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.

130 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-B) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).

131 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-B)
132 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-B) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)

Page 27 of 65

Page 642 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

133 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-B) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.

134 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-B)
135 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-B) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.

136 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-B) 68-0013)
137 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-B)
138 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-B) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .

139 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-B)

Page 28 of 65

Page 643 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

140 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-B) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.

141 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-B)
142 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-B) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
143 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-B) INHIBITING ADMIXTURE
144 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 100 kg INR
WORKS (PART-B) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.

145 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-B) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
146 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-B)
147 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-B) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).

Page 29 of 65

Page 644 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

148 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01GG GEOTECH


WORKS (PART-B)
149 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01GG.300 GROUND IMPROVEMENT
WORKS (PART-B)
150 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01GG.300.1 SAND GRAVEL MIX
WORKS (PART-B)
151 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01GG.300.1.1 Supplying and filling sand gravel mix (1:1) with approved 10 cum INR
WORKS (PART-B) aggregate below road, RCC pavement, manholes, pits,
foundations, bedding of UG piping etc. in layers of 150 mm
loose thickness (maximum) including watering, ramming,
rolling, compacting to achieve 85% relative density as per IS
2720 Part-XIV, quarrying, royalties, transportation, handling,
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.

(The rate shall be inclusive of the cost of all labour, material,


equipment etc. all complete)

152 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP PIPELINES


WORKS (PART-B)
153 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.6 ROCK SHIELDING IN ROCKY AREAS
WORKS (PART-B)
154 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.6.1 All works for Supply and installation of Rock Shield mesh
WORKS (PART-B) around pipeline in rocky areas as per scope of work,
provisions of Contract document and as per instructions of
Engineer-in-charge
155 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.6.1.1V3 Pipe OD 406.4 mm 30 m INR
WORKS (PART-B)
156 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8 INSTALLATION OF CASING PIPE & CS CONDUIT
WORKS (PART-B)

Page 30 of 65

Page 645 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

157 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-B) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.

158 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V3 Scope of Work Supply & Installation of CS Conduit Pipe 400 m INR
WORKS (PART-B) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Open Cut Thickness 6.40 mm
159 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V7 Scope of Work Supply & Installation of CS Conduit Pipe 1200 m INR
WORKS (PART-B) OD 168.3 mm Material Grade API 5L Gr. B/ IS 3589
Grade Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 6.40 mm
160 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 1200 m INR
WORKS (PART-B) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
161 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 400 m INR
WORKS (PART-B) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm
162 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12 PERMANENT MARKERS
WORKS (PART-B)

Page 31 of 65

Page 646 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

163 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-B) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.

Note: The painting of all markers shall conform to


environments specified as per scope of work and protective
coating specification.

164 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 20 nos INR
WORKS (PART-B)
165 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 110 nos INR
WORKS (PART-B)
166 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 100 nos INR
WORKS (PART-B)
167 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 10 nos INR
WORKS (PART-B)
168 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 100 nos INR
WORKS (PART-B)
169 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 420 nos INR
WORKS (PART-B)
170 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-B)
171 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-B)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.

172 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 10 nos INR
WORKS (PART-B) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm

173 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 10 nos INR
WORKS (PART-B) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm

Page 32 of 65

Page 647 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

174 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-B)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.

175 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 100 SCM INR
WORKS (PART-B) Coating 3LPE
176 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 500 SCM INR
WORKS (PART-B)
177 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-B)
178 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-B)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

179 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 3 nos INR
WORKS (PART-B) Pipe OD 406.4 mm

Page 33 of 65

Page 648 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

180 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 3 nos INR
WORKS (PART-B) Pipe OD 406.4 mm
181 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 15 Inch Mtr INR
WORKS (PART-B)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

182 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-B)
183 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-B)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:

184 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month

185 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month

Page 34 of 65

Page 649 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

186 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month

187 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 95450 metre INR
WORKS (PART-B) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
188 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month

189 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month

190 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 95450 metre INR
WORKS (PART-B) 2.0 Pipe OD 406.4 mm Period Up to 3 Month

191 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 95450 metre INR
WORKS (PART-B) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
192 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-B) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
193 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-B) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS

Page 35 of 65

Page 650 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

194 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-B) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.

195 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-B) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
196 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V14 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-B) Item Type Scraper Receiver Major Barrel 559 mm
Minor Barrel 406.4 mm Rating 600#
197 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.2.1.5V89 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 4 nos INR
WORKS (PART-B) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Actuated
(MOV) Size 406.4 mm Rating 600#
198 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-B)

Page 36 of 65

Page 651 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

199 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-B) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below

200 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V8 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
201 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V9 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
202 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V10 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
203 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V11 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
204 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
205 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
206 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V22 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-B)
207 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V23 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-B)
208 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
209 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
210 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V29 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-B) Marine
211 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-B) Marine
212 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-B)

Page 37 of 65

Page 652 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

213 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:

214 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-B) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS

215 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1.1V10 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-B) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS

216 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.24.1.1V11 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-B) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S160

217 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25 SUPPLY OF FLANGES


WORKS (PART-B)
218 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of flanges as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0053
(Technical Notes for Flanges) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

219 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V5 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-B) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 48.3 mm Wall thickness (mm)/ Schedule XS

Page 38 of 65

Page 653 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

220 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V6 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-B) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule XS

221 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V7 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-B) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 26.7 mm Wall thickness (mm)/ Schedule S160

222 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V233 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-B) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 26.7
mm Wall thickness (mm)/ Schedule S160

223 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V234 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-B) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD
323.9 mm Wall thickness (mm)/ Schedule STD

224 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.25.1.1V235 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-B) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 48.3
mm Wall thickness (mm)/ Schedule XS

225 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26 SUPPLY OF FITTINGS


WORKS (PART-B)
226 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of fittings as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0054
(Technical Notes for Fittings) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

227 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V64 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 10 nos INR
WORKS (PART-B) Standard MSS SP97 Material ASTM A 105 OD1
114.3 mm Wall thickness (mm)/ Schedule 1 NA OD2
26.7 mm Wall thickness (mm)/ Schedule 2 NA

Page 39 of 65

Page 654 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

228 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

229 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

230 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

231 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V214 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

232 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V220 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-B) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 4.55
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

233 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V222 Type CONCENTRIC SWAGE Ends/ Rating Socket 10 nos INR
WORKS (PART-B) Welded / 6000# Standard BS-3799 Material ASTM A
105 (CHARPY) OD1 26.7 mm Wall thickness (mm)/
Schedule 1 NA OD2 26.7 mm Wall thickness (mm)/
Schedule 2 NA
234 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 10 nos INR
WORKS (PART-B) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

235 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 10 nos INR
WORKS (PART-B) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

236 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.27 SUPPLY OF VALVES


WORKS (PART-B)

Page 40 of 65

Page 655 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

237 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details

238 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 20 nos INR
WORKS (PART-B) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
239 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 10 nos INR
WORKS (PART-B) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
240 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-B)
241 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:

242 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
243 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 74 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
244 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 24 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#

Page 41 of 65

Page 656 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

245 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V17 Type Spiral Wound Standard ASME B 16.5 & ASME B 4 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL + Internal
Ring Size 48.3 mm Rating 300#
246 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 8 nos INR
WORKS (PART-B) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
247 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-B)
248 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-B) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:

249 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V38 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 240 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
250 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V39 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 240 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
251 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V40 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
252 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V41 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
253 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.37.1.1V42 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-B) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
254 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47 HYDRAULIC BOLT TENSIONING
WORKS (PART-B)

Page 42 of 65

Page 657 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

255 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47.1 Carrying out tensioning of bolted joints on all types of piping
WORKS (PART-B) as per specification (EIL Specification no. 6-76-0002 or any
other job specification, as included in tender document)
including supply of all materials, recording devices,
instruments etc.; providing all specialized equipment,
skilled/ unskilled man power, specialist, supervisory staff
and completing the work in all respects as per scope of
work, specifications, provisions of Contract document and
instructions of engineer-in-charge for following details

256 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47.1.1V8 Joint Size 323.9 mm Rating 600# 6 nos INR
WORKS (PART-B)
257 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.47.1.1V27 Joint Size 406.4 mm Rating 600# 6 nos INR
WORKS (PART-B)
258 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.50 SUPPLY & INSTALLATION OF PIPE SLEEVE FOR
WORKS (PART-B) PIPING UNDER ROAD/ DYKES
259 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.50.1 Supply & Installation of pipe sleeve by open cut for road/
WORKS (PART-B) dyke crossings wherever required in all type of soils inside
the terminal/ stations as per standard no. 7-44-0404. Sleeve
thickness & size shall be as per standard no. 7-44-0404.

260 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.50.1.1V6 Pipe OD 406.4 mm 50 m INR
WORKS (PART-B)
261 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-B) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)
262 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-B) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.

263 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.51.1.1V4 Approximate Distance of transport 150 km 2 MT INR
WORKS (PART-B)

Page 43 of 65

Page 658 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

264 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME60 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-B) ROU

The works shall include, but not limited to, the following:

Laying & Installation of Owner-supplied 3LPE-externally


coated carbon steel line pipes, associated fittings &
accessories etc., as per specifications, drawings, other
provisions of contract & instruction of Engineer-In-Charge
(EIC) including but not limited to, carrying out the following;
Submission of construction procedures for Owner's /
Consultant’s approval, arranging for all additional land
required for Contractor's storage, fabrication, access for
construction site other than Owner’s ROU (18 meters width),
movement of construction equipment etc., supply of all
materials (except owner supplied materials/ free issue
materials), consumables, arranging all construction
equipment, labour etc., as per tender for completing the job
in all respects.

The scope includes pre-construction survey, staking,


clearing, grubbing, grading (as required) of Right of Use
(ROU width 18 meters), obtaining work permits/ working
permissions (as required) from various statutory authorities/
other agencies owning utilities across ROU having
jurisdiction before execution of work and complying with all
stipulations/ conditions/ recommendations of the said
authorities, carrying out construction survey based on site
visit, collection of data (if required) from concerned authority
including validation of crossing details/ drawings etc. issued
by Owner/ Consultant, making of crossing drawings/ any
other document (if required) for obtaining work permits from
concerned statutory/ government authorities.

The scope includes supply and installation of Right of Use


(ROU) Boundary pillars of RCC at every 250 meters/nearest
bunds on either side of ROU, at every turning point and/ or
as directed as per applicable codes & standards & as
directed by EIC including supply of all materials necessary
265 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME60.01 Scope of Work Installation of Pipeline (Line Pipe Free 87790 m INR
WORKS (PART-B) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All type of soil strata Type of Terrain All types of terrain
Wall Thickness 7 mm

Page 44 of 65

Page 659 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

266 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME60.02 Scope of Work Installation of Pipeline (Line Pipe Free 2600 m INR
WORKS (PART-B) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm

267 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME60.03 Scope of Work Installation of Pipeline (Line Pipe Free 3210 m INR
WORKS (PART-B) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm

268 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME61 BACKFILLING WITH SELECT SOIL
WORKS (PART-B)
Unit rate over and above item no. 01PP.ME60 for supply of
specified and approved quality of sand (for station
approaches) or approved quality of cohesion-less soil as
backfill material like graded sand, morrum, silty sand etc.
(for seismic zones along pipeline route) including supply of
sand or approved quality of backfill material like graded
sand /other types of soil etc. in place of available excavated
material and/ or other suitable soil as per applicable
standards/ specifications, including backfilling of excavated
trench for specified length after laying of pipeline and optical
fiber cables/ cable conduit, including transportation of
backfill material over all distances and disposal of surplus
excavated soil. All work shall be executed as per following
details:

269 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME61.01 Type of Backfill Station Approach Pipe OD 406.4 mm 500 m INR
WORKS (PART-B) Distance of Transport Within 25km
270 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME61.02 Type of Backfill Station Approach Pipe OD 406.4 mm 500 m INR
WORKS (PART-B) Distance of Transport Beyond 25km

Page 45 of 65

Page 660 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

271 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-B) (CONTINUOUS CONCRETE WEIGHT COATING)

Unit rate for additional work over and above item no.
01PP.ME60 for supply of all consumables and materials and
application of continuous concrete weight coating on pipes
of all wall thicknesses except weld joints as mentioned
below and/or supply of all consumables and materials in all
areas of work except waterbody crossings covered
separately, and performing all works as per scope of work,
specifications, standards and instructions of Engineer-in-
Charge and other provisions of Contract document. All work
shall be executed as per following details:

272 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63.01 Type of Protection Concrete Weight Coating Pipe OD 1680 m INR
WORKS (PART-B) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
273 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63.02 Type of Protection Concrete Weight Coating Pipe OD 1040 m INR
WORKS (PART-B) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
274 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME63.03 Type of Protection Concrete Weight Coating Pipe OD 30 m INR
WORKS (PART-B) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
275 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-B) TEXTILE BAGS)

Unit rate for additional work over and above item no.
01PP.ME60 for design, manufacture and supply of non-
biodegradable geo-textile bags (made of polypropylene
fabric) materials and installation of geotextile bags duly filled
with gravel/stone ballast on pipelines of all wall thickness for
anti-buoyancy as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, including carrying
out the necessary weight calculations of geo-textile bags &
getting the same approved from the Owner and performing
all works as per scope of work, specifications, standards
and instructions of Engineer-in-Charge and other provisions
of Contract document. All work shall be executed as per
following details:

276 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 200 m INR
WORKS (PART-B) Pipe Wall Thickness 7 mm
277 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 200 m INR
WORKS (PART-B) Pipe Wall Thickness 7.92 mm

Page 46 of 65

Page 661 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

278 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME64.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 30 m INR
WORKS (PART-B) Pipe Wall Thickness 11.91 mm
279 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME65 SOIL STABILIZATION
WORKS (PART-B)
Unit rate for additional works over and above item no.
01PP.ME60 for supply, fabrication and installation for
protection and stabilization of banks of water crossings or
stabilization of soil in hilly areas including supply of all
materials, equipment, consumables, manpower and
performing works as per drawings, scope of work,
specifications, standards and any additional provision
specific to job requirements as per instructions of Engineer-
in-Charge and provisions of Contract. All work shall be
executed as per following details:

280 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME65.01 Works Related to Bank Stabilization 500 sqm INR
WORKS (PART-B)
281 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME65.02 Works Related to Slope Stabilization 100 sqm INR
WORKS (PART-B)
282 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-B) ASSISTANCE FOR PIPELINES

Carrying out pre-commissioning activities and pre-


commissioning checks to the specified acceptance criteria,
making the entire pipeline system including stations ready
for commissioning, providing assistance during the
complete duration of commissioning operations, supply/
arrangement of all equipment such as air compressor (to be
made available at per hour rate), water filling pumps etc., all
the water required for pre-commissioning, man-power,
consumables, including all types of pigs and required
quantity of nitrogen (if & as required), carrying out air leak
test of entire pipeline section including SVs at minimum 3
kg/cm2 including supply/ arrangement of air compressor of
sufficient capacity for the purpose with Owner approval etc.,
supply of materials for all temporary works including
erection of temporary piping for filling/draining of water
during commissioning and performing all associated works,
complete as per the relevant specifications, scope of work,
standards, other provisions of Contract document and
instructions of Engineer-in-Charge."

283 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.01 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Dewatering Pipe OD 406.4 mm
284 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.02 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Drying Pipe OD 406.4 mm

Page 47 of 65

Page 662 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

285 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.03 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Swabbing Pipe OD 406.4 mm
286 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.04 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Inertisation by Nitrogen Pipe OD 406.4 mm
287 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME66.05 Commissioning Assistance: All works for Commissioning 95450 m INR
WORKS (PART-B) assistance as per details below: Pipe OD 406.4 mm

288 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME67 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-B)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.

NOTES:

1.All the hardware such as adequate number of bar code


scanners, tablets/ laptops & associated IT peripherals and
high accuracy GPS hardware and access to BPCL owned
software for this purpose shall be provided by BPCL as free
issue to the Contractor.
2.The contractor shall update the daily progress of all
construction activities through the Owner provided software
access on a daily basis without fail. Any progress reporting/
289 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME67.01 Carrying out all works for digitization of pipeline construction 95450 m INR
WORKS (PART-B) activity as per appliable provisions of the tender.

Page 48 of 65

Page 663 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

290 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME68 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-B) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING

All works for installation of all above ground/ underground


terminal works at all depths for Sectionalizing Valve
Station(s)/ Station Block Valves including tapping(s) inside
SVs as indicated in Scope document, in all type of terrain
and soil including receiving and taking over of all Owner
supplied materials from Owner's designated place(s) of
issue, transportation including loading, unloading, handling
from Owner's designated place(s) of issue to Contractor's
owned/ hired stock yard(s)/ work site(s)/ work shop(s)
including arranging all necessary intermediate storage
area(s) thereof, as required; supply of all materials (except
those specified subsequently in SOR) equipment,
consumables etc. as defined in Contractor's scope of
supply, and their transportation to the work site(s);
performing all above ground/buried piping fabrication works
including cutting, edge preparation, (inclusive of grinding the
edges of pipes, fittings, flanges etc. to match with the
matching edges of uneven/ different thickness wherever
required), fit up, bending, pre-heating wherever required,
welding, threading etc.; erection of pipes of all types of
supports, installation and supporting of all type of valves up
to size of 1.5"" NB, all types of inline/ online instruments
such as pressure/thermal safety valves (other than those
covered separately in subsequent SOR), fittings of all sizes
i.e., flow tees, blow-down type QOEC, LR Bends, elbows,
reducers, tees, 'O' lets, flanges, blind flanges, spectacle
blinds, spacers and blinds, tappings for pressure
instruments, thermo-wells, vents and drains required for
process and hydro-testing purposes etc.; supply & fixing of
all types of gaskets (including gaskets for RJ flanges if
applicable), stud bolts and nuts, jack screw etc. of all sizes
including torque tightening as applicable; Carrying out all
temporary, ancillary & auxiliary piping works including
installation of SV & SBV in valve pits (design & construction
of valve pits for SVs & SBVs not in the scope of this tender),

Page 49 of 65

Page 664 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

291 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME68.01 Installation of SV inside valve pit (design & construction of 2 nos INR
WORKS (PART-B) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SV tag nos. shall be included in this item:


i)12408-MOV-008 (SV Station: SV-08)
ii)12409-MOV-009 (SV Station: SV-09)

292 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME68.02 Installation of SBV inside valve pit (design & construction of 2 nos INR
WORKS (PART-B) valve pits for SBVs not in the scope of this tender) all
associated flanges, fittings & fasteners & complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SBV tag nos. shall be included in this item:


i)12000-SBV-003 (location: IP-1, Ongole)
ii)12000-SBV-004 (location: IP-2, Andhra Pradesh)

Page 50 of 65

Page 665 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

293 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME69 PIPE SUPPORT WORKS
WORKS (PART-B)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.

294 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME69.01 CS Structural Steel 1 MT INR
WORKS (PART-B)

Page 51 of 65

Page 666 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

295 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME70 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-B)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.

NOTE:

1.All drones, equipment, manpower, hardware, drone flight


parameters such as the drone’s operational envelope,
location of flight etc. shall fully comply with the rules/
guidelines of the Govt. of India/ DGCA. Any penalty incurred
due to the violation of the same shall be fully borne by the
Contractor without any time or cost implication to the Client
whatsoever.
2.Resolution for Drone Photography & Videography
considering Height of Flight as 80 to 100 meters above
ground level shall be of 4K (3840 x 2140).

296 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME70.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-B) related construction activities. m

Page 52 of 65

Page 667 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

297 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME71 PHYSICAL MODEL OF THE PIPELINE
WORKS (PART-B)
Supply of 1 no. fully assembled physical model of the entire
pipeline (including all parts of the pipeline) displaying all the
major pipeline features such as DT, RT, IPs, SVs, major
crossings, state boundaries etc. with the required lighting,
transparent glass/ epoxy display case, transportation and
placement of the model at the required location at
Krishnapatnam DT as per the instructions of the Engineer-in-
Charge.

NOTE:

1.The Contractor shall obtain required comments/


approval from the Client before finalization of the model.

Page 53 of 65

Page 668 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

298 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-B) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)

Complete work for all type of crossings (RIVER/CANAL/


DRAIN/ NALA/ ROAD/ RAILWAY/ UTILITY) (between the
limits as indicated in the drawing/ Scope of work) in all types
of soil/ rocky strata including all additional drilled lengths
necessitated by Contractor's design and based on site
conditions, carrying out geo-technical investigation, carrying
out topographical and hydrological survey and collection of
data to establish the bed of the water body (for River/
Unlined waterbody); calculation of scour depth of water body
crossings (for River/ Unlined Waterbody), including
construction design calculation and engineering of the
crossing for all types of crossings, ""Receiving and taking-
over"", handling, loading, transportation and unloading of
externally corrosion coated/ bare line pipes (as applicable)
from designated place(s) of issue/ dump site(s) to
Contractor's own stock-yard(s)/ work site; mobilization and
de- mobilization at site(s), supply of all materials as per
""Scope of Supply"" all consumables, equipment,
manpower, other resources, temporary acquisition of
additional land as required for string preparations/ all other
works, and execution of, but not limited to, the following
works in accordance with specifications, drawings;
preparation of all necessary construction drawings for
Owner's approval, Preparation of detailed construction
method statement, calculations and installation procedures,
Strings preparation including welding, NDT of welds and re-
beveled areas, radiography, weld repair and re-test, pre-
hydro testing of completed string, corrosion coating of field
joints with HDD sleeves, inspection of corrosion coating
and repair of defects, installation of pipeline string by
Horizontal directional drilling, Supply & Installation of 6""
size, 6.4 mm, API 5L Gr. B/ IS 3589 Fe 410 CS conduit for
OFC (including 500µm of epoxy coating on CS Conduit as
required) below the lowest level of the crossing including
cover by separate horizontal directional drilling to the

Page 54 of 65

Page 669 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

299 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.01 Scope of Work Installation of Pipeline (Line Pipe Free 250 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Addanki
Branch Canal Chainage of Crossing 213.22669 km Pipe
Wall Thickness 11.91 mm

NOTES:

1. This item includes Supply & Installation of One (01) No.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2. 4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3. In case strata other than the strata as mentioned in
SOR item is detected, then no extra claim shall be
entertained on this account. Contractor shall quote
accordingly.

Page 55 of 65

Page 670 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

300 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.02 Scope of Work Installation of Pipeline (Line Pipe Free 100 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name South Central
Railway (from Vinukonda to Guntur) Chainage of Crossing
226.61659 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 56 of 65

Page 671 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

301 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.03 Scope of Work Installation of Pipeline (Line Pipe Free 150 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
NH-16 (from Chennai to Baharagora) Chainage of
Crossing 139.28636 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 57 of 65

Page 672 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

302 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.04 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
SH-34 (From Kurnool to Ongole) Chainage of Crossing
156.13521 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.
4.SH-34 (From Kurnool to Ongole) HDD shall also include
the HDD of marshy/ water-logged area located between
Chainage 155.594 km to 155.873 km. The length of HDD
indicated against this item includes the HDD of this marshy/
water-logged area as well.

Page 58 of 65

Page 673 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

303 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.05 Scope of Work Installation of Pipeline (Line Pipe Free 100 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name SH-374 (from
Talluru to Velampalli (NH-16)) Chainage of Crossing
173.09895 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 59 of 65

Page 674 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

304 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.06 Scope of Work Installation of Pipeline (Line Pipe Free 1m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name SH-50 ( from
Kurnool to Narasaraopet) Chainage of Crossing 225.12909
km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 60 of 65

Page 675 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

305 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME72.07 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-B) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any type of soil strata
Crossing Name Unlisted Crossing Chainage of Crossing
Any km Pipe Wall Thickness 11.91 mm

NOTES:

1. Quantity indicated against this item is tentative. The


crossing width indicated is not for any single crossing. This
item shall be used as per requirement at site for crossing at
different locations to suit site conditions.
2. Width of various crossings are indicated in respective
Crossing drawings which are enclosed with the tender
document. Contractor shall verify the crossing (unspecified)
and its length at site. Crossing width may vary as per site
condition. String length for HDD shall vary as per design
calculations so that pipe is not under stress as permitted by
codes/ specifications. However final length of string & cover
from top of pipe shall be decided and approved by
concerned Authority/ Engineer-in-charge.
3. There will be separate HDD for One (01) no. 6" CS
conduit for OFC laying at a distance of minimum 6 meters
from the centerline of HDD of mainline either side. No
separate payment for HDD for 6" CS conduit shall be done.
It is the sole discretion of the Engineer-In-Charge whether
there will be a separate HDD for CS conduit or the CS
conduit pipe is bundled with the main carrier pipe by suitably
strapping together both the carrier pipe & CS conduit and
the bundle being pulled through the same drill hole,
depending on strata encountered and no separate payment
shall be made on this account.
4. Payment shall be made to Contractor based on the
distance between the two tie-in points on either side of
crossing and not between the entry and exit points or profile
length.
5. Any other unspecified crossings, as required for

Page 61 of 65

Page 676 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

306 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-B) ASSISTANCE FOR PIPELINES

Carrying out pre-commissioning activities and pre-


commissioning checks to the specified acceptance criteria,
making the entire pipeline system including stations ready
for commissioning, providing assistance during the
complete duration of commissioning operations, supply/
arrangement of all equipment such as air compressor (to be
made available at per hour rate), water filling pumps etc., all
the water required for pre-commissioning, man-power,
consumables, including all types of pigs and required
quantity of nitrogen (if & as required), carrying out air leak
test of entire pipeline section including SVs at minimum 3
kg/cm2 including supply/ arrangement of air compressor of
sufficient capacity for the purpose with Owner approval etc.,
supply of materials for all temporary works including
erection of temporary piping for filling/draining of water
during commissioning and performing all associated works,
complete as per the relevant specifications, scope of work,
standards, other provisions of Contract document and
instructions of Engineer-in-Charge.

307 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.01 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Dewatering Pipe OD 406.4 mm
308 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.02 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Drying Pipe OD 406.4 mm
309 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.03 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Swabbing Pipe OD 406.4 mm
310 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.04 Pre-Commissioning Works as per details: Type of Activity 95450 m INR
WORKS (PART-B) Inertisation by Nitrogen Pipe OD 406.4 mm
311 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME73.05 Commissioning Assistance: All works for Commissioning 95450 m INR
WORKS (PART-B) assistance as per details below: Pipe OD 406.4 mm

Page 62 of 65

Page 677 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

312 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74 RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-B)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost)

NOTE:

1. Unit for radiography quantity is Nos. of Circumferential


Weld joints.

313 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
314 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.01.01 OD 406.4 mm (NB 16 Inch) 9530 nos INR
WORKS (PART-B)
315 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
316 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02.01 OD 60.3 mm (NB 2 Inch) 48 nos INR
WORKS (PART-B)
317 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02.02 OD 114.3 mm (NB 4 Inch) 80 nos INR
WORKS (PART-B)
318 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME74.02.04 OD 406.4 mm (NB 16 Inch) 4 nos INR
WORKS (PART-B)

Page 63 of 65

Page 678 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

319 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75 DIGITAL RADIOGRAPHY


WORKS (PART-B)
Performance of Digital Radiographic inspection on pipeline/
piping (as applicable) of all types & thicknesses including
providing or hiring of all necessary equipment and whatever
else even though not expressly mentioned but required to
perform the work as per requirements specified in the piping
scope of work, Digital Radiography specifications and
instructions of Engineer-in-Charge. Radiographs shall be
submitted to the Engineer-in-Charge. (Repeat radiography
due to defective radiograph on repaired joints due to
contractor's fault and for additional radiography necessitated
due to poor performance of contractor's welder shall be
done at contractor's cost).

NOTE:

1. Unit for radiography quantity is nos. of circumferential


weld joints.

320 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
321 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.01.01 OD 406.4 mm (NB 16 Inch) 4765 nos INR
WORKS (PART-B)
322 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-B)
323 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02.01 OD 60.3 mm (NB 2 Inch) 24 nos INR
WORKS (PART-B)
324 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02.02 OD 114.3 mm (NB 4 Inch) 40 nos INR
WORKS (PART-B)
325 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME75.02.03 OD 406.4 mm (NB 16 Inch) 2 nos INR
WORKS (PART-B)
326 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76 FABRICATION OF LR BENDS
WORKS (PART-B)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.

Page 64 of 65

Page 679 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

327 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 50 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
328 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 30 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
329 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 15 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
330 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 6 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
331 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.05 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 3 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
332 B B414-000-83-41-MK-SOR-9510-B-1M PIPELINE LAYING & HDD 01PP.ME76.06 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 2 nos INR
WORKS (PART-B) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
BASIC SUB TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %
FINAL AMOUNT (EXCL GST) 0.00
GST@18% 0.00
FINAL AMOUNT (INCL GST) 0.00

Page 65 of 65

Page 680 of 4779


DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT

BIDDING DOCUMENT NO: SM/B414-000-MK-T-9510/12 ANNEXURE I FOR PART B

WORK: PIPELINE LAYING AND HDD WORKS

NAME OF BIDDER: M/S __________________________

DESCRIPTION RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES


CIF Value of Import Content
included in Quoted Prices for
Column (5) Quantity BASIC SOCIAL
For Item no./ Sl . Unit of Currency:............... CUSTOMS WELFARE
IGST TOTAL CUSTOM
S no. No. as per price Description of Imported items Measurement Quantity Custom Tarrif No DUTY SURCHARGE
(%) DUTY (%)
(1) schedule format (3) (4) (5) (7) (%) (%)
(10) (11)
(2) (6)
(8) (9)

Notes:

1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.

Page 1 of 1

Page 681 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

1C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.

4C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 76322 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 76322 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.

7C B414-000-06-41-MK-SOR-9510-C-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-C)

Page 1 of 66

Page 682 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

9C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB1 TEMPORARY CATHODIC PROTECTION:


WORKS (PART-C)
10 C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB1.1 Survey, Design, Detail Engineering, Supply, installation, 1 Lumpsu INR
WORKS (PART-C) testing and commissioning, Post commissioning surveys, m
interference mitigation of the cathodic protection system of
the pipeline. All work shall be carried out conforming to the
scope of work, design basis, data sheets, specifications,
standards, drawings, etc as per the provisions of GCC, SCC
and specification no: B414-000-06-45-CSW-01Rev.0

11 C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB3 SPECIAL TOOLS FOR CP & ROU MAINTENANCE
WORKS (PART-C)
12 C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB3.1 Holiday Detector 1 nos INR
WORKS (PART-C)
13 C B414-000-06-45-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01CT.MB3.2 Pipeline Defect Mappers including features of pipeline 2 nos INR
WORKS (PART-C) locator CAT instrument
14 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II INSTRUMENTATION
WORKS (PART-C)
15 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000 TELECOMMUNICATION WORKS
WORKS (PART-C)
16 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6 OPTICAL FIBRE CABLE INSTALLATION
WORKS (PART-C)
17 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.1 Submission of OFC alignment sheets, as-built drawings and 1 Lumpsu INR
WORKS (PART-C) all documentation in accordance with the specifications. m

18 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 44 nos INR
WORKS (PART-C) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.

19 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 44 nos INR
WORKS (PART-C) joint identification marker including GPS coordinates, back
filling as required etc. all complete
20 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-C) consisting of:
21 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 152 nos INR
WORKS (PART-C)
22 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-C)
23 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-C) specification and direction of CLIENT/CONSULTANT. m

Page 2 of 66

Page 683 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

24 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-C) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete

25 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 151000 m INR
WORKS (PART-C)
26 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-C) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.

27 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 151000 m INR
WORKS (PART-C)
28 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 4 nos INR
WORKS (PART-C) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare

29 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 147000 m INR
WORKS (PART-C) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete

30 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 400 m INR
WORKS (PART-C) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete

Page 3 of 66

Page 684 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

31 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 3500 m INR
WORKS (PART-C) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)

32 C B414-000-16-51-MK-SOR-9510-C-2M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 40 nos INR
WORKS (PART-C) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
33 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-C)
34 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-C)
35 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-C)
36 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 35 m³ INR
WORKS (PART-C) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.

37 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.

Page 4 of 66

Page 685 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

38 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.2 Earthwork excavation in soft rock
WORKS (PART-C)
39 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.2.1 Earth work in EXCAVATION below ground level for all kinds 20 m³ INR
WORKS (PART-C) of works in SOFT ROCK as classified in specification for a
depth upto 1.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.

40 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.2.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works in SOFT ROCK as classified in specification for a
depth beyond 1.5m and upto & inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.

41 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.4 Earthwork excavation by controlled blasting (Explosive/ Non-
WORKS (PART-C) explosive)

Page 5 of 66

Page 686 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

42 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.4.1 Earthwork in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-C) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth of 1.5m including all related work for blasting such
as drilling, supplying, storage & charging of explosives
making necessary safety measures around the area,
chiselling and cutting to required levels, dressing & trimming
of sides, levelling & grading of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works & disposal of spoils to
spoil heaps and stacking of usable excavated materials
within a lead of 100m etc. as directed including providing
temporary support to existing structures, service lines like
water pipes, sewage pipes, electric overhead and
underground cable etc. all complete.

43 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.4.2 Earthwork in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth beyond 1.5m and upto & inclusive of 3.0m including
all related work for blasting such as drilling, supplying,
storage & charging of explosives making necessary safety
measures around the area, chiselling & cutting to required
levels, dressing & trimming of sides, levelling & grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works &
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. as directed
including providing temporary support to existing structures,
service lines like water pipes, sewage pipes, electric
overhead and underground cable etc. all complete.

44 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.5 Earthwork excavation by chiselling


WORKS (PART-C)

Page 6 of 66

Page 687 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

45 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.5.1 Earth work in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-C) of works in HARD ROCKS for a depth upto 1.5m by
CHISELLING (pneumatic or manual), wedging or any other
agreed methods (where blasting is prohibited for any reason
or as decided) including all related works, all equipments
required for chiselling, and cutting upto required levels,
dressing and trimming of sides, levelling and grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works and
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. all complete
as directed including providing temporary supports to
existing service lines like waterpipes, sewage pipes, electric
overhead and underground cables etc. all complete.

46 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.5.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-C) of works in HARD ROCKS for a depth beyond 1.5m and
upto & inclusive of 3.0m by CHISELLING (pneumatic or
manual), wedging or any other agreed methods (where
blasting is prohibited for any reason or as decided) including
all related works, all equipments required for chiselling, and
cutting upto required levels, dressing and trimming of sides,
levelling and grading of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal of spoils to spoil heaps and
stacking of usable excavated materials within a lead of
100m etc. all complete as directed including providing
temporary supports to existing service lines like waterpipes,
sewage pipes, electric overhead and underground cables
etc. all complete.

47 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.6 SHORING AND STRUTTING


WORKS (PART-C)
48 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.6.1 Providing and installing approved type of "SHORING AND 15 m² INR
WORKS (PART-C) STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
49 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.6.2 Providing and installing approved type of "SHORING AND 5 m² INR
WORKS (PART-C) STRUTTING" by close timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
50 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.7 Backfilling after execution of work
WORKS (PART-C)

Page 7 of 66

Page 688 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

51 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 100 m³ INR
WORKS (PART-C) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

52 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-C) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

53 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.9 Earthwork Filling by excavation


WORKS (PART-C)
54 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.9.4 EARTHWORK IN FILLING by excavating the earth from 15 m³ INR
WORKS (PART-C) BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.

55 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-C) DEBRIS

Page 8 of 66

Page 689 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

56 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 20 m³ INR
WORKS (PART-C) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).

57 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 20 m³ INR
WORKS (PART-C) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"

58 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.11 Transportation of ROCK material


WORKS (PART-C)
59 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.11.1 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-C) item Nos. 01CS.1.2 to 01CS.1.5 BEYOND INITIAL LEAD
OF 100M AND UPTO 1KM to the area of disposal including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids).

Page 9 of 66

Page 690 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

60 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.1.11.5 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-C) item Nos. 01CS.1.2 to 01CS.1.5 UPTO the area of disposal
ANYWHERE OUTSIDE THE PLANT BOUNDARY including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids). DISPOSAL
AREAS OUTSIDE PLANT BOUNDARY TO BE
ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.

61 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-C) SPECIFICATION NO. 6-68-0004)
62 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-C)
63 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 5 m³ INR
WORKS (PART-C) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.

64 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-C) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.

65 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-C)

Page 10 of 66

Page 691 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

66 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 25 m³ INR
WORKS (PART-C) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.

67 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-C)

Page 11 of 66

Page 692 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

68 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-C) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

69 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-C)
70 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-C) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.

Page 12 of 66

Page 693 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

71 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-C) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.

72 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-C)
73 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 3 MT INR
WORKS (PART-C) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.

74 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-C)

Page 13 of 66

Page 694 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

75 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 75 m² INR
WORKS (PART-C) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

76 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-C) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

77 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-C)
78 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-C) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

Page 14 of 66

Page 695 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

79 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-C) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

80 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-C) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
81 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-C)
82 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-C) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.

83 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-C)
84 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-C) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.

85 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-C)

Page 15 of 66

Page 696 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

86 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-C) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
87 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-C)
88 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-C)
89 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.3.MF01 Supplying, transporting, storing, fabricating & erecting in 1 MT INR
WORKS (PART-C) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.

90 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-C)

Page 16 of 66

Page 697 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

91 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 1 MT INR
WORKS (PART-C) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).

92 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-C) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).

93 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-C) 6-68-0008
94 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-C)

Page 17 of 66

Page 698 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

95 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.1 MT INR
WORKS (PART-C) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).

96 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-C)
97 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-C) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).

98 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-C)

Page 18 of 66

Page 699 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

99 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-C) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.

100 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-C)
101 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-C) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).

102 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-C)
103 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 1.5 MT INR
WORKS (PART-C) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).

104 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-C)

Page 19 of 66

Page 700 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

105 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-C) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).

106 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-C)
107 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 15 metre INR
WORKS (PART-C) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed.Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).

Page 20 of 66

Page 701 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

108 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 50 metre INR
WORKS (PART-C) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).

109 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-C)

Page 21 of 66

Page 702 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

110 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.24.ME01 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-C) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).

111 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-C)
112 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

Page 22 of 66

Page 703 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

113 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

114 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

115 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-C)

Page 23 of 66

Page 704 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

116 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

117 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

Page 24 of 66

Page 705 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

118 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-C) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

119 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-C) 0009)
120 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-C)
121 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-C) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

Page 25 of 66

Page 706 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

122 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-C) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

123 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-C) 68-0012)
124 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-C)
125 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).

126 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.

127 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-C)

Page 26 of 66

Page 707 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

128 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).

129 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-C) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.

130 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-C) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).

131 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-C)
132 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-C) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)

Page 27 of 66

Page 708 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

133 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-C) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.

134 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-C)
135 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-C) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.

136 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-C) 68-0013)
137 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-C)
138 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-C) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .

139 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-C)

Page 28 of 66

Page 709 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

140 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-C) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.

141 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-C)
142 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-C) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
143 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-C) INHIBITING ADMIXTURE
144 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 100 kg INR
WORKS (PART-C) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.

145 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-C) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
146 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-C)
147 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-C) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).

Page 29 of 66

Page 710 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

148 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01GG GEOTECH


WORKS (PART-C)
149 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01GG.300 GROUND IMPROVEMENT
WORKS (PART-C)
150 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01GG.300.1 SAND GRAVEL MIX
WORKS (PART-C)
151 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01GG.300.1.1 Supplying and filling sand gravel mix (1:1) with approved 10 cum INR
WORKS (PART-C) aggregate below road, RCC pavement, manholes, pits,
foundations, bedding of UG piping etc. in layers of 150 mm
loose thickness (maximum) including watering, ramming,
rolling, compacting to achieve 85% relative density as per IS
2720 Part-XIV, quarrying, royalties, transportation, handling,
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.

(The rate shall be inclusive of the cost of all labour, material,


equipment etc. all complete)

152 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP PIPELINES


WORKS (PART-C)
153 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.6 ROCK SHIELDING IN ROCKY AREAS
WORKS (PART-C)
154 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.6.1 All works for Supply and installation of Rock Shield mesh
WORKS (PART-C) around pipeline in rocky areas as per scope of work,
provisions of Contract document and as per instructions of
Engineer-in-charge
155 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.6.1.1V3 Pipe OD 406.4 mm 50 m INR
WORKS (PART-C)
156 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8 INSTALLATION OF CASING PIPE & CS CONDUIT
WORKS (PART-C)

Page 30 of 66

Page 711 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

157 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-C) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.

158 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 1100 m INR
WORKS (PART-C) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
159 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 300 m INR
WORKS (PART-C) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm
160 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V27 Scope of Work Supply & Installation of CS Conduit Pipe 1100 m INR
WORKS (PART-C) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Jacking/Boring Thickness 6.40 mm

161 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.8.1.1V29 Scope of Work Supply & Installation of CS Conduit Pipe 300 m INR
WORKS (PART-C) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Open Cut Thickness 6.35 mm

162 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-C) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)

Page 31 of 66

Page 712 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

163 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1 Complete work for all type of crossings (RIVER/CANAL/
WORKS (PART-C) DRAIN/ NALA/ ROAD/ RAILWAY/ UTILITY) (between the
limits as indicated in the drawing/ Scope of work) in all types
of soil/ rocky strata including all additional drilled lengths
necessitated by Contractor's design and based on site
conditions, carrying out geo-technical investigation, carrying
out topographical and hydrological survey and collection of
data to establish the bed of the water body (for River/
Unlined waterbody); calculation of scour depth of water body
crossings (for River/ Unlined Waterbody), including
construction design calculation and engineering of the
crossing for all types of crossings, "Receiving and taking-
over", handling, loading, transportation and unloading of
externally corrosion coated/ bare line pipes (as applicable)
from designated place(s) of issue/ dump site(s) to
Contractor's own stock-yard(s)/ work site; mobilization and
de- mobilization at site(s), supply of all materials as per
"Scope of Supply" all consumables, equipment, manpower,
other resources, temporary acquisition of additional land as
required for string preparations/ all other works, and
execution of, but not limited to, the following works in
accordance with specifications, drawings; preparation of
all necessary construction drawings for Owner's approval,
Preparation of detailed construction method statement,
calculations and installation procedures, Strings preparation
including welding, NDT of welds and re-beveled areas,
radiography, weld repair and re-test, pre-hydro testing of
completed string, corrosion coating of field joints with HDD
sleeves, inspection of corrosion coating and repair of
defects, installation of pipeline string by Horizontal
directional drilling, Supply & Installation of 6" size, 6.4 mm,
API 5L Gr. B/ IS 3589 Fe 410 CS conduit for OFC
(including 500µm of epoxy coating on CS Conduit as
required) below the lowest level of the crossing including
cover by separate horizontal directional drilling to the
correct profile as per approved drawings and specification,
Post-installation hydrotest including leaks and repair of
defects and retesting, etc. for defects attributed to
Contractor's faulty work, safe disposal of corrosion Inhibited

Page 32 of 66

Page 713 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

164 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME02 Scope of Work Installation of Pipeline (Line Pipe Free 200 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name Nagarjuna Sagar
Canal Chainage of Crossing 250.83247 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 33 of 66

Page 714 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

165 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME03 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Lined Canal
Chainage of Crossing 265.267 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 34 of 66

Page 715 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

166 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME04 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Tangeda Major
Canal Chainage of Crossing 276.22807 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 35 of 66

Page 716 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

167 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME05 Scope of Work Installation of Pipeline (Line Pipe Free 1000 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name Railway Line
(Under Construction) Chainage of Crossing 258.10525
km Pipe Wall Thickness 11.91 mm

NOTES:

1. This railway HDD shall also include the HDD of


Bellamkonda Canal (Lined Canal) & SH-2 (from
Medarametla (NH-16) to Narkatpalli) located at Chainages
258.54678 km & 257.68331 km respectively & shall be
crossed in a single HDD along with the railway specified in
this item. The length of HDD indicated against this item
includes the HDD of Bellamkonda Canal & SH-2 as well.
2.This item includes Supply & Installation of One (01) Nos.
(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
3.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
4.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 36 of 66

Page 717 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

168 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME06 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Railway
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Railway Line
(Under Construction, From Macherla to Guntur) Chainage
of Crossing 293.6521 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 37 of 66

Page 718 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

169 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME07 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Hard Strata (Soft Rock/
Murrum / Weathered Rock etc.) Crossing Name SH-2
(from Narkatpalli to Medarametla (NH-16)) Chainage of
Crossing 252.01892 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 38 of 66

Page 719 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

170 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.9.1.ME08 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-C) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any type of soil strata
Crossing Name Unlisted Crossing Chainage of Crossing
Any km Pipe Wall Thickness 11.91 mm

NOTES:

1. Quantity indicated against this item is tentative. The


crossing width indicated is not for any single crossing. This
item shall be used as per requirement at site for crossing at
different locations to suit site conditions.
2. Width of various crossings are indicated in respective
Crossing drawings which are enclosed with the tender
document. Contractor shall verify the crossing (unspecified)
and its length at site. Crossing width may vary as per site
condition. String length for HDD shall vary as per design
calculations so that pipe is not under stress as permitted by
codes/ specifications. However final length of string & cover
from top of pipe shall be decided and approved by
concerned Authority/ Engineer-in-charge.
3. There will be separate HDD for One (01) no. 6" CS
conduit for OFC laying at a distance of minimum 6 meters
from the centerline of HDD of mainline either side. No
separate payment for HDD for 6" CS conduit shall be done.
It is the sole discretion of the Engineer-In-Charge whether
there will be a separate HDD for CS conduit or the CS
conduit pipe is bundled with the main carrier pipe by suitably
strapping together both the carrier pipe & CS conduit and
the bundle being pulled through the same drill hole,
depending on strata encountered and no separate payment
shall be made on this account.
4. Payment shall be made to Contractor based on the
distance between the two tie-in points on either side of
crossing and not between the entry and exit points or profile
length.
5. Any other unspecified crossings, as required for
171 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12 PERMANENT MARKERS
WORKS (PART-C)

Page 39 of 66

Page 720 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

172 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-C) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.

Note: The painting of all markers shall conform to


environments specified as per scope of work and protective
coating specification.

173 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 16 nos INR
WORKS (PART-C)
174 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 40 nos INR
WORKS (PART-C)
175 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 40 nos INR
WORKS (PART-C)
176 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 10 nos INR
WORKS (PART-C)
177 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 160 nos INR
WORKS (PART-C)
178 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 330 nos INR
WORKS (PART-C)
179 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-C)
180 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-C)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.

181 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 10 nos INR
WORKS (PART-C) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm

182 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 10 nos INR
WORKS (PART-C) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm

Page 40 of 66

Page 721 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

183 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-C)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.

184 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 2500 SCM INR
WORKS (PART-C) Coating 3LPE
185 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 2500 SCM INR
WORKS (PART-C)
186 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-C)
187 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-C)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

188 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 5 nos INR
WORKS (PART-C) Pipe OD 406.4 mm

Page 41 of 66

Page 722 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

189 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 5 nos INR
WORKS (PART-C) Pipe OD 406.4 mm
190 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 25 Inch Mtr INR
WORKS (PART-C)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

191 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-C)
192 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-C)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:

193 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month

194 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month

Page 42 of 66

Page 723 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

195 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month

196 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 75200 metre INR
WORKS (PART-C) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
197 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month

198 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month

199 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 75200 metre INR
WORKS (PART-C) 2.0 Pipe OD 406.4 mm Period Up to 3 Month

200 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 75200 metre INR
WORKS (PART-C) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
201 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-C) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
202 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-C) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS

Page 43 of 66

Page 724 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

203 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-C) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.

204 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-C) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
205 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.2.1.5V135 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 2 nos INR
WORKS (PART-C) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Manual
Size 406.4 mm Rating 600#
206 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-C)

Page 44 of 66

Page 725 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

207 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-C) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below

208 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V8 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
209 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V9 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
210 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V10 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
211 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V11 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
212 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
213 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
214 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V22 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-C)
215 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V23 Pipe OD 406.4 mm Painting Environment Industrial 100 m INR
WORKS (PART-C)
216 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
217 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
218 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V29 Pipe OD 48.3 mm Painting Environment Industrial 20 m INR
WORKS (PART-C) Marine
219 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 100 m INR
WORKS (PART-C) Marine
220 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-C)

Page 45 of 66

Page 726 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

221 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:

222 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 12 m INR
WORKS (PART-C) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS

223 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1.1V10 Make SMLS Standard ASME B 36.10 Ends Plain 12 m INR
WORKS (PART-C) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS

224 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.24.1.1V11 Make SMLS Standard ASME B 36.10 Ends Plain 12 m INR
WORKS (PART-C) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S160

225 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25 SUPPLY OF FLANGES


WORKS (PART-C)
226 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of flanges as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0053
(Technical Notes for Flanges) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

227 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V5 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-C) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 48.3 mm Wall thickness (mm)/ Schedule XS

Page 46 of 66

Page 727 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

228 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V6 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-C) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule XS

229 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V7 Flanges for Piping (PMS) Type Socket Welded (SW) 10 nos INR
WORKS (PART-C) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 26.7 mm Wall thickness (mm)/ Schedule S160

230 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V55 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-C) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 48.3
mm Wall thickness (mm)/ Schedule NA

231 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V233 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-C) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 26.7
mm Wall thickness (mm)/ Schedule S160

232 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.25.1.1V236 Flanges for Piping (PMS) Type Blind Face Raised 10 nos INR
WORKS (PART-C) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 33.4
mm Wall thickness (mm)/ Schedule XS

233 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26 SUPPLY OF FITTINGS


WORKS (PART-C)
234 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of fittings as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0054
(Technical Notes for Fittings) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

235 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V19 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-C) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

Page 47 of 66

Page 728 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

236 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

237 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

238 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

239 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V214 Type FULL COUPLING Ends/ Rating Socket Welded / 10 nos INR
WORKS (PART-C) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

240 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V226 Type CONCENTRIC SWAGE Ends/ Rating Socket 15 nos INR
WORKS (PART-C) Welded / 6000# Standard BS-3799 Material ASTM A
105 OD1 26.7 mm Wall thickness (mm)/ Schedule 1
NA OD2 21.3 mm Wall thickness (mm)/ Schedule 2 NA

241 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 20 nos INR
WORKS (PART-C) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

242 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 10 nos INR
WORKS (PART-C) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

243 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.27 SUPPLY OF VALVES


WORKS (PART-C)

Page 48 of 66

Page 729 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

244 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details

245 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 30 nos INR
WORKS (PART-C) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
246 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 10 nos INR
WORKS (PART-C) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
247 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-C)
248 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:

249 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
250 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 60 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
251 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 10 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#

Page 49 of 66

Page 730 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

252 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V27 Type Spiral Wound Standard ASME B 16.5 & ASME B 6 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
323.9 mm Rating 600#
253 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 10 nos INR
WORKS (PART-C) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
254 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-C)
255 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-C) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:

256 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V38 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 240 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
257 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V39 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
258 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V40 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 48 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
259 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V41 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 48 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
260 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.37.1.1V42 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 72 nos INR
WORKS (PART-C) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating Xylan Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
261 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-C) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)

Page 50 of 66

Page 731 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

262 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-C) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.

263 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.51.1.1V5 Approximate Distance of transport 100 km 2 MT INR
WORKS (PART-C)

Page 51 of 66

Page 732 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

264 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME70 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-C) ROU

The works shall include, but not limited to, the following:

Laying & Installation of Owner-supplied 3LPE-externally


coated carbon steel line pipes, associated fittings &
accessories etc., as per specifications, drawings, other
provisions of contract & instruction of Engineer-In-Charge
(EIC) including but not limited to, carrying out the following;
Submission of construction procedures for Owner's /
Consultant’s approval, arranging for all additional land
required for Contractor's storage, fabrication, access for
construction site other than Owner’s ROU (18 meters width),
movement of construction equipment etc., supply of all
materials (except owner supplied materials/ free issue
materials), consumables, arranging all construction
equipment, labour etc., as per tender for completing the job
in all respects.

The scope includes pre-construction survey, staking,


clearing, grubbing, grading (as required) of Right of Use
(ROU width 18 meters), obtaining work permits/ working
permissions (as required) from various statutory authorities/
other agencies owning utilities across ROU having
jurisdiction before execution of work and complying with all
stipulations/ conditions/ recommendations of the said
authorities, carrying out construction survey based on site
visit, collection of data (if required) from concerned authority
including validation of crossing details/ drawings etc. issued
by Owner/ Consultant, making of crossing drawings/ any
other document (if required) for obtaining work permits from
concerned statutory/ government authorities.

The scope includes supply and installation of Right of Use


(ROU) Boundary pillars of RCC at every 250 meters/nearest
bunds on either side of ROU, at every turning point and/ or
as directed as per applicable codes & standards & as
directed by EIC including supply of all materials necessary
265 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME70.01 Scope of Work Installation of Pipeline (Line Pipe Free 72630 m INR
WORKS (PART-C) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7 mm

Page 52 of 66

Page 733 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

266 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME70.02 Scope of Work Installation of Pipeline (Line Pipe Free 1430 m INR
WORKS (PART-C) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm

267 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME70.03 Scope of Work Installation of Pipeline (Line Pipe Free 200 m INR
WORKS (PART-C) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm

Page 53 of 66

Page 734 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

268 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME71 LAYING OF STEEL PIPELINE IN RESTRICTED ROU
WORKS (PART-C) (RESERVED FOREST)

Laying/ Installation of line pipe, associated fittings and


accessories, etc. as per specifications, drawings, other
provisions of Contract and Instructions of Engineer-in-
Charge, including but not limited to carrying out the
following: "Receiving and taking-over", handling, loading,
transportation and unloading of Owner supplied Free Issue
Materials (as applicable) from designated place(s) of issue/
dump site(s) to Contractor's own stock-yard(s) including
stringing on the pipeline Right-of-Use (ROU) / Right of Way
(ROW), Arrangement of all additional land required for
Contractor's storage, fabrication, access for construction
(other than Owner provided ROU/ available ROU as per
scope of work); supply of all materials (except Owner
supplied materials, as applicable), consumables,
equipment, labour, etc; Staking and installation of
construction markers, clearing, grubbing, grading (as
required) of Right-of-Use (ROU) / Right of Way (ROW);
Providing Warning Devices (Mat/ Tape or Mesh), as
required; Cutting Trees, if required; Clearing and grading of
ROU in forest areas (ROU width 10 meters) including
counting the number and type of trees cut in presence of
DFO/concerned authorities and co-ordination with forest
authorities for tree cutting, removal of left over trunks and
roots, their stacking and disposal as per the instructions of
the authority having jurisdiction and as per the instructions
of the Engineer-In-Charge including keeping records
thereof.; Trenching to all depths and to a width to
accommodate the pipeline with optical fibre cable/cable
conduit as specified in Scope Document by excavation in all
types of soil (including soft/hard rock etc.), including
additional trenching for seismic and other areas as
specified, blasting, chiselling or otherwise cutting etc.;
Providing trench padding as required with sand/ graded
earth approved by Engineer-in-Charge; Carrying out repairs
of pipe and coating defects not attributable to Owner;
Thorough internal cleaning of all pipes by suitable methods
269 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME71.01 Scope of Work Installation of Pipeline (Line Pipe Free 540 /Weld Jt INR
WORKS (PART-C) issue from Owner) with 2 nos. permanently lubricated HDPE
ducts 40 mm OD for OFC installation (Pipeline works to
include trenching for OFC duct/ OFC Conduit. OFC blowing/
installation works as per separate SOR item) Pipe Material
Grade API 5L Gr. X-65 PSL 2 Pipe OD 406.4 mm Type
of External Coating 3LPE Type of Internal Coating NIL
Type of Soil/ Strata All type of Soil/ Strata Type of
Restricted ROU Reserve Forest Available Width of RoU
10 meters Wall thickness 7 mm

Page 54 of 66

Page 735 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

270 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-C) (CONTINUOUS CONCRETE WEIGHT COATING)

Unit rate for additional work over and above item no.
01PP.ME70/ 01PP.ME71 (as applicable) for supply of all
consumables and materials and application of continuous
concrete weight coating on pipes of all wall thicknesses
except weld joints as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, and performing all
works as per scope of work, specifications, standards and
instructions of Engineer-in-Charge and other provisions of
Contract document. All work shall be executed as per
following details:

271 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72.01 Type of Protection Concrete Weight Coating Pipe OD 930 m INR
WORKS (PART-C) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
272 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72.02 Type of Protection Concrete Weight Coating Pipe OD 100 m INR
WORKS (PART-C) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
273 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME72.03 Type of Protection Concrete Weight Coating Pipe OD 24 m INR
WORKS (PART-C) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
274 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-C) TEXTILE BAGS)

Unit rate for additional work over and above item no.
01PP.ME70/ 01PP.ME71 (as applicable) for design,
manufacture and supply of non-biodegradable geo-textile
bags (made of polypropylene fabric) materials and
installation of geotextile bags duly filled with gravel/stone
ballast on pipelines of all wall thickness for anti-buoyancy as
mentioned below and/or supply of all consumables and
materials in all areas of work except waterbody crossings
covered separately, including carrying out the necessary
weight calculations of geo-textile bags & getting the same
approved from the Owner and performing all works as per
scope of work, specifications, standards and instructions of
Engineer-in-Charge and other provisions of Contract
document. All work shall be executed as per following
details:

275 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 300 m INR
WORKS (PART-C) Pipe Wall Thickness 7 mm
276 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 50 m INR
WORKS (PART-C) Pipe Wall Thickness 7.92 mm

Page 55 of 66

Page 736 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

277 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME73.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 24 m INR
WORKS (PART-C) Pipe Wall Thickness 11.91 mm
278 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-C) ASSISTANCE FOR PIPELINES

Carrying out pre-commissioning activities and pre-


commissioning checks to the specified acceptance criteria,
making the entire pipeline system including stations ready
for commissioning, providing assistance during the
complete duration of commissioning operations, supply/
arrangement of all equipment such as air compressor (to be
made available at per hour rate), water filling pumps etc., all
the water required for pre-commissioning, man-power,
consumables, including all types of pigs and required
quantity of nitrogen (if & as required), carrying out air leak
test of entire pipeline section including SVs at minimum 3
kg/cm2 including supply/ arrangement of air compressor of
sufficient capacity for the purpose with Owner approval etc.,
supply of materials for all temporary works including
erection of temporary piping for filling/draining of water
during commissioning and performing all associated works,
complete as per the relevant specifications, scope of work,
standards, other provisions of Contract document and
instructions of Engineer-in-Charge.

279 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.01 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Dewatering Pipe OD 406.4 mm
280 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.02 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Drying Pipe OD 406.4 mm
281 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.03 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Swabbing Pipe OD 406.4 mm
282 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.04 Pre-Commissioning Works as per details: Type of Activity 75200 m INR
WORKS (PART-C) Inertisation by Nitrogen Pipe OD 355.6 mm
283 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME74.05 Commissioning Assistance: All works for Commissioning 75200 m INR
WORKS (PART-C) assistance as per details below: Pipe OD 406.4 mm

Page 56 of 66

Page 737 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

284 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME75 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-C)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.

NOTES:

1.All the hardware such as adequate number of bar code


scanners, tablets/ laptops & associated IT peripherals and
high accuracy GPS hardware and access to BPCL owned
software for this purpose shall be provided by BPCL as free
issue to the Contractor.
2.The contractor shall update the daily progress of all
construction activities through the Owner provided software
access on a daily basis without fail. Any progress reporting/
285 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME75.01 Carrying out all works for digitization of pipeline construction 75200 m INR
WORKS (PART-C) activity as per appliable provisions of the tender.

Page 57 of 66

Page 738 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

286 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME76 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-C) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING

All works for installation of all above ground/ underground


terminal works at all depths for Sectionalizing Valve
Station(s)/ Station Block Valves including tapping(s) inside
SVs as indicated in Scope document, in all type of terrain
and soil including receiving and taking over of all Owner
supplied materials from Owner's designated place(s) of
issue, transportation including loading, unloading, handling
from Owner's designated place(s) of issue to Contractor's
owned/ hired stock yard(s)/ work site(s)/ work shop(s)
including arranging all necessary intermediate storage
area(s) thereof, as required; supply of all materials (except
those specified subsequently in SOR) equipment,
consumables etc. as defined in Contractor's scope of
supply, and their transportation to the work site(s);
performing all above ground/buried piping fabrication works
including cutting, edge preparation, (inclusive of grinding the
edges of pipes, fittings, flanges etc. to match with the
matching edges of uneven/ different thickness wherever
required), fit up, bending, pre-heating wherever required,
welding, threading etc.; erection of pipes of all types of
supports, installation and supporting of all type of valves up
to size of 1.5"" NB, all types of inline/ online instruments
such as pressure/thermal safety valves (other than those
covered separately in subsequent SOR), fittings of all sizes
i.e., flow tees, blow-down type QOEC, LR Bends, elbows,
reducers, tees, 'O' lets, flanges, blind flanges, spectacle
blinds, spacers and blinds, tappings for pressure
instruments, thermo-wells, vents and drains required for
process and hydro-testing purposes etc.; supply & fixing of
all types of gaskets (including gaskets for RJ flanges if
applicable), stud bolts and nuts, jack screw etc. of all sizes
including torque tightening as applicable; Carrying out all
temporary, ancillary & auxiliary piping works including
installation of SV & SBV in valve pits (design & construction
of valve pits for SVs & SBVs not in the scope of this tender),

Page 58 of 66

Page 739 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

287 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME76.01 Installation of SV inside valve pit (design & construction of 2 nos INR
WORKS (PART-C) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SV tag nos. shall be included in this item:


i)12410-MOV-010 (SV Station: SV-10)
ii)12411-MOV-011 (SV Station: SV-11)

288 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME76.02 Installation of SBV inside valve pit (design & construction of 1 nos INR
WORKS (PART-C) valve pits for SBVs not in the scope of this tender) all
associated flanges, fittings & fasteners & complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SBV tag nos. shall be included in this item:


i)12000-SBV-005 (Location: IP-2)

Page 59 of 66

Page 740 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

289 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME77 PIPE SUPPORT WORKS
WORKS (PART-C)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.

290 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME77.01 CS Structural Steel 1 MT INR
WORKS (PART-C)

Page 60 of 66

Page 741 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

291 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME78 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-C)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.

NOTE:

1.All drones, equipment, manpower, hardware, drone flight


parameters such as the drone’s operational envelope,
location of flight etc. shall fully comply with the rules/
guidelines of the Govt. of India/ DGCA. Any penalty incurred
due to the violation of the same shall be fully borne by the
Contractor without any time or cost implication to the Client
whatsoever.
2.Resolution for Drone Photography & Videography
considering Height of Flight as 80 to 100 meters above
ground level shall be of 4K (3840 x 2140).

292 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME78.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-C) related construction activities. m

Page 61 of 66

Page 742 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

293 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME79 BACKFILLING WITH SELECT SOIL
WORKS (PART-C)
Unit rate over and above item no. 01PP.ME70/ 01PP.ME71
(as applicable) for supply of specified and approved quality
of sand (for station approaches) or approved quality of
cohesion-less soil as backfill material like graded sand,
morrum, silty sand etc. (for seismic zones along pipeline
route) including supply of sand or approved quality of backfill
material like graded sand /other types of soil etc. in place of
available excavated material and/ or other suitable soil as
per applicable standards/ specifications, including backfilling
of excavated trench for specified length after laying of
pipeline and optical fibre cables/ cable conduit, including
transportation of backfill material over all distances and
disposal of surplus excavated soil. All work shall be
executed as per following details:

294 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME79.01 Type of Backfill Station Approach Pipe OD 406.4 mm 250 m INR
WORKS (PART-C) Distance of Transport Within 25km
295 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME79.02 Type of Backfill Station Approach Pipe OD 406.4 mm 250 m INR
WORKS (PART-C) Distance of Transport Beyond 25km

Page 62 of 66

Page 743 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

296 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80 "RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-C)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost)

NOTE:

1. Unit for radiography quantity is Nos. of Circumferential


Weld joints."

297 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
298 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.01 OD 406.4 mm (NB 16 Inch) 7520 nos INR
WORKS (PART-C)
299 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
300 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02.01 OD 60.3 mm (NB 2 Inch) 48 nos INR
WORKS (PART-C)
301 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02.02 OD 114.3 mm (NB 4 Inch) 80 nos INR
WORKS (PART-C)
302 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME80.01.02.03 OD 406.4 mm (NB 16 Inch) 2 nos INR
WORKS (PART-C)

Page 63 of 66

Page 744 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

303 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81 DIGITAL RADIOGRAPHY


WORKS (PART-C)
Performance of Digital Radiographic inspection on pipeline/
piping (as applicable) of all types & thicknesses including
providing or hiring of all necessary equipment and whatever
else even though not expressly mentioned but required to
perform the work as per requirements specified in the piping
scope of work, Digital Radiography specifications and
instructions of Engineer-in-Charge. Radiographs shall be
submitted to the Engineer-in-Charge. (Repeat radiography
due to defective radiograph on repaired joints due to
contractor's fault and for additional radiography necessitated
due to poor performance of contractor's welder shall be
done at contractor's cost).

NOTE:

1. Unit for radiography quantity is nos. of circumferential


weld joints.

304 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
305 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.01 OD 406.4 mm (NB 16 Inch) 3760 nos INR
WORKS (PART-C)
306 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-C)
307 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02.01 OD 60.3 mm (NB 2 Inch) 24 nos INR
WORKS (PART-C)
308 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02.02 OD 114.3 mm (NB 4 Inch) 40 nos INR
WORKS (PART-C)
309 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME81.01.02.03 OD 406.4 mm (NB 16 Inch) 1 nos INR
WORKS (PART-C)

Page 64 of 66

Page 745 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

310 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME82 SOIL STABILIZATION


WORKS (PART-C)
Unit rate for additional works over and above item no.
01PP.ME70/ 01PP.ME71 (as applicable) for supply,
fabrication and installation for protection and stabilization of
banks of water crossings or stabilization of soil in hilly areas
including supply of all materials, equipment, consumables,
manpower and performing works as per drawings, scope of
work, specifications, standards and any additional provision
specific to job requirements as per instructions of Engineer-
in-Charge and provisions of Contract. All work shall be
executed as per following details:

311 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME82.01 Works Related to Bank Stabilization 100 sqm INR
WORKS (PART-C)
312 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME82.02 Works Related to Slope Stabilization 100 SCM INR
WORKS (PART-C)
313 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83 FABRICATION OF LR BENDS
WORKS (PART-C)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.

314 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 20 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
315 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 10 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
316 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 5 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
317 C B414-000-83-41-MK-SOR-9510-C-1M PIPELINE LAYING & HDD 01PP.ME83.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 10 nos INR
WORKS (PART-C) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
BASIC SUB TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %

Page 65 of 66

Page 746 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates ( Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates ( Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
(EXCL GST)

FINAL AMOUNT (EXCL GST) 0.00


GST@18% 0.00
FINAL AMOUNT (INCL GST) 0.00

Page 66 of 66

Page 747 of 4779


DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT

BIDDING DOCUMENT NO: SM/B414-000-MK-T-9510/12 ANNEXURE I TO PART C

WORK: PIPELINE LAYING AND HDD WORKS

NAME OF BIDDER: M/S __________________________

DESCRIPTION RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES


CIF Value of Import Content
included in Quoted Prices for
Column (5) Quantity BASIC SOCIAL
For Item no./ Sl . Unit of Currency:............... CUSTOMS WELFARE
IGST TOTAL CUSTOM
S no. No. as per price Description of Imported items Measurement Quantity Custom Tarrif No DUTY SURCHARGE
(%) DUTY (%)
(1) schedule format (3) (4) (5) (7) (%) (%)
(10) (11)
(2) (6)
(8) (9)

Notes:

1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.

Page 1 of 1

Page 748 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

1D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM METALLIC MATERIALS AND CORROSION
Geometry Pigging
2D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0 Magnetic Cleaning and Electronic Geometry Pigging
Geometry Pigging
3D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.1 Mobilisation/ Demobilisation of pigging tools, tackles, 1 Lumpsu INR
Geometry Pigging consumables, accessories and personnel by Contractor at m
work site including but not limited to magnet pigs, electronic
geometry pigs and pig tracking device, temporary launcher
and receiver as per Specification and other provision of the
bid document including supply of material, equipment,
manpower, etc. as required for geometry inspection and
magnet cleaning in accordance with the EIL Specification
B414-000-06-41-EGP-0001:
A) Mobilisation
B) Demobilisation
NOTE: Lumpsum charge is applicable for Mobilization and
Demobilization charge only, and not for the entire Magnetic
Cleaning and EGP charge.

4D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.2 Magnetic Cleaning: 112589 m INR
Geometry Pigging Running of adequate no. of Magnet Pigs for pipeline
including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report as per Specification and
provisions of the bid document.
5D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.3 Electronic Geometry Pigging: 112589 m INR
Geometry Pigging Running of adequate no. of Electronic Geometry Pig
(Caliper) including pig tracking at 2 to 3 Km interval for each
segment, preparation of site report on pipeline, data
analysis at Contractors facility as per Specification and
provisions of the bid document.
6D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.4 Defect Verification: 1 each INR
Geometry Pigging Defect verification at a max. of 3 locations for each segment
inspected including supply of all tools, tackles, instruments,
personnel and their transportation, all earth work, repair of
pipeline coating wherever exposed, backfilling, work
complete in all respect as per direction of engineer-in-
charge.
NOTE: Unit EACH signifies each segment of the pipeline.

7D B414-000-06-41-MK-SOR-9510-D-1M Magnetic Cleaning and Electronic 01SM.ME0.5 Final Report: 1 Lumpsu INR
Geometry Pigging Preparation of final work report as per agreed format and m
submission to Client / Client's Consultant in total of 4
copies.
8D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT CATHODIC PROTECTION
WORKS (PART-D)

Page 1 of 65

Page 749 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

9D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB1 TEMPORARY CATHODIC PROTECTION:


WORKS (PART-D)
10 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB1.1 Survey, Design, Detail Engineering, Supply, installation, 1 Lumpsu INR
WORKS (PART-D) testing and commissioning, Post commissioning surveys, m
interference mitigation(CDEGS Modelling/Utility Modelling)
of the cathodic protection system of the pipeline. All work
shall be carried out conforming to the scope of work, design
basis, data sheets, specifications, standards, drawings, etc
as per the provisions of GCC, SCC and specification no:
B414-000-06-45-CSW-01 Rev.0

11 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB2 PERMANENT CATHODIC PROTECTION:


WORKS (PART-D)
12 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB2.1 Survey, Design, Detail Engineering, Supply, installation, 1 Lumpsu INR
WORKS (PART-D) testing and commissioning of the cathodic protection m
system of the pipeline. All work shall be carried out
conforming to the scope of work, design basis, data sheets,
specifications, standards, drawings, etc as per the
provisions of GCC, SCC and specification no: B414-000-06-
45-CSW-01 Rev.0
13 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB3 SPECIAL TOOLS FOR CP & ROU MAINTENANCE
WORKS (PART-D)
14 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB3.1 Holiday Detector 1 nos INR
WORKS (PART-D)
15 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB3.2 Pipeline Defect Mappers including features of pipeline 2 nos INR
WORKS (PART-D) locator CAT instrument
16 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4 CATHODIC PROTECTION SYSTEM POST
WORKS (PART-D) COMMISSIONING SURVEYS
17 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.1 Close Interval Potential Logging (CIPL) survey: 188.911 km INR
WORKS (PART-D)
Conducting Close Interval ON/OFF Potential Logging
Survey at an interval of 1 m over the buried line in the right
of way including the cost of all expert manpower,
transportation and camping facilities etc. to their employees,
materials, test instruments, equipment's, consumables etc.,
required for the survey as per the standard specifications,
and approved procedures identification of areas/locations
where coating repair is required along with suggestion for
remedial measures etc. including the submission of draft
reports in 2 sets and incorporation of owner's comments in
the draft report and final reports in 6 sets including one soft
copy containing the survey results in the graphical as well
as tabular forms computerized color print and complete in
all respects and directions of Site Engineer / Engineer-in-
Charge.

Page 2 of 65

Page 750 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

18 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.2 Current Attenuation test (CAT) survey: 188.911 km INR
WORKS (PART-D)
Current Attenuation test (CAT) survey of the entire pipeline
to check the condition of the coating and classify the health
of the coating, identify sections with high decibel loss which
could be due to coating faults or shorted casings. The CAT
survey shall be done at interval of 50 mtr.

19 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.3 Direct current Voltage gradient (DCVG) Survey: 57 km INR
WORKS (PART-D)
Direct current Voltage gradient (DCVG) at locations
identified by CIPL survey to locate holidays, size the
holidays and determine whether the holidays are anodic or
cathodic. Conducting Direct Current Voltage Gradient
Survey over the buried line to identify / pin point the coating
defects in the right of way including the cost of all expert
manpower, transportation and camping facilities etc. to their
employees, materials, test instruments, equipment,
consumables etc., required for the survey as per the
standard specifications and approved procedures,
identification of areas/locations where coating repair is
required along with suggestion for remedial measures etc.
including the submission of draft reports in 2 sets and
incorporation of owner's comments in the draft report and
final reports in 6 sets including one soft copy containing the
survey results in the graphical as well as tabular forms
computerized color print and complete in all respects as per
directions of Site Engineer /Engineer-in-Charge.

Note : The item includes establishing the coating defect at


specified locations by excavation in coordination with
mainline contractor, who will arrange to repair the defects.

20 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.4 Coating conductance survey at every 10 km at Type A1 TLP 19 km INR
WORKS (PART-D) and HDD locations:

Conducting "Coating-Resistance Survey" for calculation of


effective coating resistance of the pipeline in ohms-sq.m.
along the entire pipeline and plotting on SEMILOG or X-Y
GRAPH & submitting the reporting graphical form as well as
soft copy as per Specification / approved procedure and
directions of Site Engineer / Engineer-in-Charge.

Page 3 of 65

Page 751 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

21 D B414-000-06-45-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CT.MB4.5 Interference Survey and mitigation using software modeling 1 Lumpsu INR
WORKS (PART-D) (CDEGS Modelling/Utility Modelling): m

All work shall be carried out conforming to the scope of


work, design basis, datasheets, specifications, standards,
drawings, etc. as per the provisions of GCC, SCC and
specification no: B414-000-06-45-CSW-01 Rev.0

22 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II INSTRUMENTATION


WORKS (PART-D)
23 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000 TELECOMMUNICATION WORKS
WORKS (PART-D)
24 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6 OPTICAL FIBRE CABLE INSTALLATION
WORKS (PART-D)
25 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.1 Submission of OFC alignment sheets, as-built drawings and 1 Lumpsu INR
WORKS (PART-D) all documentation in accordance with the specifications. m

26 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC01 Supply of Jointing closures with 4 entry ports, jointing 64 nos INR
WORKS (PART-D) chamber materials and any other items required for jointing
of 24 Fibres OFC (Fusion splicing only) with sleeve
protectors, Factory acceptance testing, storage, and
transportation to site, loading, unloading, jointing of OFC all
complete as per specifications provided in the bid document
and direction of CLIENT/CONSULTANT.

27 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC02 Supply and installation of Jointing Pit, including sand, OFC 64 nos INR
WORKS (PART-D) joint identification marker including GPS coordinates, back
filling as required etc. all complete
28 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.7 Supply and installation of Electronic marker system
WORKS (PART-D) consisting of:
29 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.7.1 Electronic Marker 224 nos INR
WORKS (PART-D)
30 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.7.2 Marker locator 1 nos INR
WORKS (PART-D)
31 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.8 Site acceptance Testing of the laid OFC, all complete as per 1 Lumpsu INR
WORKS (PART-D) specification and direction of CLIENT/CONSULTANT. m

32 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.15 Supply of Permanently lubricated HDPE conduit for
WORKS (PART-D) following sizes in required length of pressure rating 6
kgf/cm2 to be laid in pipeline trench or in separate trench
directly or inside CS conduit including FAT, storage,
transportation to site, loading, unloading etc. all complete

33 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.15.1V2 Duct with nominal diameter 40 mm 229500 m INR
WORKS (PART-D)

Page 4 of 65

Page 752 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

34 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.16 Laying, Testing and commissioning of the following sizes of
WORKS (PART-D) HDPE duct/pipe of pressure rating 6 kgf/cm2, including
supply of clamps, small iron structures, spacers, and duct
accessories like push-fit couplers, bends and elbows, end
plugs, simple plugs, sonic heads, etc, and including small
civil works, cleaning with compressed air, calibrating, testing
for air tightness, sealing of ends, including all labour and
materials, as per directions of the Engineer-in-Charge.

35 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.16.1V2 Duct with nominal diameter 40 mm 229500 m INR
WORKS (PART-D)
36 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC04 Supply, handling, transportation to site, installation, testing 10 nos INR
WORKS (PART-D) and commissioning of 48 Ports Wall Mount Fibre
Termination Closure (FTC) with SC connectors suitable for
2 numbers of 24 Fibres OFC Cable (18 x G.652 & 6 x G.655
) including pigtails, Splice protection sleeve, splice tray and
splicing the cables with pigtails, Cable glands, termination of
OFC, including supply & installation of loop box (separate
for each OFC), including all labour and materials all
complete suitable for 2 nos. of 24 Fibres OFC (In/Out) with
spare

37 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.MC03 Installation & laying of OFC in pipeline trench through 223600 m INR
WORKS (PART-D) HDPE/CS conduit by blowing method, trenching and
excavation as required, padding, backfilling, restoration of
land & other constructions, as applicable to original
conditions etc. including supply and installation of Blowing
Pits, supply and use of all materials required like sand,
couplers, end plugs etc. all complete

38 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.19 Installation & laying of OFC in separate trench directly or 1100 m INR
WORKS (PART-D) through HDPE/CS conduit by blowing method, trenching
and excavation as required, padding, backfilling, restoration
of land & other constructions, as applicable to original
conditions etc., including supply and use of all materials
required like warning mats, couplers, end plugs etc. all
complete
39 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.21 Installation and Laying of OFC through permanently 4600 m INR
WORKS (PART-D) lubricated HDPE conduit (which is sub-ducted in CS
conduit) including supply and use of all materials required
like couplers, end plug etc. all complete as per the job
specification (Supply & Installation of CS Conduit are
covered in the Pipeline laying Section of the tender)

Page 5 of 65

Page 753 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

40 D B414-000-16-51-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01II.1000.6.23 Supply & installation of OFC route marker (Metallic Marker) 110 nos INR
WORKS (PART-D) on the Optical Fibre Cable laying route inside the terminals
as per specifications and direction of
CLIENT/CONSULTANT.
41 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS STRUCTURAL
WORKS (PART-D)
42 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1 EARTH WORK (REFER SPECIFICATION NO. 6-68-0003)
WORKS (PART-D)
43 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.1 Earthwork excavation in soil
WORKS (PART-D)
44 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.1.1 Earth work in EXCAVATION below ground level for all kinds 65 m³ INR
WORKS (PART-D) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
upto 1.5m including removal of vegetation, shrubs and
debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.

45 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.1.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works in ALL TYPES OF SOILS EXCEPT SOFT ROCK
AND HARD ROCK as classified in specification for a depth
beyond 1.5m and upto and inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.

46 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.2 Earthwork excavation in soft rock
WORKS (PART-D)

Page 6 of 65

Page 754 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

47 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.2.1 Earth work in EXCAVATION below ground level for all kinds 20 m³ INR
WORKS (PART-D) of works in SOFT ROCK as classified in specification for a
depth upto 1.5m including removal of vegetation, shrubs
and debris, cutting and dressing of sides in slopes, levelling,
grading and ramming of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works and disposal or stacking
of excavated material within a lead of 100m, as directed
including providing temporary supports to existing service
lines like water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding shoring
and strutting.

48 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.2.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works in SOFT ROCK as classified in specification for a
depth beyond 1.5m and upto & inclusive of 3.0m including
removal of vegetation, shrubs and debris, cutting and
dressing of sides in slopes, levelling, grading and ramming
of bottoms, dewatering of accumulated water from any
source and keeping the surface dry for subsequent works
and disposal or stacking of excavated material within a lead
of 100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all complete,
but excluding shoring and strutting.

49 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.4 Earthwork excavation by controlled blasting (Explosive/ Non-
WORKS (PART-D) explosive)

Page 7 of 65

Page 755 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

50 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.4.1 Earthwork in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-D) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth of 1.5m including all related work for blasting such
as drilling, supplying, storage & charging of explosives
making necessary safety measures around the area,
chiselling and cutting to required levels, dressing & trimming
of sides, levelling & grading of bottoms, dewatering of
accumulated water from any source and keeping the
surface dry for subsequent works & disposal of spoils to
spoil heaps and stacking of usable excavated materials
within a lead of 100m etc. as directed including providing
temporary support to existing structures, service lines like
water pipes, sewage pipes, electric overhead and
underground cable etc. all complete.

51 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.4.2 Earthwork in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works by CONTROLLED BLASTING IN HARD ROCKS,
using blasting mats, GI Sheets, steel plates, nylon nets etc.
including counter weight loading of the area to be blasted by
sand bags where required, removal of all sand bags and
blast control mats, GI Sheets, nets etc. after blasting etc. for
a depth beyond 1.5m and upto & inclusive of 3.0m including
all related work for blasting such as drilling, supplying,
storage & charging of explosives making necessary safety
measures around the area, chiselling & cutting to required
levels, dressing & trimming of sides, levelling & grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works &
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. as directed
including providing temporary support to existing structures,
service lines like water pipes, sewage pipes, electric
overhead and underground cable etc. all complete.

52 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.5 Earthwork excavation by chiselling


WORKS (PART-D)

Page 8 of 65

Page 756 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

53 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.5.1 Earth work in EXCAVATION below ground level for all kinds 10 m³ INR
WORKS (PART-D) of works in HARD ROCKS for a depth upto 1.5m by
CHISELLING (pneumatic or manual), wedging or any other
agreed methods (where blasting is prohibited for any reason
or as decided) including all related works, all equipments
required for chiselling, and cutting upto required levels,
dressing and trimming of sides, levelling and grading of
bottoms, dewatering of accumulated water from any source
and keeping the surface dry for subsequent works and
disposal of spoils to spoil heaps and stacking of usable
excavated materials within a lead of 100m etc. all complete
as directed including providing temporary supports to
existing service lines like waterpipes, sewage pipes, electric
overhead and underground cables etc. all complete.

54 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.5.2 Earth work in EXCAVATION below ground level for all kinds 5 m³ INR
WORKS (PART-D) of works in HARD ROCKS for a depth beyond 1.5m and
upto & inclusive of 3.0m by CHISELLING (pneumatic or
manual), wedging or any other agreed methods (where
blasting is prohibited for any reason or as decided) including
all related works, all equipments required for chiselling, and
cutting upto required levels, dressing and trimming of sides,
levelling and grading of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal of spoils to spoil heaps and
stacking of usable excavated materials within a lead of
100m etc. all complete as directed including providing
temporary supports to existing service lines like waterpipes,
sewage pipes, electric overhead and underground cables
etc. all complete.

55 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.6 SHORING AND STRUTTING


WORKS (PART-D)
56 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.6.1 Providing and installing approved type of "SHORING AND 15 m² INR
WORKS (PART-D) STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
57 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.6.2 Providing and installing approved type of "SHORING AND 5 m² INR
WORKS (PART-D) STRUTTING" by close timbering method for all depths to
retain earth including dismantling and removal of the same
etc. from site after completion of work etc. all complete as
directed.
58 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.7 Backfilling after execution of work
WORKS (PART-D)

Page 9 of 65

Page 757 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

59 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.7.1 BACKFILLING after execution of the WORK to proper grade 200 m³ INR
WORKS (PART-D) and level with selected materials from available excavated
soil from spoil heaps within a LEAD OF 100M, including re-
excavating the deposited soil excavated earlier, breaking
clods, laying at all depths and heights in layers of thickness
not exceeding 15 Cms. watering, rolling and ramming by
manual methods/ mechanical compactors to achieve 90%
laboratory maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

60 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.7.2 BACKFILLING after execution of the WORK to proper grade 5 m³ INR
WORKS (PART-D) and level with selected materials from available excavated
soil from spoil heaps beyond a LEAD OF 100M AND UPTO
& INCLUSIVE OF 500M including re-excavating the
deposited soil excavated earlier, breaking clods, laying at all
depths and heights in layers of thickness not exceeding 15
Cms. watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% laboratory
maximum dry density, dressing, trimming etc. in
foundations, plinths, trenches, pits etc. all complete.

61 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.9 Earthwork Filling by excavation


WORKS (PART-D)
62 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.9.4 EARTHWORK IN FILLING by excavating the earth from 15 m³ INR
WORKS (PART-D) BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.

63 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.10 Transporting & Disposing the SURPLUS EARTH AND
WORKS (PART-D) DEBRIS

Page 10 of 65

Page 758 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

64 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.10.1 Transporting and disposing the SURPLUS EARTH AND 30 m³ INR
WORKS (PART-D) DEBRIS including shrubs and vegetations from construction
area beyond the initial LEAD OF 100M AND UPTO 1KM
including re-excavating the deposited soil excavated earlier,
transportation, loading, unloading, laying at all depths and
heights, stacking, levelling and dressing both the area (viz.
from where the earth is transported and where it is
deposited) to required levels and slopes complete with all
lifts as directed. For carting on the basis of truck
measurements (volume of truck reduced by 30% for voids).

65 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.10.5 "Transporting and disposing the SURPLUS EARTH AND 25 m³ INR
WORKS (PART-D) DEBRIS including shrubs and vegetations from construction
areas to areas ANYWHERE OUTSIDE THE PLANT
BOUNDARY, including re-excavating the deposited soil
excavated earlier, loading, transportation, unloading, laying
at all depths and heights, stacking, levelling and dressing
both the area (viz. from where the earth is transported and
where it is deposited) to required levels and slopes
complete with all lifts as directed. For carting on the basis of
truck measurements (volume of truck reduced by 30% for
voids). DISPOSAL AREAS OUTSIDE PLANT BOUNDARY
TO BE ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.
"

66 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.11 Transportation of ROCK material


WORKS (PART-D)
67 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.11.1 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-D) item Nos. 01CS.1.2 to 01CS.1.5 BEYOND INITIAL LEAD
OF 100M AND UPTO 1KM to the area of disposal including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids).

Page 11 of 65

Page 759 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

68 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.1.11.5 Transportation of ROCK material coming out of operation of 25 m³ INR
WORKS (PART-D) item Nos. 01CS.1.2 to 01CS.1.5 UPTO the area of disposal
ANYWHERE OUTSIDE THE PLANT BOUNDARY including
loading, unloading, laying at all depths and heights,
stacking, spreading, levelling at an area of disposal as
directed. For carting on the basis of Truck Measurements
(volume of truck reduced by 50% for voids). DISPOSAL
AREAS OUTSIDE PLANT BOUNDARY TO BE
ARRANGED BY THE CONTRACTOR. Royalty as
applicable for disposal outside plant limits to be borne by the
Contractor.

69 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
WORKS (PART-D) SPECIFICATION NO. 6-68-0004)
70 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.17 PCC - Non FIM Items
WORKS (PART-D)
71 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.17.1 Providing and laying PLAIN CEMENT CONCRETE for all 10 m³ INR
WORKS (PART-D) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete of nominal
mix 1:5:10 by mass (1 Cement: 5 Coarse Sand: 10 Crushed
Stone Aggregates/Gravels) with 40mm and down size
graded crushed stone aggregates/Gravels. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.

72 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.17.8 Providing and laying PLAIN CEMENT CONCRETE for all 1 m³ INR
WORKS (PART-D) depths below and upto plinth level in foundations, drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape, position,
thickness and finishing the top surface rough or smooth as
specified and directed all complete for concrete grade M20
with 20mm and down size graded crushed stone
aggregates/Gravels. ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.

73 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.18 RCC Substrutures - Non FIM Items
WORKS (PART-D)

Page 12 of 65

Page 760 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

74 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.18.17 Providing and laying REINFORCED CEMENT CONCRETE 50 m³ INR
WORKS (PART-D) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals, pipe
sleepers, columns, suspended floors, staircases, landings,
steps, brackets etc., including equipment/ machine
foundations & pedestals viz. compressors, ID & FD fans,
pumps, generators, crushers, mills, etc., (including single
pour concreting as specified on the drawing), applying
cement wash on concrete surface (wherever no other
surface application is specified), providing pockets,
openings, recesses, chamfering, etc., wherever required,
vibrating, tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level in
any shape, position and thickness etc. all complete as
specified, shown and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE CONTRACTOR.

75 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.19 RCC Superstructures - Non FIM Items
WORKS (PART-D)

Page 13 of 65

Page 761 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

76 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.19.17 Providing and laying REINFORCED CEMENT CONCRETE 1 m³ INR
WORKS (PART-D) OF M-30 GRADE with 20 mm and down size graded
crushed stone aggregates/ gravel in SUPER STRUCTURE
in suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies, lintels,
girders, ducts, brackets, chajjas with drip moulds, pedestals,
posts, struts, equipment/ machine foundations, ramps etc.
(including single pour concreting as specified on the
drawing), providing cement wash (wherever no other surface
application is specified), providing pockets, openings,
recesses, chamfering wherever required, vibrating, tamping,
curing and rendering if required to give a smooth and even
surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING AND SPECIFIED
ADMIXTURES) FOR ALL HEIGHTS UPTO & INCLUSIVE
OF 20 m ABOVE PLINTH LEVEL in any shape, position,
thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

77 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.22 Precast Elements - Non FIM Items
WORKS (PART-D)
78 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.22.27 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-D) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit upto and inclusive of 1000 kg.
for all leads, levels below plinth, shapes and thickness
including all moulds, shuttering and centering, vibrating,
tamping, curing, chamfering wherever required, providing
lifting hooks, metal inserts, making holes, pockets, (only
M.S. inserts to be measured & paid separately) transporting
to site, erecting, levelling, aligning and fixing in position with
cement mortar 1:3 (Cement : 3 Coarse Sand), breaking
bricks and/ or concrete surfaces and making good the same
etc. all complete (excluding the Cost of Reinforcement) and
as directed. All materials including cement supplied by the
contractor.

Page 14 of 65

Page 762 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

79 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.22.28 Manufacturing, transporting, supplying and erecting in 1 m³ INR
WORKS (PART-D) position Reinforced Cement Concrete PRECAST
ELEMENTS such as manholes, catch-basins, pits, pipe
sleepers, box-culverts, drains, trenches, etc. of M-30 grade
with 20mm and down size graded crushed stone
aggregates/ gravel, each unit beyond 1000 kg and upto and
inclusive of 3000 kg. for all leads, levels below plinth,
shapes and thickness including all moulds, shuttering and
centering, vibrating, tamping, curing, chamfering wherever
required, providing lifting hooks, metal inserts, making
holes, pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling, aligning
and fixing in position with cement mortar 1:3 (Cement : 3
Coarse Sand), breaking bricks and/ or concrete surfaces
and making good the same etc. all complete (excluding the
Cost of Reinforcement) and as directed. All materials
including cement supplied by the contractor.

80 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.23 HYD Bars / MS Bars - Non FIM Items
WORKS (PART-D)
81 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.23.8 Supplying and placing in position HIGH YEILD-STRENGTH 6 MT INR
WORKS (PART-D) DEFORMED STEEL BARS REINFORCEMENT of Grade
Fe500D TMT conforming to IS:1786, for RCC work including
transporting the Steel, straightening, cleaning, decoiling,
cutting, bending to required shapes and lengths as per
details, binding with 18 SWG black soft annealed binding
wire at every intersection, supplying and placing with proper
cover blocks, supports, chairs, overlaps, welding, spacers,
fanhooks etc. for all heights and depths etc. all complete as
directed. SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.

82 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.25 Centering and Shuttering - Non FIM Items
WORKS (PART-D)

Page 15 of 65

Page 763 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

83 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.25.1 Providing and fixing CENTERING AND SHUTTERING in 150 m² INR
WORKS (PART-D) foundations, footings,raft beams, slabs, pile caps, retaining
walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments, pipe
sleepers, columns, plinth beams, lintels, suspended slabs,
beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

84 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.25.2 Providing and fixing CENTERING AND SHUTTERING in 5 m² INR
WORKS (PART-D) superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single pour
concreting, strutting, bracing, propping etc., keeping the
same in position during concreting and removal of the same
after specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting dowels,
anchor bolts or any other fixture etc. all complete and as
specified and directed.

85 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.29 Fixing Re-bars in already cast concrete - Non FIM Items
WORKS (PART-D)
86 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.29.1 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-D) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. upto 12 mm of
Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

Page 16 of 65

Page 764 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

87 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.2.29.2 Designing, supplying and fixing rebars in already cast 5 each INR
WORKS (PART-D) concrete, including drilling, cleaning hole with air blow-out &
wire-brush and injecting odourless Chemical of approved
make, packed in dual foil, with the help of dispenser into a
hole of diameter and depth as per manufacture
specification, at all levels & locations for high strength
deformed steel reinforcement bars of dia. 16 mm & 20 mm
of Grade Fe500D (conforming to IS:1786), DESIGNED FOR
FULL TENSILE ANCHORAGE, including testing (as per
manufacturer's recommendations), adjusting and making
good any damage done to the structure etc. all complete as
specified and directed. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE EXCLUDING REINFORCEMENT
BARS.

88 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3 CONCRETE FOR LIQUID RETAINING/LEAK PROOF
WORKS (PART-D) STRUCTURES (REFER SPECIFICATION NO.6-68-0005
89 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.3 RCC - Non FIM Items
WORKS (PART-D)
90 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.3.13 Providing and laying Leak Proof Reinforced Cement 10 m³ INR
WORKS (PART-D) Concrete of GRADE M-30 (minimum Cement content shall
be as per EIL Specifications) with 20 mm and down size
graded crushed stone aggregates/ gravel at all positions and
in any shape and thickness, in SUB-STRUCTURE, leaving
pockets, recesses, vibrating, tamping, curing, testing (for
leak-proofness) and rendering (if required to give smooth
and even surface) in foundations, walls , beams, buttresses,
columns, piers, slabs, tunnels, basements, storage bins,
reservoirs etc. including cement wash (if no other surface
application is specified) but excluding the cost of
Reinforcement, Shuttering and specified admixtures, all
complete as specified and directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.

91 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.4 Water Proofing Comp. - Non FIM Items
WORKS (PART-D)
92 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.4.1 Supplying and mixing of approved brand of integral WATER 1 kg INR
WORKS (PART-D) PROOFING COMPOUND in cement concrete, cement
mortar etc. as per manufacturer's specifications or 1% by
weight of cement (whichever is minimum), to make it leak
proof/ water tight etc. all complete as specified and directed.

93 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.5 PVC Water bars - Non FIM Items
WORKS (PART-D)

Page 17 of 65

Page 765 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

94 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.3.5.2 Supplying and fixing in position 230mm wide x 5mm thick 5m INR
WORKS (PART-D) approved PVC WATER STOPS as per manufacturer's
specifications in R.C.C. Structures including cutting, fixing,
jointing by vulcanising etc. all complete as shown specified
and directed.
95 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
WORKS (PART-D)
96 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.3 General Steel Works - Non FIM Items
WORKS (PART-D)
97 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.3.MF01 Supplying, transporting, storing, fabricating & erecting in 2 MT INR
WORKS (PART-D) position and testing/examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20m ABOVE HPP/ FGL,
including all built up sections/ compound sections made out
of rolled sections and/or plates/ bent plates in all types of
structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same after
erection, grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified, including preparation and
submission of detailed fabrication drawings, preparing the
surface for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron DFT)
as per EIL Specification No. 6-79-0020 (or as per Job
Specification, wherever applicable) after fabrication etc., all
complete. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.

98 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.4 Painting - Non FIM Items
WORKS (PART-D)

Page 18 of 65

Page 766 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

99 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.4.8 Supplying and applying COATING (Post-erection/ Field) of 2 MT INR
WORKS (PART-D) approved quality and shade as per Sl. No. 9.2 of Table 9.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable), for steel structures
(excluding ladders, spiral stairways & hand rails) at all
location & levels, all complete as specified, for OFFSITE
(INLAND) areas considering environment classification as
INDUSTRIAL. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE.(Unit rate based on Structural
steel weight).

100 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.4.4.11 Supplying and applying COATING (Post-erection/ Field) of 0.5 MT INR
WORKS (PART-D) approved quality and shade as per Sl. No. 8.1 of Table 8.0
of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) for painting over the
coat of shop primer & galvanisation already applied,
including storage, surface preparation, degreasing, cleaning,
drying, providing necessary arrangement for access, testing
etc. including touching up of shop primer coat, for
LADDERS, SPIRAL STAIRWAYS & HAND RAILS at all
location & levels, all complete as specified. SUPPLY OF
ALL MATERIAL IN CONTRACTOR'S SCOPE. (Unit rate
based on weight of steel).

101 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO.
WORKS (PART-D) 6-68-0008
102 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.15 Anchor Bolts - Non FIM Items
WORKS (PART-D)

Page 19 of 65

Page 767 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

103 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.15.1 Supplying, fabricating, fixing and keeping in position at all 0.2 MT INR
WORKS (PART-D) levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to required
diameter, threading, welding, providing necessary templates
and auxiliary dummy structures, if any, necessary tying and
welding with reinforcement, adjustment of shuttering &
reinforcement/any other fixture, greasing exposed metal
surfaces, covering bolts and packing the sleeves with jute
cloth etc. all complete as specified and directed.(SUPPLY
OF ALL MATERIALS IN CONTRACTOR'S SCOPE).

104 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.16 MS Metal Inserts - Non FIM Items
WORKS (PART-D)
105 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.16.1 Supplying, transporting, storing, fabricating and fixing in 1 MT INR
WORKS (PART-D) position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced Cement
concrete members inclusive of adjusting shuttering &
reinforcement/ any other fixture, welding where necessary,
tying and holding to correct level, line and position, any
auxiliary dummy structures to support the heavy inserts,
painting exposed surfaces with a coat of primer as per EIL
Specification No. 6-79-0020 (or as per Job Specification
wherever applicable), etc. all complete for all depths and
heights as specified and directed. (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).

106 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.17 GI Pipe Sleeves - Non FIM Items
WORKS (PART-D)

Page 20 of 65

Page 768 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

107 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.17.1 Supplying, fabricating and fixing in position G.I. PIPE 0.1 MT INR
WORKS (PART-D) SLEEVES of all diameters including providing necessary
staging, cutting, straightening if required, bolting, welding as
required and embedding in position on both Plain and
Reinforced Cement concrete members inclusive of adjusting
shuttering & reinforcement/any other fixture, welding where
necessary, tying and holding to correct level, line and
position, any auxiliary dummy structures to support heavy
sleeves etc. all complete for all depths and heights as
specified and directed.

108 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.18 MS Chequered Plates - Non FIM Items
WORKS (PART-D)
109 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.18.1 Supplying, fabricating and erecting in position at all levels 0.1 MT INR
WORKS (PART-D) and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening if
required, making the edges smooth, removing the burrs,
fixing, welding, preparation and submission of fabrication
drawings and preparing the surfaces for painting and
applying shop primer as per EIL Specification No. 6-79-0020
(or Job Specification, wherever applicable) after fabrication
etc. all complete as specified and directed. (SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE).

110 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.19 MS Grating Cat. A,B - Non FIM Items
WORKS (PART-D)
111 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.19.6 Supplying, fabricating and erecting in position at all levels 3 MT INR
WORKS (PART-D) and locations ELECTROFORGED GALVANISED GRATING
(purchased from approved manufacturer by the Contractor)
conforming to EIL Standard No. 7-68-0697 (in walkways,
platforms, stair treads etc.) and EIL Standard No. 7-65-0206
(in catch basins, drains, etc.) including cutting to required
size, shape, making holes, notches, openings of required
size, nosing, straightening if required, making the edges
smooth, removing the burrs, fixing with manufacturer's
supplied galvanised clamps, preparation and submission of
fabrication drawings, all complete as specified and directed
(SUPPLY OF ALL MATERIALS IN CONTRACTOR'S
SCOPE).

112 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.22 MS Rungs - Non FIM Items
WORKS (PART-D)

Page 21 of 65

Page 769 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

113 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.22.1 Supplying, fabricating, fixing and keeping in position M.S. 1 kg INR
WORKS (PART-D) RUNGS in R.C.C. works at all depths and heights including
handling, transporting the steel to site workshop and site of
work, straightening, if required, cutting, bending to shape,
necessary tying and welding with reinforcement, adjustment
of shuttering, cleaning, surface preparation, shop primer as
per EIL Spec. 6-79-0020 (or Job Specification, wherever
applicable) and two coats of anticorrosive paint of approved
quality on the exposed portion of rungs etc. all complete as
specified and directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).

114 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.23 Hand Railing 1000mm - Non FIM Items
WORKS (PART-D)
115 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.23.ME01 Supplying, fabricating and fixing in position at all locations 20 metre INR
WORKS (PART-D) 1000mm high INCLINED HAND RAILING (for staircases)
consisting of top rail, mid rail and vertical posts (Maximum
spacing 1500mm c/c) with 32mm nominal diameter medium
grade M.S. Tubes conforming to IS:1239 including
straightening if required, cutting, bending, bolting, grouting
with ordinary grout, cleaning, surface preparation, hot-dip
galvanising (80-85 micron as per IS:4759, IS:2629, IS:
4736, IS:2633), shop primer (1 coat of P6 of 40 micron) as
per Sl. No. 8.1 of Table 8.0 of EIL SPEC. 6-79-0020 (or as
per Job Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings) (SUPPLY
OF ALLMATERIALS IN CONTRACTOR'S SCOPE).
(Complete handrail work shall be measured as length of top
rail only and not length of each element fixed).

Page 22 of 65

Page 770 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

116 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.23.ME02 "Supplying, fabricating and fixing in position at all locations 70 metre INR
WORKS (PART-D) 1000mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and
directed. Inter Connection of rail and post shall be pre fab
built up screwed / clamped connection(Kee
clamps/structural pipe fitting/tube fittings) (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).

117 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.24 Hand Railing 500mm - Non FIM Items
WORKS (PART-D)

Page 23 of 65

Page 771 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

118 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.24.ME02 Supplying, fabricating and fixing in position at all locations 5 metre INR
WORKS (PART-D) 500mm high HORIZONTAL HAND RAILING (for platforms,
walkways, etc. or any other location as directed) consisting
of top rail, mid rail and vertical posts (Maximum spacing
1500mm c/c) with 32mm nominal diameter medium grade
MS Tubes conforming to IS:1239 and 100x5 MS Toe Plate
confirming to IS:2062 (Grade A/B), including straightening if
required, cutting, bending, bolting, grouting with ordinary
grout, cleaning, surface preparation, hot-dip galvanising (80-
85 micron as per IS:4759, IS:2629, IS: 4736, IS:2633), shop
primer (1 coat of P6 of 40 micron) as per Sl. No. 8.1 of
Table 8.0 of EIL SPEC. 6-79-0020 (or as per Job
Specification, wherever applicable), preparation and
submission of fabrication drawings etc. all complete as
specified, shown and directed. Inter Connection of rail and
post shall be pre fab built up screwed / clamped connection
(Kee clamps/structural pipe fitting/tube fittings)(SUPPLY OF
ALL MATERIALS IN CONTRACTOR'S SCOPE). (Complete
handrail work shall be measured as length of top rail only
and not length of each element fixed).

119 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25 Mechanical Anchor fastners - Non FIM Items
WORKS (PART-D)
120 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 12mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

Page 24 of 65

Page 772 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

121 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

122 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.25.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved MECHANICAL ANCHOR FASTENERS M.S. bolts
of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns etc.
according to manufacturer's specifications including all
accessories like nuts, washers etc. of required size, testing,
necessary scaffolding, drilling of the holes in concrete
surface with electric drill, cleaning of holes with air blowout
& wire-brush, and making good any damage done to the
structure etc. all complete for all heights, depths and
locations as specified and directed.
"

123 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26 Chemical Anchor Fastner
WORKS (PART-D)

Page 25 of 65

Page 773 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

124 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26.1 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
12mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size, testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

125 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26.2 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
16mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

Page 26 of 65

Page 774 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

126 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.6.26.3 "Supplying, handling, transporting to site of work and fixing 5 each INR
WORKS (PART-D) approved CHEMICAL ANCHOR FASTENERS consisting of
M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved for
use in cracked concrete), packed in flexible chemical foil or
dual foil type, to be used with the help of dispenser, of
20mm dia. at specified positions on concrete floors, roofs,
beams (sides and bottom), walls, columns etc. according to
manufacturer's specifications including all accessories like
nuts, washers etc. of required size., testing, necessary
scaffolding, drilling of the holes in concrete surface with
electric drill, cleaning of holes with air blowout & wire-brush
and making good any damage done to the structure etc. all
complete for all heights, depths and locations as specified
and directed.
"

127 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7 BRICK MASONRY (REFER SPECIFICATION NO.6-68-
WORKS (PART-D) 0009)
128 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7.9 CLASS 5.0 at all depths -Non FIM Items
WORKS (PART-D)
129 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7.9.1 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-D) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all depths below plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

Page 27 of 65

Page 775 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

130 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.7.9.2 Providing and laying BRICK MASONRY WITH BRICKS OF 1 m³ INR
WORKS (PART-D) CLASS 5.0 in cement mortar 1:6 (1 Cement : 6 Sand) in one
or more brick thickness and in any shape (excluding
circular/curved brick masonry) at all heights above plinth
level including the cost of materials, labour, scaffolding/
staging, sampling & testing, soaking of bricks, cutting and
laying of bricks, providing recesses, making openings of any
shape & size, finishing the joints flush below ground level
and raking out the joints above ground level, sealing the gap
between masonry and soffit of beam/slab, embedding the
fittings & fixtures, curing, etc. all complete as per
specifications. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.

131 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-
WORKS (PART-D) 68-0012)
132 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.1 Brickwork - Non FIM Items
WORKS (PART-D)
133 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.1.1 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all depths below plinth level including supply
of all tools and tackles, necessary scaffolding, propping,
underpinning, cleaning and stacking of serviceable material,
disposal of unserviceable material to spoil heaps anywhere
within the plant boundary, all complete as specified and
directed. (Excavation & backfilling shall be paid separately
under relevant items).

134 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.1.2 Demolishing BRICKWORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material to
spoil heaps anywhere within the plant boundary, all
complete as specified and directed.

135 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2 RCC - Non FIM Items
WORKS (PART-D)

Page 28 of 65

Page 776 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

136 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2.1 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping,
underpinning etc., cutting, straightening, scraping and
cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation & backfilling shall be
paid separately under relevant items).

137 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2.2 Demolishing RCC WORK (taking all necessary safety 1 m³ INR
WORKS (PART-D) precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening, scraping
and cleaning of reinforcement bars, stacking of serviceable
materials, disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed.

138 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.2.3 Chipping of RCC WORK (taking all necessary safety 1 m² INR
WORKS (PART-D) precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc., cutting,
lapping/welding of reinforcement bars as per drawings,
disposal of the unserviceable material to spoil heaps
anywhere within the plant boundary, all complete at all
heights and depths, as specified and directed. (Excavation
and backfilling shall be paid separately under relevant
items).

139 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.4 PCC _ Non FIM Items
WORKS (PART-D)
140 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.4.1 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-D) necessary safety precautions) for all depths below plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items)

Page 29 of 65

Page 777 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

141 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.4.2 Demolishing PLAIN CEMENT CONCRETE work (taking all 1 m³ INR
WORKS (PART-D) necessary safety precautions) for all heights above plinth
level including supply of all tools & tackles, necessary
scaffolding, propping, underpinning etc. disposal of
unserviceable material to spoil heaps anywhere within the
plant boundary, all complete as specified and directed.

142 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.6 Steelwork - Non FIM Items
WORKS (PART-D)
143 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.10.6.1 Dismantling bolted/rivetted/welded STRUCTURAL STEEL 1 MT INR
WORKS (PART-D) WORK of all descriptions (taking all necessary safety
precautions), including supply of all tools and tackles,
consumables, necessary scaffolding etc., providing
temporary bracings as required, cutting (by flame or saw)
gusset plates, bolts, nuts, weldings etc., transporting and
stacking of the serviceable materials, cleaning the site of
work of all unserviceable materials for disposal to spoil
heaps anywhere within the plant boundary, all complete at
all depths and heights, as specified and directed.

144 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-
WORKS (PART-D) 68-0013)
145 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.6 Sand Filling - Non FIM Items
WORKS (PART-D)
146 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.6.1 Supplying and filling approved SAND of specified quality 25 m³ INR
WORKS (PART-D) under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand, royalties,
transportation to site for all leads and lifts, including loading,
unloading, spreading in layers of loose thickness not
exceeding 150 mm, watering, ramming, compacting with
mechanical compactors and/or other equipment to the
specified levels to achieve 85% relative density as per
IS:2720 Part XIV, including preparation of subgrade to the
required slope, providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge. The rates
shall be inclusive of the cost of all labour, material,
equipments etc. all complete .

147 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.7 DPC - Non FIM Items
WORKS (PART-D)

Page 30 of 65

Page 778 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

148 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.7.1 Providing and laying 40mm thick DAMP PROOF COURSE 1 m² INR
WORKS (PART-D) with plain cement concrete of nominal mix of 1:1.5:3 with
10mm & down size graded crushed stone aggregates in two
layers of 20mm thick with two coats of hot bitumen (Grade
A90/S90 conforming to IS:73) applied @ 1.7 Kg/sq.m. over
each layer as per specifications including cleaning, watering
the top surface of walls, centering, shuttering, placing,
tamping, curing, sprinkling an even layer of dry & sharp
sand over the hot bitumen etc. all complete as specified and
directed.

149 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.9 Dressing - Non FIM Items
WORKS (PART-D)
150 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.9.1 Dressing and trimming all around the completed 2 m³ INR
WORKS (PART-D) buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
151 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.10 BI-POLAR CONCRETE PENETRATING CORROSION
WORKS (PART-D) INHIBITING ADMIXTURE
152 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.11.10.1 Supplying and mixing of approved brand of BI-POLAR 175 kg INR
WORKS (PART-D) CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE (confirming to EIL Specification No. 6-68-
0017) in concrete as per manufacturer's specification for
protection of reinforcement against corrosion. Supply of
admixture in Contractor's scope.

153 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.14 BONDING FRESH CONCRETE TO OLD CONCRETE BY
WORKS (PART-D) EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
154 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.14.1 Epoxy Resin - non FIM Items
WORKS (PART-D)
155 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01CS.14.1.1 Providing and applying approved EPOXY RESIN (prepared 2 kg INR
WORKS (PART-D) as per manufacturer's recommendation) for bonding of fresh
concrete to old concrete in all types of structure at all depths
and heights including cleaning of concrete surface,
removing of all loose concrete pieces, making rough by
chiselling, taking off the skin of concrete, application of
Epoxy Resin System by spraying, necessary working
platforms, props, scaffolding and other safety measures,
removal of same after completion etc. all complete as
specified and directed. (Excavation, backfilling, removal of
surplus earth, keeping pit dry by pumping/bailing subsoil
water shall be paid separately under relevant items).

Page 31 of 65

Page 779 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

156 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01GG GEOTECH


WORKS (PART-D)
157 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01GG.300 GROUND IMPROVEMENT
WORKS (PART-D)
158 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01GG.300.1 SAND GRAVEL MIX
WORKS (PART-D)
159 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01GG.300.1.1 Supplying and filling sand gravel mix (1:1) with approved 15 cum INR
WORKS (PART-D) aggregate below road, RCC pavement, manholes, pits,
foundations, bedding of UG piping etc. in layers of 150 mm
loose thickness (maximum) including watering, ramming,
rolling, compacting to achieve 85% relative density as per IS
2720 Part-XIV, quarrying, royalties, transportation, handling,
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.

(The rate shall be inclusive of the cost of all labour, material,


equipment etc. all complete)

160 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP PIPELINES


WORKS (PART-D)
161 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.6 ROCK SHIELDING IN ROCKY AREAS
WORKS (PART-D)
162 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.6.1 All works for Supply and installation of Rock Shield mesh
WORKS (PART-D) around pipeline in rocky areas as per scope of work,
provisions of Contract document and as per instructions of
Engineer-in-charge
163 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.6.1.1V3 Pipe OD 406.4 mm 500 m INR
WORKS (PART-D)
164 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8 INSTALLATION OF CASING PIPE & CS CONDUIT
WORKS (PART-D)

Page 32 of 65

Page 780 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

165 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1 Installation of Casing pipe & CS Conduit for OFC (Including/
WORKS (PART-D) Excluding supply of casing pipe as defined in below & refer
SOW for further details) by jacking/ boring or open cut for
rail, road, drain, nala or canal crossings wherever required
(as defined in SOW) (including 500µm of Epoxy coating on
Casing Pipes, vent & drain pipes and CS Conduit as
required) in all types of soil and terrain separately for carrier
pipes and fiber optic cable/cable conduit, supply of all other
Contractor supplied materials viz. casing insulators and
casing end seals, materials for casing vents and drain
assemblies etc., including transportation, supply of all other
materials, equipment, consumables, man-power, welding
including visual inspection of all weld joints, installation of
casing insulators, end seals, vents and drain- off pipes,
backfilling and restoration as original of the facility crossed
and performing all works as per drawings, scope of work,
specifications, standards and instructions of Engineer-in-
Charge and provisions of Contract document.

166 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V19 Scope of Work Supply & Installation of Casing Pipe Pipe 400 m INR
WORKS (PART-D) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing
Jacking/Boring Thickness 8.74 mm
167 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V20 Scope of Work Supply & Installation of Casing Pipe Pipe 150 m INR
WORKS (PART-D) OD 559 mm Material Grade API 5L Gr. B/ IS 3589 Grade
Fe 410/ IS 3589 Grade Fe 450 Method of Crossing Open
Cut Thickness 8.74 mm
168 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V24 Scope of Work Supply & Installation of CS Conduit Pipe 150 m INR
WORKS (PART-D) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Open Cut Thickness 6.40 mm

169 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.8.1.1V27 Scope of Work Supply & Installation of CS Conduit Pipe 400 m INR
WORKS (PART-D) OD 168.3 mm Material Grade API 5L Gr. B/ IS 1239
Method of Crossing Jacking/Boring Thickness 6.40 mm

170 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9 INSTALLATION OF PIPELINE BY TRENCHLESS
WORKS (PART-D) TECHNIQUE (USING HORIZONTAL DIRECTIONAL
DRILLING)

Page 33 of 65

Page 781 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

171 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1 Complete work for all type of crossings (RIVER/CANAL/
WORKS (PART-D) DRAIN/ NALA/ ROAD/ RAILWAY/ UTILITY) (between the
limits as indicated in the drawing/ Scope of work) in all types
of soil/ rocky strata including all additional drilled lengths
necessitated by Contractor's design and based on site
conditions, carrying out geo-technical investigation, carrying
out topographical and hydrological survey and collection of
data to establish the bed of the water body (for River/
Unlined waterbody); calculation of scour depth of water body
crossings (for River/ Unlined Waterbody), including
construction design calculation and engineering of the
crossing for all types of crossings, "Receiving and taking-
over", handling, loading, transportation and unloading of
externally corrosion coated/ bare line pipes (as applicable)
from designated place(s) of issue/ dump site(s) to
Contractor's own stock-yard(s)/ work site; mobilization and
de- mobilization at site(s), supply of all materials as per
"Scope of Supply" all consumables, equipment, manpower,
other resources, temporary acquisition of additional land as
required for string preparations/ all other works, and
execution of, but not limited to, the following works in
accordance with specifications, drawings; preparation of
all necessary construction drawings for Owner's approval,
Preparation of detailed construction method statement,
calculations and installation procedures, Strings preparation
including welding, NDT of welds and re-beveled areas,
radiography, weld repair and re-test, pre-hydro testing of
completed string, corrosion coating of field joints with HDD
sleeves, inspection of corrosion coating and repair of
defects, installation of pipeline string by Horizontal
directional drilling, Supply & Installation of 6" size, 6.4 mm,
API 5L Gr. B/ IS 3589 Fe 410 CS conduit for OFC
(including 500µm of epoxy coating on CS Conduit as
required) below the lowest level of the crossing including
cover by separate horizontal directional drilling to the
correct profile as per approved drawings and specification,
Post-installation hydrotest including leaks and repair of
defects and retesting, etc. for defects attributed to
Contractor's faulty work, safe disposal of corrosion Inhibited

Page 34 of 65

Page 782 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

172 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME01 Scope of Work Installation of Pipeline (Line Pipe Free 250 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Normal Strata (Soft Soil/ Sand/ Clay/
Silty Sand/ Silty Clay etc.) Crossing Name Nagarjuna
Sagar Left Canal Chainage of Crossing 334.46308 km
Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 35 of 65

Page 783 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

173 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME02 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Hard Strata (Soft Rock/ Murrum /
Weathered Rock etc.) Crossing Name Lined Canal
Chainage of Crossing 371.50816 km Pipe Wall Thickness
11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 36 of 65

Page 784 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

174 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME03 Scope of Work Installation of Pipeline (Line Pipe Free 100 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
highway Type of Soil/Strata Normal Strata (Soft Soil/
Sand/ Clay/ Silty Sand/ Silty Clay etc.) Crossing Name
Road Chainage of Crossing 333.36618 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 37 of 65

Page 785 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

175 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME04 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Hard Strata (Soft Rock/
Murrum / Weathered Rock etc.) Crossing Name NH-565
(from Anumala to Narketpalli) Chainage of Crossing
361.45769 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 38 of 65

Page 786 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

176 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME05 Scope of Work Installation of Pipeline (Line Pipe Free 150 metre INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Road/
Highway Type of Soil/Strata Hard Strata (Soft Rock/
Murrum / Weathered Rock etc.) Crossing Name SH-16
(from Mahabubnagar to Nalagonda) Chainage of Crossing
367.220 km Pipe Wall Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.

Page 39 of 65

Page 787 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

177 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME06 Scope of Work Installation of Pipeline (Line Pipe Free 1500 m INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Waterbody
Type of Soil/Strata Hard Rock Crossing Name Krishna
River Chainage of Crossing 308.99431 km Pipe Wall
Thickness 11.91 mm

NOTES:

1.This item includes Supply & Installation of One (01) Nos.


(i.e., 01 No. CS conduit shall be installed on one side of the
mainline) 6.625"" size, 6.4 mm thk., API 5L Gr. B/ IS 3589
Fe 410 CS conduits for OFC (including 500µm of epoxy
coating on CS Conduit as required) below the lowest level of
the crossing including cover, by separate horizontal
directional drilling (1 No. additional & separate HDD on one
side of the HDD for the 16” OD mainline, shall be carried out
for the 1 No. 6.625” OD CS conduit. Centre line to center
line separation distance between HDDs for 16”’ OD Pipeline
and 6.625” OD CS conduit shall be minimum 6 meters or
shall be as per minimum safety distance available within
ROU limits).
2.4 Nos. HDPE ducts shall be laid inside 1 no. of 6-inch
CS conduit at this HDD crossing. Out of these, 2 Nos.
HDPE ducts shall be used for OFC laying and balance 2
Nos. shall be kept spare for future use.
3.In case strata other than the strata as mentioned in SOR
item is detected, then no extra claim shall be entertained on
this account. Contractor shall quote accordingly.
4. Tie-in of pipeline section between Part-C & Part-D shall
be at Krishna River crossing (Centerline chainage of Krishna
River – 308.944 km). Tie-in of the upstream side of Krishna
River crossing (Andhra Pradesh Side) shall be in the scope
of Part-C Contractor and Tie-in of the downstream side of
Krishna River crossing (Telangana Side) shall be in the
scope of Part-D Contractor. Krishna river HDD shall be
executed by Part-D contractor as per the requirements of
this SOR item.

Page 40 of 65

Page 788 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

178 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.9.1.ME07 Scope of Work Installation of Pipeline (Line Pipe Free 1000 m INR
WORKS (PART-D) issue from Owner) Pipe Material Grade API 5L Gr. X-65
PSL 2 Pipe OD 406.4 mm Type of Crossing Any
unspecified crossing (Water body, NH, SH, Other roads,
Railway etc.) Type of Soil/Strata Any type of soil strata
Crossing Name Unlisted Crossing Chainage of Crossing
Any km Pipe Wall Thickness 11.91 mm

NOTES:

1. Quantity indicated against this item is tentative. The


crossing width indicated is not for any single crossing. This
item shall be used as per requirement at site for crossing at
different locations to suit site conditions.
2. Width of various crossings are indicated in respective
Crossing drawings which are enclosed with the tender
document. Contractor shall verify the crossing (unspecified)
and its length at site. Crossing width may vary as per site
condition. String length for HDD shall vary as per design
calculations so that pipe is not under stress as permitted by
codes/ specifications. However final length of string & cover
from top of pipe shall be decided and approved by
concerned Authority/ Engineer-in-charge.
3. There will be separate HDD for One (01) no. 6"" CS
conduit for OFC laying at a distance of minimum 6 meters
from the centerline of HDD of mainline either side. No
separate payment for HDD for 6"" CS conduit shall be done.
It is the sole discretion of the Engineer-In-Charge whether
there will be a separate HDD for CS conduit or the CS
conduit pipe is bundled with the main carrier pipe by suitably
strapping together both the carrier pipe & CS conduit and
the bundle being pulled through the same drill hole,
depending on strata encountered and no separate payment
shall be made on this account.
4. Payment shall be made to Contractor based on the
distance between the two tie-in points on either side of
crossing and not between the entry and exit points or profile
length.
5. Any other unspecified crossings, as required for
179 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12 PERMANENT MARKERS
WORKS (PART-D)

Page 41 of 65

Page 789 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

180 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1 Supply, fabrication and installation of following types of
WORKS (PART-D) permanent markers along the route including all associated
civil works such as excavation in all types of soil,
construction of pedestals and grouting with concrete,
clearing, supply and application of approved color & text and
quality of primer and paint, stencil letter cutting for numbers,
direction, chainage etc., restoration of area to original
condition and performing all works as per drawings, scope
of work, specifications, standards and instructions of
Engineer-in-Charge.

Note: The painting of all markers shall conform to


environments specified as per scope of work and protective
coating specification.

181 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V1 Type of Marker Aerial Marker 29 nos INR
WORKS (PART-D)
182 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V2 Type of Marker Direction Marker 70 nos INR
WORKS (PART-D)
183 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V3 Type of Marker Kilometer Marker 115 nos INR
WORKS (PART-D)
184 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V4 Type of Marker Navigable Waterway Marker 16 nos INR
WORKS (PART-D)
185 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V5 Type of Marker Pipeline Warning Marker 115 nos INR
WORKS (PART-D)
186 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.12.1.1V6 Type of Marker ROU Boundary Marker 550 nos INR
WORKS (PART-D)
187 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15 REPAIR OF DEFECTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-D)
188 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1 Repair of defects in Pipes/ Line Pipes
WORKS (PART-D)
Repair of defects in pipes/ line pipes (by Cutting and re-
beveling including NDT of re-beveled area or by Jack out) of
all thicknesses and external coating noted at the time of
taking delivery by Contractor, including performing all works
as per specifications, scope of work, standards and
directions of Engineer-In-Charge, supply of all repair
material and inspection.

189 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.1V7 Type of Repair by Cutting and re-beveling including NDT 15 nos INR
WORKS (PART-D) (for dent exceeding 3mm in depth) Pipe OD 406.4 mm

190 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.1V8 Type of Repair by Jack out for dents in bevels (for dent 10 nos INR
WORKS (PART-D) between 1 mm and 3 mm in depth) Pipe OD 406.4 mm

Page 42 of 65

Page 790 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

191 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.2 Repair of Holiday/ Cosmetic defects in Coating
WORKS (PART-D)
Supply of all coating repair materials as per the
requirements of the relevant specifications, supply of all
consumables, utilities, equipment, and all manpower
required, pipe cleaning and surface preparation, repairing of
coating defects (resulting in holiday in coating) and testing
including all handling, transportation, etc. for line pipes,
performing all works necessary for the completion of the
works strictly in accordance with the relevant specifications
and instructions of Engineer-in-Charge. This rate shall be
applicable per sq. cm of the exposed steel area and/ or
damaged coating area, as applicable.

192 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.2.1V1 Type of Repair Repair of Cosmetic defects Type of 5000 SCM INR
WORKS (PART-D) Coating 3LPE
193 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.15.1.2.1V2 Type of Repair Repair of Holiday Type of Coating 3LPE 10000 SCM INR
WORKS (PART-D)
194 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER)
WORKS (PART-D)
195 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.1 Repair of Leaks/ Bursts in Pipeline
WORKS (PART-D)
All works for locating any major leak/burst (occurred during
hydrostatic testing) or any minor leak by sectionalizing or
any other methods which cannot be located by visual
means, including necessary repairing/ replacing defective
pipe length, including cutting and removing out defective
pipes, transportation, pretesting of replacement pipe and
welding into mainline, NDT of welds and re-beveled area,
repair and re-testing of defective welds, coating/ painting of
welded joints, clean-up, retesting the pipeline/ pipe segment
including providing all necessary equipment, labour,
materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

196 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.1.1V11 Type of Leak Major Leak (detected by visual method) 5 nos INR
WORKS (PART-D) Pipe OD 406.4 mm

Page 43 of 65

Page 791 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

197 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.1.1V18 Type of Leak Minor Leak (detected by sectionalizing) 5 nos INR
WORKS (PART-D) Pipe OD 406.4 mm
198 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.16.2 Repair of Leak/ Burst in Terminal Piping 20 Inch Mtr INR
WORKS (PART-D)
All works for repair of leak/burst (occurred during hydrostatic
testing) by necessary repairing/ replacing defective pipes/
fittings/ flanges etc., including cutting and removing out
defective items, transportation, welding, NDT of welds and
re-beveled area, repair and re-testing of defective welds,
coating/ painting of welded joints, clean-up, retesting the
pipe segment including providing all necessary equipment,
labour, materials, consumables and inputs other than Owner
supplied materials and performing all works as per
drawings, scope of work, specifications, standards enclosed
with the Contract and directions of Engineer-in-Charge.

Note:
1. This rate is applicable for manufacturing defects in
Company/ Owner supplied material only.

199 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17 IDLE TIME PRESERVATION WORKS
WORKS (PART-D)
200 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1 Idle time preservation of Pipeline and Associated facilities:
WORKS (PART-D)
Preservation of complete pipeline and associated facilities
and its maintenance by filling and pressurizing with nitrogen
including supply and maintenance of nitrogen or by filling
and pressurizing with corrosion inhibited water including
supply and maintenance of water with regular dosing of
inhibitor to maintain the effectiveness of the inhibitor water
(along with disposal of corrosion inhibited water at a proper/
suitable location, after due preservation works) and supply
of all consumables, all equipment, man- power, etc.,
complete as per the requirements of specifications, scope of
work, standards, other provisions of Contract document and
instructions of Engineer-in- Charge as per following details:

201 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V22 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 3 to 6 Month

202 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V24 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 6 to 9 Month

Page 44 of 65

Page 792 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

203 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V25 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 9 to 12 Month

204 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V39 Type of Preservation By Filling Corrosion Inhibited Water 113770 metre INR
WORKS (PART-D) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period Up to
3 Month
205 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V46 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 12 to 18 Month

206 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V47 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period 18 to 24 Month

207 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V48 Type of Preservation By Filling Nitrogen Pressure (Bar(g)) 113770 metre INR
WORKS (PART-D) 2.0 Pipe OD 406.4 mm Period Up to 3 Month

208 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.17.1.1V49 Type of Preservation By Filling Corrosion Inhibited Water 113770 metre INR
WORKS (PART-D) Pressure (Bar(g)) 2.0 Pipe OD 406.4 mm Period 3 to 6
Month
209 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22 PIPING WORKS IN DESPATCH/ RECEIPT/
WORKS (PART-D) INTERMEDIATE PUMPING/ COMPRESSOR/
INTERMEDIATE PIGGING/ SV/ SIV/ BLOCK VALVE/ TAP
OFF STATIONS
210 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2 INSTALLATION OF VALVES/FLOW METERS/
WORKS (PART-D) STRAINERS/ SCRAPER TRAPS/ EQUIPMENT/ SKIDS

Page 45 of 65

Page 793 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

211 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1 Receiving and taking over of all Owner supplied/ Free
WORKS (PART-D) Issued materials, equipment including skids from Owner's
designated place(s) of issue, transportation including
loading, unloading, handling from Owner's designated
place(s) of issue to Contractor's owned/ hired stock yard(s)/
work site(s)/ work shop(s) including arranging all necessary
intermediate storage area(s) thereof, as required; supply of
all materials, equipment, consumables as defined in
Contractor's scope of supply and its transportation to the
work site(s);installation of valves, flow meters, strainers,
scraper traps including QOEC, equipment, skids etc., supply
and fixing of gaskets, stud bolts, nuts of all sizes including
torque tightening as applicable, leveling, aligning,
installation and assembly of accessories, including
accessories for actuators, making electrical/ pneumatic
connections for such actuators, if any, by bolting/threading
or welding of pipes at all elevations, hook up works with
others facilities as necessary as per P&ID, testing,
completing all works in all respects as per drawings, scope
of work, specifications, standards, other provisions of
Contract and directions of the Engineer-in-Charge. For all
Instrumentation items, details/ specifications/ datasheets
are covered elsewhere in the tender document.

212 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1.1V13 Installation of Scraper Launcher/Receiver as defined below: 1 nos INR
WORKS (PART-D) Item Type Scraper Launcher Major Barrel 508 mm
Minor Barrel 406.4 mm Rating 600#
213 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1.1V14 Installation of Scraper Launcher/Receiver as defined below: 2 nos INR
WORKS (PART-D) Item Type Scraper Receiver Major Barrel 559 mm
Minor Barrel 406.4 mm Rating 600#
214 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.2.1.5V89 Installation of Valve (Ball/ Plug/ Gate/ Globe/ Check/ 6 nos INR
WORKS (PART-D) PCV/FCV/SDV/Butterfly) as below: Installation Above
Ground End Type Butt Welded Operation Actuated
(MOV) Size 406.4 mm Rating 600#
215 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3 RADIOGRAPHY WORKS
WORKS (PART-D)
216 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1 Performance of radiographic inspection of piping of all
WORKS (PART-D) types, sizes, thickness including providing or hiring of all
necessary equipment, supply of all consumables including
radiographic films and whatever else even though not
expressly mentioned but required to perform the work as per
specification and instructions of Engineer-in-Charge. All
works shall be done as per details below:

Page 46 of 65

Page 794 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

217 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V3 Pipe OD 114.3 mm 15 nos INR
WORKS (PART-D)
218 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V8 Pipe OD 60.3 mm 30 nos INR
WORKS (PART-D)
219 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V14 Pipe OD 48.3 mm 25 nos INR
WORKS (PART-D)
220 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V16 Pipe OD 26.7 mm 25 nos INR
WORKS (PART-D)
221 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.3.1.1V17 Pipe OD 33.4 mm 30 nos INR
WORKS (PART-D)
222 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4 PAINTING WORKS
WORKS (PART-D)
223 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1 Supply of paints, solvents and primers, preparation of
WORKS (PART-D) surfaces and application of primer and finish paints suitable
for highly corrosive/corrosive/ normal corrosive painting
environment for above ground piping including valves &
fittings as defined in contract document and as per standard
specification for Surface preparation and protective coating,
identification, lettering/ numbering, colour coding etc. as
specified including rub down and touch up of shop primer or
scrapping of shop primer wherever required and providing of
scaffolding for all heights, labour, materials, tools and
tackles, consumables, supervision etc. to complete the work
in all respect as per Standard/ Job Specification, Drawings,
Standards and instruction of Engineer-in-Charge. All works
shall be done as per details below

224 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V8 Pipe OD 33.4 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
225 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V9 Pipe OD 48.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
226 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V10 Pipe OD 60.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
227 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V11 Pipe OD 114.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
228 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V17 Pipe OD 60.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
229 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V18 Pipe OD 114.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
230 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V22 Pipe OD 26.7 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
231 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V23 Pipe OD 406.4 mm Painting Environment Industrial 24 m INR
WORKS (PART-D)
232 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V27 Pipe OD 33.4 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine

Page 47 of 65

Page 795 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

233 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V28 Pipe OD 26.7 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
234 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V29 Pipe OD 48.3 mm Painting Environment Industrial 24 m INR
WORKS (PART-D) Marine
235 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.22.4.1.1V30 Pipe OD 406.4 mm Painting Environment Industrial 150 m INR
WORKS (PART-D) Marine
236 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24 SUPPLY OF ASSORTED PIPES
WORKS (PART-D)
237 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of pipes as per EIL
Specification No. 6-44-0051 (Technical notes for Pipes) & its
addendum (if any), PMS & any other information forming the
tender document as per the following details:

238 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1.1V9 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-D) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 48.3 mm Wall thickness (mm) / Schedule XS

239 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1.1V10 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-D) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 33.4 mm Wall thickness (mm) / Schedule XS

240 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.24.1.1V11 Make SMLS Standard ASME B 36.10 Ends Plain 24 m INR
WORKS (PART-D) Ended - API Pipe Material Grade ASTM A 106 Gr. B
Pipe OD 26.7 mm Wall thickness (mm) / Schedule S160

241 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25 SUPPLY OF FLANGES


WORKS (PART-D)
242 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of flanges as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0053
(Technical Notes for Flanges) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

Page 48 of 65

Page 796 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

243 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V5 Flanges for Piping (PMS) Type Socket Welded (SW) 15 nos INR
WORKS (PART-D) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 48.3 mm Wall thickness (mm)/ Schedule XS

244 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V6 Flanges for Piping (PMS) Type Socket Welded (SW) 15 nos INR
WORKS (PART-D) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 33.4 mm Wall thickness (mm)/ Schedule XS

245 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V7 Flanges for Piping (PMS) Type Socket Welded (SW) 15 nos INR
WORKS (PART-D) Face Raised Face(RF) Standard ASME B 16.5 Finish
(AARH) 125-250 Rating 600# Material ASTM A 105
Pipe OD 26.7 mm Wall thickness (mm)/ Schedule S160

246 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V53 Flanges for Piping (PMS) Type Blind Face Raised 15 nos INR
WORKS (PART-D) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 26.7
mm Wall thickness (mm)/ Schedule NA

247 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V55 Flanges for Piping (PMS) Type Blind Face Raised 15 nos INR
WORKS (PART-D) Face(RF) Standard ASME B 16.5 Finish (AARH) 125-
250 Rating 600# Material ASTM A 105 Pipe OD 48.3
mm Wall thickness (mm)/ Schedule NA

248 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.25.1.1V158 Flanges for Piping (PMS) Type Blind Face Raised 15 nos INR
WORKS (PART-D) Face(RF) Standard ASME B 16.5 Finish (AARH) 63-
125 Rating 600# Material ASTM A 105 Pipe OD 33.4
mm Wall thickness (mm)/ Schedule NA

249 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26 SUPPLY OF FITTINGS


WORKS (PART-D)
250 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of fittings as per
EIL Specification No. 6-71-0023, 6-71-0024, 6-44-0054
(Technical Notes for Fittings) & its addendum (if any), PMS
& any other information forming the tender document, as per
the following details:

Page 49 of 65

Page 797 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

251 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V19 Type ELBOW 90 DEG Ends/ Rating Socket Welded / 15 nos INR
WORKS (PART-D) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

252 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V187 Type HALF COUPLING Ends/ Rating Socket Welded / 25 nos INR
WORKS (PART-D) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

253 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V194 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-D) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 26.7 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

254 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V200 Type HALF COUPLING Ends/ Rating Socket Welded / 20 nos INR
WORKS (PART-D) 3000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

255 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V215 Type CONCENTRIC SWAGE Ends/ Rating Socket 40 nos INR
WORKS (PART-D) Welded / 6000# Standard BS-3799 Material ASTM A
105 (CHARPY) OD1 26.7 mm Wall thickness (mm)/
Schedule 1 NA OD2 21.3 mm Wall thickness (mm)/
Schedule 2 NA
256 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V227 Type FULL COUPLING Ends/ Rating Socket Welded / 50 nos INR
WORKS (PART-D) 6000# Standard ASME B 16.11 Material ASTM A 105
OD1 33.4 mm Wall thickness (mm)/ Schedule 1 NA
OD2 NA mm Wall thickness (mm)/ Schedule 2 NA

257 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V229 Type SOCKOLET Ends/ Rating Socket Welded / 6000# 20 nos INR
WORKS (PART-D) Standard MSS SP97 Material ASTM A 105 OD1 26.7
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

258 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.26.1.1V230 Type SOCKOLET Ends/ Rating Socket Welded / 3000# 20 nos INR
WORKS (PART-D) Standard MSS SP97 Material ASTM A 105 OD1 33.4
mm Wall thickness (mm)/ Schedule 1 NA OD2 114.3
mm Wall thickness (mm)/ Schedule 2 NA

259 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.27 SUPPLY OF VALVES


WORKS (PART-D)

Page 50 of 65

Page 798 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

260 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.27.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of valves (including
commissioning spares (as applicable)) as per EIL
Specification No. 6-71-0014 (Specification for Ball Valves), 6-
71-0016 (Specification for Plug Valves), 6-71-0017
(Specification for Check Valves), 6-44-0052 (Technical
notes for valves) & their addendum (if any), Job
Specifications, Datasheets, VMS, PMS & any other
information forming the tender document, as per the
following details

261 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.27.1.1V47 Type Gate Valve Ends Socket Welded Standard API 40 nos INR
WORKS (PART-D) 602 Rating 800# Operation Manual Installation
Above Ground Size 26.7 mm Datasheet No. B414-000-
83-41-DS-0080
262 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.27.1.1V48 Type Gate Valve Ends Socket Welded Standard API 10 nos INR
WORKS (PART-D) 602 Rating 800# Operation Manual Installation
Above Ground Size 33.4 mm Datasheet No. B414-000-
83-41-DS-0080
263 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36 SUPPLY OF GASKETS
WORKS (PART-D)
264 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Gaskets as per
EIL Specification no. 6-44-0056 (Technical Notes for
Gaskets), PMS & any other information forming part of the
tender document, as per the following details:

265 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V3 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
33.4 mm Rating 600#
266 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V4 Type Spiral Wound Standard ASME B 16.5 & ASME B 112 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
60.3 mm Rating 600#
267 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V5 Type Spiral Wound Standard ASME B 16.5 & ASME B 40 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
114.3 mm Rating 600#

Page 51 of 65

Page 799 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

268 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V27 Type Spiral Wound Standard ASME B 16.5 & ASME B 10 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
323.9 mm Rating 600#
269 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.36.1.1V28 Type Spiral Wound Standard ASME B 16.5 & ASME B 20 nos INR
WORKS (PART-D) 16.20 Material Spiral Wound SS 316 + GRAFIL Size
406.4 mm Rating 600#
270 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37 SUPPLY OF FASTENERS
WORKS (PART-D)
271 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1 Supply, procurement and transportation to
WORKS (PART-D) worksite(s)/workshop(s) including loading, unloading and
handling for the following materials to be supplied by
Contractor as per the requirement of PMS, data-sheets,
scope of work, specifications and applicable addendum (if
any), standards, instructions of Owner/ Engineer-in-Charge
and other provisions of Contract. Supply of Fasteners as per
EIL Specification no. 6-44-0057 (Technical Notes for
Fasteners), ASME B 18.2, PMS & any other information
forming part of the tender document, as per the following
details:

272 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V2 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 96 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 0.625 Inch Bolt Length
3.50 Inch
273 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V6 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 1056 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 0.625 Inch Bolt Length
4.25 Inch
274 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V9 Type Bolt Stud with 2 Nuts Bolt/ Jack Screw Material 192 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 0.875 Inch Bolt Length
5.75 Inch
275 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V36 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 144 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 1.250 Inch Bolt Length
10.00 Inch
276 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.37.1.1V37 Type Bolt Stud with 3 Nuts Bolt/ Jack Screw Material 216 nos INR
WORKS (PART-D) ASTM A193 Gr.B7 Nut Material ASTM A194 Gr.2H
Coating HDG Bolt Diameter 1.500 Inch Bolt Length
11.50 Inch
277 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47 HYDRAULIC BOLT TENSIONING
WORKS (PART-D)

Page 52 of 65

Page 800 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

278 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47.1 Carrying out tensioning of bolted joints on all types of piping
WORKS (PART-D) as per specification (EIL Specification no. 6-76-0002 or any
other job specification, as included in tender document)
including supply of all materials, recording devices,
instruments etc.; providing all specialized equipment,
skilled/ unskilled man power, specialist, supervisory staff
and completing the work in all respects as per scope of
work, specifications, provisions of Contract document and
instructions of engineer-in-charge for following details

279 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47.1.1V8 Joint Size 323.9 mm Rating 600# 6 nos INR
WORKS (PART-D)
280 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.47.1.1V27 Joint Size 406.4 mm Rating 600# 6 nos INR
WORKS (PART-D)
281 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.51 TRANSPORTATION OF SURPLUS ITEMS TO OWNER'S
WORKS (PART-D) DESIGNATED STORAGE YARD/ DUMPSITE (AFTER
COMPLETION OF INSTALLATION WORKS)
282 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.51.1 Loading, transportation including all works necessary for
WORKS (PART-D) transportation, loading, unloading, handling, stacking etc. of
all surplus piping/ pipeline material from Contractor’s
storage yard/ worksite/ temporary storage facility including
arrangement of all handling equipment such as trailers,
trucks, cranes etc, carrying out inspection of surplus
material & recording of pipe & coating defects & any other
defects in the surplus material at the time of handing over in
the presence of Company's representative at Owner
designated storage yard/ dump site & as per the Scope of
work, other provisions of the Contract and instructions of
Engineer-in-Charge.

283 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.51.1.1V6 Approximate Distance of transport 170 km 5 MT INR
WORKS (PART-D)

Page 53 of 65

Page 801 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

284 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME60 INSTALLATION OF STEEL PIPELINE IN UNRESTRICTED
WORKS (PART-D) ROU

The works shall include, but not limited to, the following:

Laying & Installation of Owner-supplied 3LPE-externally


coated carbon steel line pipes, associated fittings &
accessories etc., as per specifications, drawings, other
provisions of contract & instruction of Engineer-In-Charge
(EIC) including but not limited to, carrying out the following;
Submission of construction procedures for Owner's /
Consultant’s approval, arranging for all additional land
required for Contractor's storage, fabrication, access for
construction site other than Owner’s ROU (18 meters width),
movement of construction equipment etc., supply of all
materials (except owner supplied materials/ free issue
materials), consumables, arranging all construction
equipment, labour etc., as per tender for completing the job
in all respects.

The scope includes pre-construction survey, staking,


clearing, grubbing, grading (as required) of Right of Use
(ROU width 18 meters), obtaining work permits/ working
permissions (as required) from various statutory authorities/
other agencies owning utilities across ROU having
jurisdiction before execution of work and complying with all
stipulations/ conditions/ recommendations of the said
authorities, carrying out construction survey based on site
visit, collection of data (if required) from concerned authority
including validation of crossing details/ drawings etc. issued
by Owner/ Consultant, making of crossing drawings/ any
other document (if required) for obtaining work permits from
concerned statutory/ government authorities.

The scope includes supply and installation of Right of Use


(ROU) Boundary pillars of RCC at every 250 meters/nearest
bunds on either side of ROU, at every turning point and/ or
as directed as per applicable codes & standards & as
directed by EIC including supply of all materials necessary
285 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME60.01 Scope of Work Installation of Pipeline (Line Pipe Free 103860 m INR
WORKS (PART-D) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All type of soil strata Type of Terrain All types of terrain
Wall Thickness 7 mm

Page 54 of 65

Page 802 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

286 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME60.02 Scope of Work Installation of Pipeline (Line Pipe Free 1960 m INR
WORKS (PART-D) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 7.92 mm

287 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME60.03 Scope of Work Installation of Pipeline (Line Pipe Free 5650 m INR
WORKS (PART-D) issue from Owner) OFC Conduit to be installed Yes (PL
SOR includes trenching works only. OFC works as per
Instrumentation SOR) Pipe Material Grade API 5L Gr. X-
65 PSL 2 Pipe OD 406.4 mm Type of External Coating
3LPE Type of Internal Coating NIL Type of Soil/Strata
All types of Soil/Strata Type of Terrain All types of terrain
Wall Thickness 11.91 mm

288 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME61 BACKFILLING WITH SELECT SOIL
WORKS (PART-D)
Unit rate over and above item no. 01PP.ME60 for supply of
specified and approved quality of sand (for station
approaches) or approved quality of cohesion-less soil as
backfill material like graded sand, morrum, silty sand etc.
(for seismic zones along pipeline route) including supply of
sand or approved quality of backfill material like graded
sand /other types of soil etc. in place of available excavated
material and/ or other suitable soil as per applicable
standards/ specifications, including backfilling of excavated
trench for specified length after laying of pipeline and optical
fibre cables/ cable conduit, including transportation of
backfill material over all distances and disposal of surplus
excavated soil. All work shall be executed as per following
details:

289 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME61.01 Type of Backfill Station Approach Pipe OD 406.4 mm 750 m INR
WORKS (PART-D) Distance of Transport Within 25km
290 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME61.02 Type of Backfill Station Approach Pipe OD 406.4 mm 750 m INR
WORKS (PART-D) Distance of Transport Beyond 25km

Page 55 of 65

Page 803 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

291 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63 ANTI-BUOYANCY MEASURES FOR PIPELINE
WORKS (PART-D) (CONTINUOUS CONCRETE WEIGHT COATING)

Unit rate for additional work over and above item no.
01PP.ME60 for supply of all consumables and materials and
application of continuous concrete weight coating on pipes
of all wall thicknesses except weld joints as mentioned
below and/or supply of all consumables and materials in all
areas of work except waterbody crossings covered
separately, and performing all works as per scope of work,
specifications, standards and instructions of Engineer-in-
Charge and other provisions of Contract document. All work
shall be executed as per following details:

292 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63.01 Type of Protection Concrete Weight Coating Pipe OD 1470 m INR
WORKS (PART-D) 406.4 mm Pipe Wall Thickness 7 mm Concrete Weight
Thickness 65 mm
293 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63.02 Type of Protection Concrete Weight Coating Pipe OD 390 m INR
WORKS (PART-D) 406.4 mm Pipe Wall Thickness 7.92 mm Concrete
Weight Thickness 60 mm
294 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME63.03 Type of Protection Concrete Weight Coating Pipe OD 30 m INR
WORKS (PART-D) 406.4 mm Pipe Wall Thickness 11.91 mm Concrete
Weight Thickness 35 mm
295 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64 ANTI-BUOYANCY MEASURES FOR PIPELINE (GEO-
WORKS (PART-D) TEXTILE BAGS)

Unit rate for additional work over and above item no.
01PP.ME60 for design, manufacture and supply of non-
biodegradable geo-textile bags (made of polypropylene
fabric) materials and installation of geotextile bags duly filled
with gravel/stone ballast on pipelines of all wall thickness for
anti-buoyancy as mentioned below and/or supply of all
consumables and materials in all areas of work except
waterbody crossings covered separately, including carrying
out the necessary weight calculations of geo-textile bags &
getting the same approved from the Owner and performing
all works as per scope of work, specifications, standards
and instructions of Engineer-in-Charge and other provisions
of Contract document. All work shall be executed as per
following details:

296 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64.01 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 50 m INR
WORKS (PART-D) Pipe Wall Thickness 7 mm
297 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64.02 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 50 m INR
WORKS (PART-D) Pipe Wall Thickness 7.92 mm

Page 56 of 65

Page 804 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

298 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME64.03 Type of Protection Geo-textile Bags Pipe OD 406.4 mm 30 m INR
WORKS (PART-D) Pipe Wall Thickness 11.91 mm
299 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME65 SOIL STABILIZATION
WORKS (PART-D)
Unit rate for additional works over and above item no.
01PP.ME60 for supply, fabrication and installation for
protection and stabilization of banks of water crossings or
stabilization of soil in hilly areas including supply of all
materials, equipment, consumables, manpower and
performing works as per drawings, scope of work,
specifications, standards and any additional provision
specific to job requirements as per instructions of Engineer-
in-Charge and provisions of Contract. All work shall be
executed as per following details:

300 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME65.01 Works Related to Bank Stabilization 500 sqm INR
WORKS (PART-D)
301 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME65.02 Works Related to Slope Stabilization 500 sqm INR
WORKS (PART-D)
302 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66 PRE-COMMISSIONING AND COMMISSIONING
WORKS (PART-D) ASSISTANCE FOR PIPELINES

Carrying out pre-commissioning activities and pre-


commissioning checks to the specified acceptance criteria,
making the entire pipeline system including stations ready
for commissioning, providing assistance during the
complete duration of commissioning operations, supply/
arrangement of all equipment such as air compressor (to be
made available at per hour rate), water filling pumps etc., all
the water required for pre-commissioning, man-power,
consumables, including all types of pigs and required
quantity of nitrogen (if & as required), carrying out air leak
test of entire pipeline section including SVs at minimum 3
kg/cm2 including supply/ arrangement of air compressor of
sufficient capacity for the purpose with Owner approval etc.,
supply of materials for all temporary works including
erection of temporary piping for filling/draining of water
during commissioning and performing all associated works,
complete as per the relevant specifications, scope of work,
standards, other provisions of Contract document and
instructions of Engineer-in-Charge.

303 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.01 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Dewatering Pipe OD 406.4 mm
304 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.02 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Drying Pipe OD 406.4 mm

Page 57 of 65

Page 805 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

305 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.03 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Swabbing Pipe OD 406.4 mm
306 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.04 Pre-Commissioning Works as per details: Type of Activity 113770 m INR
WORKS (PART-D) Inertisation by Nitrogen Pipe OD 406.4 mm
307 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME66.05 Commissioning Assistance: All works for Commissioning 113770 m INR
WORKS (PART-D) assistance as per details below: Pipe OD 406.4 mm

308 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME67 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
WORKS (PART-D)
Supply of qualified manpower (at least 2 nos. personnel per
construction spread) having knowledge of pipeline laying
and associated activities for entering all the construction
data/ reports pertaining to various pipeline construction
activities such as route survey, backfilling, OFC/ OFC duct
laying, various crossings, HDDs, hydrotesting, WPS, PQR
etc., in the Owner’s digitization software (software owned by
the Owner) using hardware supplied by the Owner as free
issue, updating of all construction progress exclusively
through the software in digital form on a daily basis without
exception, final submission of all the construction activities
related data in Owner owned ArcGIS based software for
generating digital reports of the entire gamut of pipeline
construction activities from beginning of site work to end of
commissioning including obtaining of prior approval from the
Consultant/ Engineer-In-Charge after daily verification of the
data, arrangement of the required number of high speed
internet connections (preferably 4G/ 5G or equivalent
speeds) including payment of internet charges till the
completion of the digitization activity, procurement of
hardware such as modems/ SIMs etc., needed to maintain
the internet connections and returning the free issued IT
assets/ hardware back to the Owner without any damage/
loss whatsoever including all works as per applicable
standards/ specifications/ provisions of the tender document
& as per the instructions of the Engineer-In-charge.

NOTES:

1.All the hardware such as adequate number of bar code


scanners, tablets/ laptops & associated IT peripherals and
high accuracy GPS hardware and access to BPCL owned
software for this purpose shall be provided by BPCL as free
issue to the Contractor.
2.The contractor shall update the daily progress of all
construction activities through the Owner provided software
access on a daily basis without fail. Any progress reporting/
309 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME67.01 Carrying out all works for digitization of pipeline construction 113770 m INR
WORKS (PART-D) activity as per appliable provisions of the tender.

Page 58 of 65

Page 806 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

310 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME68 FABRICATION, ERECTION, INSTALLATION AND
WORKS (PART-D) TESTING OF SECTIONALIZING VALVE (SV) STATION,
STATION BLOCK VALVE (SBV) & ASSOCIATED PIPING

All works for installation of all above ground/ underground


terminal works at all depths for Sectionalizing Valve
Station(s)/ Station Block Valves including tapping(s) inside
SVs as indicated in Scope document, in all type of terrain
and soil including receiving and taking over of all Owner
supplied materials from Owner's designated place(s) of
issue, transportation including loading, unloading, handling
from Owner's designated place(s) of issue to Contractor's
owned/ hired stock yard(s)/ work site(s)/ work shop(s)
including arranging all necessary intermediate storage
area(s) thereof, as required; supply of all materials (except
those specified subsequently in SOR) equipment,
consumables etc. as defined in Contractor's scope of
supply, and their transportation to the work site(s);
performing all above ground/buried piping fabrication works
including cutting, edge preparation, (inclusive of grinding the
edges of pipes, fittings, flanges etc. to match with the
matching edges of uneven/ different thickness wherever
required), fit up, bending, pre-heating wherever required,
welding, threading etc.; erection of pipes of all types of
supports, installation and supporting of all type of valves up
to size of 1.5"" NB, all types of inline/ online instruments
such as pressure/thermal safety valves (other than those
covered separately in subsequent SOR), fittings of all sizes
i.e., flow tees, blow-down type QOEC, LR Bends, elbows,
reducers, tees, 'O' lets, flanges, blind flanges, spectacle
blinds, spacers and blinds, tappings for pressure
instruments, thermo-wells, vents and drains required for
process and hydro-testing purposes etc.; supply & fixing of
all types of gaskets (including gaskets for RJ flanges if
applicable), stud bolts and nuts, jack screw etc. of all sizes
including torque tightening as applicable; Carrying out all
temporary, ancillary & auxiliary piping works including
installation of SV & SBV in valve pits (design & construction
of valve pits for SVs & SBVs not in the scope of this tender),

Page 59 of 65

Page 807 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

311 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME68.01 Installation of SV inside valve pit (design & construction of 3 nos INR
WORKS (PART-D) valve pits for SVs not in the scope of this tender) including
all branch connections as applicable, all associated piping
including all associated flanges, fittings & fasteners etc., all
impulse piping, valves of all sizes, mounting of instruments
etc. complete as per the P&ID and GAD of SV Stations and
as per the scope of work, applicable conditions of this
tender & as per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SV tag nos. shall be included in this item:


i)12412-MOV-012 (SV Station: SV-12)
ii)12413-MOV-013 (SV Station: SV-13)
iii) 12414-MOV-014 (SV Station: SV-14)

312 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME68.02 Installation of SBV inside valve pit (design & construction of 3 nos INR
WORKS (PART-D) valve pits for SBVs are not in the scope of this tender) all
associated flanges, fittings & fasteners complete in all
respects as per applicable P&ID(s) and GAD(s) and as per
the scope of work, applicable conditions of this tender & as
per the instructions of the Engineer-In-Charge.

NOTE:

1.Following SBV tag nos. shall be included in this item:


i)12000-SBV-006 (Location: IP-3)
ii)12000-SBV-007 (Location: IP-3)
iii) 12000-SBV-008 (Location: Hyderabad RT)

Page 60 of 65

Page 808 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

313 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME69 PIPE SUPPORT WORKS
WORKS (PART-D)
Supply of all materials required for fabrication of pipe
supports & special supports including supply of bolts, nuts,
washers, U Clamps, Wooden Blocks, Teflon Pads, SS
Plates (as required) etc. as mentioned in the drawing/
standards and as defined in scope of work document,
fabrication and erection of pipe/ equipment supports (for all
sizes/ thickness) including shoes, pipes, cradles, turn
buckles, T-posts for all types of guides, anchors, special
supports, reinforcement pads for all types of supports
including full encirclement supports, for cold/hot insulated
pipes etc. if applicable, all necessary equipment,
consumables, labour etc. for completing all works, supply
and application of paints and primers suitable for painting
environment as defined in contract document and as per
standard specification for Surface preparation and protective
coating and completing the work as per drawings, scope of
work, specifications, standards, other provisions of Contract
and instruction of Engineer-in-Charge.

314 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME69.01 CS Structural Steel 3 MT INR
WORKS (PART-D)

Page 61 of 65

Page 809 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

315 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME70 DRONE PHOTOGRAPHY/ VIDEOGRAPHY
WORKS (PART-D)
Carrying out periodic Drone Photography/ Videography or
engaging a suitable agency to carry out Drone Photography/
Videography with date & time stamp and geo tags as per
the applicable specification/ standards for the same for the
entire pipeline section, covering all construction activities
consisting before construction and after construction
footages/ photographs including obtaining required
approvals from agencies having jurisdiction to fly the
drones, transmitting the live video feed to BPCL officers at
designated locations/ regional offices, keeping records/
archives of the photography/ videography, submission of the
same after completion of the job etc. The scope of supply of
this item shall include supply of the required camera
equipped DGCA registered drone(s) with valid UIN(s), all
required manpower with valid Remote Pilot Certificate(s)
issued by DGCA to fly the drone(s), all hardware, software &
IT assets required, all spares required for operation &
maintenance of the drone(s) etc. Repair of any damage to
the drone or replacement of the drone in the event of loss/
complete damage shall be done by the Contractor/ agency
engaged by the Contractor without any cost or time
implication to the Client whatsoever.

NOTE:

1.All drones, equipment, manpower, hardware, drone flight


parameters such as the drone’s operational envelope,
location of flight etc. shall fully comply with the rules/
guidelines of the Govt. of India/ DGCA. Any penalty incurred
due to the violation of the same shall be fully borne by the
Contractor without any time or cost implication to the Client
whatsoever.
2.Resolution for Drone Photography & Videography
considering Height of Flight as 80 to 100 meters above
ground level shall be of 4K (3840 x 2140).

316 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME70.01 Drone photography/ videography of all pipeline laying & 1 Lumpsu INR
WORKS (PART-D) related construction activities. m

Page 62 of 65

Page 810 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

317 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71 RADIOGRAPHY-SAFE RADIATION TECHNOLOGY
WORKS (PART-D)
Radiography using safe radiation technology (Se-75 source)
Performance of radiographic inspection on pipeline/ piping
(as applicable) of all types & thickness including providing or
hiring of all necessary equipment and whatever else even
though not expressly mentioned but required to perform the
work as per requirements specified in the Piping Scope of
Work, Safe radiography specifications and by instructions of
Engineer in-charge by using Se-75 source based
radiographic system enclosed in a lead chamber unit so that
radiography can be taken at erection site with minimum
cordon off distance. Radiographs shall be submitted to the
Engineer in-charge. (Repeat Radiography due to defective
radiograph on repaired joints due to Contractor's fault and
for additional radiography necessitated due to poor
performance of contractor's welder shall be done at
contractor's cost).

NOTE:

1. Unit for radiography quantity is Nos. of Circumferential


Weld joints.

318 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
319 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.01.01 OD 406.4 mm (NB 16 Inch) 11340 nos INR
WORKS (PART-D)
320 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
321 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02.01 OD 60.3 mm (NB 2 Inch) 64 nos INR
WORKS (PART-D)
322 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02.02 OD 114.3 mm (NB 4 Inch) 106 nos INR
WORKS (PART-D)
323 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME71.02.04 OD 406.4 mm (NB 16 Inch) 6 nos INR
WORKS (PART-D)

Page 63 of 65

Page 811 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

324 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72 DIGITAL RADIOGRAPHY


WORKS (PART-D)
Performance of Digital Radiographic inspection on pipeline/
piping (as applicable) of all types & thicknesses including
providing or hiring of all necessary equipment and whatever
else even though not expressly mentioned but required to
perform the work as per requirements specified in the piping
scope of work, Digital Radiography specifications and
instructions of Engineer-in-Charge. Radiographs shall be
submitted to the Engineer-in-Charge. (Repeat radiography
due to defective radiograph on repaired joints due to
contractor's fault and for additional radiography necessitated
due to poor performance of contractor's welder shall be
done at contractor's cost).

NOTE:

1. Unit for radiography quantity is nos. of circumferential


weld joints.

325 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.01 FOR PIPELINE (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
326 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.01.01 OD 406.4 mm (NB 16 Inch) 5670 nos INR
WORKS (PART-D)
327 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02 FOR PIPING (JOINT THK. ABOVE 8 mm)
WORKS (PART-D)
328 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02.01 OD 60.3 mm (NB 2 Inch) 32 nos INR
WORKS (PART-D)
329 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02.02 OD 114.3 mm (NB 4 Inch) 53 nos INR
WORKS (PART-D)
330 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME72.02.04 OD 406.4 mm (NB 16 Inch) 3 nos INR
WORKS (PART-D)
331 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73 FABRICATION OF LR BENDS
WORKS (PART-D)
Transportation of Company supplied free issue or
Contractor procured bare line pipes (as detailed
subsequently) to fabrication shop, fabrication of long radius
bends, transportation of fabricated LR bends to coating
plant (if required), factory application of 3LPE/ PU coating of
all LR bends at the coating plant, testing and transportation
of complete & factory coated LR bends to
worksite(s)/workshop(s) including loading, unloading and
handling as per Scope of work and other provisions of the
Contract as per the following details.

Page 64 of 65

Page 812 of 4779


SCHEDULE OF RATES

BIDDING DOC NO SM/B414-000-MK-T-9510/12


BIDDER NAME
JOB NO B414
TENDER TITLE PIPELINE LAYING & HDD WORKS
CLIENT BPCL - PIPELINE PROJECT HQ MUMBAI
PROJECT PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR PROPOSED KRISHNAPATNAM-HYDERABAD MULTIPRODUCT PIP
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Description), Bidder shall take into consideration complete scope of work/ item description as mentioned in Schedule of
Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of Rates (Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates
(Detailed).
Bidders are requested to fill in the RATE column only

Sl. No. PART NO SOR NO SOR TITLE ITEM NO DESCRIPTION QTY UOM CURRENCY RATE AMOUNT
( EXCL GST)

332 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.01 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 35 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
333 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.02 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 21 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
334 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.03 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 10 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
335 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.04 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 8 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 11.91 mm
336 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.05 Pipe OD 406.4 mm Angle of Bend 31 to 45 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
337 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.06 Pipe OD 406.4 mm Angle of Bend 46 to 60 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
338 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.07 Pipe OD 406.4 mm Angle of Bend 61 to 75 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
339 D B414-000-83-41-MK-SOR-9510-D-2M PIPELINE LAYING & HDD 01PP.ME73.08 Pipe OD 406.4 mm Angle of Bend 76 to 90 ° Radius of 2 nos INR
WORKS (PART-D) Bend R=6D Pipe Material API 5L Gr. X-65 PSL 2 Wall
thickness of Mother Pipe 12.7 mm
SUB BASIC TOTAL 0.00
BASIC TOTAL 0.00
OVERALL REBATE %
FINAL AMOUNT ( EXCL GST) 0.00
GST@18% 0.00
FINAL AMOUNT ( INCL GST) 0.00

Page 65 of 65

Page 813 of 4779


DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT

BIDDING DOCUMENT NO: SM/B414-000-MK-T-9510/12 ANNEXURE I FOR PART D

WORK: PIPELINE LAYING AND HDD WORKS

NAME OF BIDDER: M/S __________________________

DESCRIPTION RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES


CIF Value of Import Content
included in Quoted Prices for
Column (5) Quantity BASIC SOCIAL
For Item no./ Sl . Unit of Currency:............... CUSTOMS WELFARE
IGST TOTAL CUSTOM
S no. No. as per price Description of Imported items Measurement Quantity Custom Tarrif No DUTY SURCHARGE
(%) DUTY (%)
(1) schedule format (3) (4) (5) (7) (%) (%)
(10) (11)
(2) (6)
(8) (9)

Notes:

1 Bidder shall furnish CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY THE BIDDER) to be imported in the above Format.
2 Bidder to consider import tax credit of IGST available at their end (in case of import of raw materials/components) in their quoted prices.
3 Merit rate of custom duty shall be applicable.

Page 1 of 1

Page 814 of 4779


KRISHNAPATNAM-HYDERABAD MULTIPRODUCT
PIPELINE

PIPELINE LAYING & HDD WORKS TENDER

(Document No.: B414-000-83-41-MK-T-9510)

Page 815 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD B414-000-83-41-SOW-0001 Rev B
WORKS
Page 1 of 55
(PIPELINE ENGG. DEPTT.)

भारत पैट्रोलियम कोरपोरे शन लिलमटे ड


BHARAT PETROLEUM CORPORATION LIMITED

कृष्णापट्नम है दराबाद बहु-उत्पाद पाइपिाइन पररयोजना


KRISHNAPATNAM HYDERABAD MULTI-PRODUCT
PIPELINE PROJECT

SCOPE OF WORK
FOR
PIPELINE LAYING AND HDD WORKS
(PIPELINE ENGINEERING DEPARTMENT)

B 24.01.23 REVISED & RE-ISSUED FOR BIDS PN GDS MSG

A 03.01.23 ISSUED FOR BIDS PN GDS MSG


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 816 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 2 of 55

CONTENTS

1.0 INTRODUCTION .................................................................................................... 3

2.0 WORK TENDERED ................................................................................................ 5

3.0 SCOPE OF WORK ................................................................................................. 9

4.0 SCOPE OF SUPPLY ............................................................................................ 21

5.0 SCOPE OF WORK AND SCOPE OF SUPPLY FOR OTHER DISCIPLINES ....... 29

6.0 OTHER CONDITIONS OF BID ............................................................................. 29

7.0 AS-BUILT DOCUMENT........................................................................................ 53

8.0 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING ........................ 54

9.0 GENERAL ............................................................................................................ 54

10.0 LIST OF ATTACHMENTS .................................................................................... 55

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 817 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 3 of 55

1.0 INTRODUCTION
To meet the growing demand of Petroleum products in state of Andhra Pradesh
and Telangana, M/s Bharat Petroleum Corporation Ltd. (BPCL), a Maharatna
Company envisages to lay a cross country multi product pipeline (approx. Length
422km) from BPCL, Krishnapatnam Dispatch Terminal situated at Krishnapatnam
Coastal Installation in Andhra Pradesh to upcoming Receipt Terminal at Malkapur
(Hyderabad) in Telangana with intermediate Tap off point at Ongole Depot en-
route.
The scope of work for the proposed multi-product pipeline from Krishnapatnam
Dispatch Terminal to Receipt Terminal at Malkapur (Hyderabad) has been
indicated in schematic drawing no. B414-000-83-41-30001 and as described
below:
PART – A
Part-A covers approx. 138.200 km long 16” OD pipeline and associated works
from Ch. 0.000 km (Krishnapatnam Dispatch Terminal in Andhra Pradesh) to Ch.
138.200 km (scrapper receiver at IP-1 cum Tap off Point at Ongole in Andhra
Pradesh). This part includes Pipeline laying works, installation of scrapper
launcher at Krishnapatnam Dispatch Terminal in Andhra Pradesh, installation of
scrapper receiver at Intermediate Pigging Station IP-1 cum Tap off Point at
Ongole, installation of all station isolation valves (SIVs), MOVs (Motor Operated
Ball Valves), flow tees, insulating joints (IJs), pig signallers on the main pipeline
section & all station piping works at seven (7 nos.) sectionalizing valve (SV)
stations (SV-1 to SV-7) including installation of SVs as detailed subsequently. This
part also include works such as installation of pipeline using HDD technique across
rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as specified elsewhere in
bid document.
PART – B
Part-B covers approx. 95.300 km long 16” OD pipeline and associated works from
Ch. 138.200 km (from scrapper launcher at IP-1 cum Tap off Point at Ongole in
Andhra Pradesh) to Ch. 233.500 km (scrapper receiver at IP-2 in Andhra
Pradesh). This part includes Pipeline laying works, installation of scrapper
launcher IP-1 cum tap off point at Ongole, installation of scrapper receiver at
Intermediate Pigging Station IP-2, installation of all station isolation valves (SIVs),
MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig signallers
on the main pipeline section & all station piping works at two (2 nos.) sectionalizing
valve (SV) stations (SV-8 & SV-9) including installation of SVs as detailed
subsequently. This part also include works such as installation of pipeline using
HDD technique across rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as
specified elsewhere in bid document.
PART – C
Part-C covers approx. 75.182 km long 16” OD pipeline and associated works from
Ch. 233.500 km (from scrapper launcher at IP-2 in Andhra Pradesh) to Ch.
308.682 km (upstream side of Krishna river) (centerline chainage of Krishna river
is 308.944km). This part includes Pipeline laying works, installation of scrapper
launcher at IP-2 and all station piping works at two (2 nos.) sectionalizing valve

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 818 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 4 of 55

(SV) stations (SV-10 & SV-11) including installation of SVs as detailed


subsequently. This part also include works such as installation of pipeline using
HDD technique across rivers/ canals/ fish ponds/ Railways/ NH/ SH crossings as
specified elsewhere in bid document.
PART – D
Part-D covers approx. 113.729 km long 16” OD pipeline and associated works
from Ch. 308.682 km (upstream side of Krishna river) (centerline chainage of
Krishna river is 308.944km) to Ch. 422.411 km (BPCL’s Receipt Terminal (RT) at
Malkapur, Hyderabad in Telangana). This part includes Pipeline laying works,
installation of all station isolation valves (SIVs), MOVs (Motor Operated Ball
Valves), flow tees, insulating joints (IJs), pig signallers on the main pipeline
section, installation of scrapper launcher/ receiver at IP-3, installation of scrapper
receiver at BPCL’s Receipt Terminal (RT) at Malkapur, Hyderabad in Telangana &
all station piping works at three (3 nos.) sectionalizing valve (SV) stations (SV-12
to SV-14) including installation of SVs as detailed subsequently. This part also
include works such as installation of pipeline using HDD technique across rivers/
canals/ fish ponds/ Railways/ NH/ SH crossings as specified elsewhere in bid
document.

1.1 This document covers details of work tendered, scope of work, scope of supply
pertaining to pipeline laying and associated works.

1.2 Battery limit scope of this tender shall be laying of main pipeline section (16” OD)
from scrapper launcher at Krishnapatnam Dispatch Terminal (DT) up to scrapper
receiver at BPCL’s Receipt Terminal (RT) at Malkapur, Hyderabad including all
above ground main pipeline section up to launchers/ receivers, installation of all
scrapper launchers and receivers at Dispatch Terminal (DT), Receipt Terminal
(RT) & at all 3 nos. Intermediate Pigging stations (IP-1 cum tap off, IP-2 & IP-3),
installation of all station isolation valves (SIVs), MOVs (Motor Operated Ball
Valves), flow tees, insulating joints (IJs), pig signallers on the main pipeline
section. Station Piping works at all SV stations including installation of all SVs
(Sectionalizing Ball valves) shall also be in the scope this tender.

Note:
 Piping for vent/ drain/kicker line/ instruments on scrapper launchers/ receivers is
not part of scope of this tender and shall be covered in separate composite
mechanical tender for station works to be floated separately.
 Separate composite mechanical tender shall be floated for station piping and
associated civil works at DT, IP-1, IP-2, IP-3 and RT and shall not be part of
scope of this tender.
 Separate civil works tender shall be floated for DT, IP-1, IP-2, IP-3, SV-1 to SV-
14 and RT and shall not be part of scope of this tender.
 Separate E&I (Electrical and instrumentation) composite works tender shall be
floated for DT, IP-1, IP-2, IP-3, SV-1 to SV-14 and RT.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 819 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 5 of 55

2.0 WORK TENDERED


Work tendered as a part of this bid document consists of supply of materials as
required, installation, testing, pre-commissioning of pipeline, drying (before
nitrogen filling, if required), preservation (if required) and commissioning
assistance. The broad scope of work includes:
 Installation of pipeline from scraper launcher at (Krishnapatnam Dispatch
Terminal in Andhra Pradesh-Ch.0.000km) to (BPCL’s Receipt Terminal (RT) at
Malkapur, Hyderabad in Telangana - Ch. 422.411 km).
 Installation of scrapper launcher at Krishnapatnam Dispatch Terminal.
 Installation of scrapper launcher/ receiver at 3 nos. Intermediate Pigging
Stations i.e. at IP-1 cum Tap off Point at Ongole in Andhra Pradesh (Ch.
138.200km), IP-2 in Andhra Pradesh (Ch. 233.500km) & at IP-3 in Telangana
(Ch. 331.000km) including associated civil and pipeline supports in pig
launcher/ receipt area.
 Installation of scrapper receiver at BPCL’s Receipt Terminal (RT) at Malkapur,
Hyderabad.
 Station Piping works at all SV stations including installation of all SVs shall be in
the scope this tender.
 installation of all station isolation valves (SIVs), MOVs (Motor Operated Ball
Valves), flow tees, insulating joints (IJs), pig signallers on the main pipeline
section.
 installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.
 Cathodic protection (both TCP & PCP) etc.

Part wise details of the works are as under:

2.1 PIPELINE PARTS

2.1.1 PART-A

a) Laying of approx. 138.200 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 0.000 km
(Krishnapatnam Dispatch Terminal in Andhra Pradesh) to Ch. 138.200 km
(scrapper receiver at IP-1 cum Tap off Point at Ongole in Andhra Pradesh).

b) Installation of scrapper launcher at Krishnapatnam Dispatch Terminal


including installation of station isolation valve (SIV), MOVs (Motor Operated
Ball Valves), flow tee, insulating joint (IJ), pig signaller on the main pipeline
section.

c) Installation of scrapper receiver at Intermediate Pigging Station IP-1 cum Tap


off Point at Ongole in Andhra Pradesh (Ch. 138.200km) including installation
of station isolation valve (SIV), MOVs (Motor Operated Ball Valves), flow tee,
insulating joint (IJ), pig signaller on the main pipeline section.

d) All station piping works at seven (7 nos.) sectionalizing valve (SV) stations
(SV-1 to SV-7) including installation of SVs.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 820 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 6 of 55

e) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.

f) Installation of river crossings by open cut method/ any other method as


described subsequently in this document.

g) Installation of Pipeline at crossings of road, rail, utilities, underground pipelines


and water crossings (canal/ nala/ drain).

h) All works related to pre-testing, flushing, gauging and hydrostatic testing,


dewatering, swabbing.

i) Pre-commissioning works (i.e. dewatering, swabbing, magnetic cleaning,


EGP) & commissioning assistance for the pipeline section and associated
facilities.

j) Idle time preservation of pipeline by filling with corrosion inhibited water or


nitrogen for Part-A of pipeline (approx. 138.200 km long), work includes
preservation of station facilities (upto its battery limit) at Krishnapatnam
Dispatch Terminal (DT), Intermediate Pigging Station cum Tap off Point (IP-1
cum tap off point at Ongole) and at 7nos. sectionalizing valve stations (SV-1 to
SV-7).

Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.

k) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.

l) All works related to Cathodic Protection (TCP) for Part-A (From Ch.0.000KM
to Ch. 138.200km) as mentioned elsewhere in the bid document.

m) All works related to Cathodic Protection (PCP) for Part-A & Part-B (i.e. From
Ch. 0.000km to Ch. 233.500km) as mentioned elsewhere in the bid document.

B n) Commissioning of Pipeline by pressuring with corrosion inhibited water.

2.1.2 PART-B

a) Laying of approx. 95.300 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 138.200 km
(scrapper launcher at IP-1 cum Tap off Point at Ongole-Andhra Pradesh) to
Ch. 233.500 km (scrapper receiver at IP-2 in Andhra Pradesh).

b) Installation of scrapper launcher at IP-1 cum Tap off Point at Ongole,


installation of scrapper receiver at Intermediate Pigging Station IP-2 including
installation of all station isolation valves (SIVs), MOVs (Motor Operated Ball
Valves), flow tees, insulating joints (IJs), pig signallers on the main pipeline
section.

c) All station piping works at two (2 nos.) sectionalizing valve (SV) stations (SV-8
& SV-9) including installation of SVs.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 821 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 7 of 55

d) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.

e) Installation of river crossings by open cut method/ any other method as


described subsequently in this document.

f) Installation of Pipeline at crossings of road, rail, utilities, underground pipelines


and water crossings (canal/ nala/ drain).

g) All works related to pre-testing, flushing, gauging and hydrostatic testing,


dewatering, swabbing.

h) Pre-commissioning works (i.e. dewatering, swabbing, magnetic cleaning,


EGP) & commissioning assistance for the pipeline section and associated
facilities.

i) Idle time preservation of pipeline by filling with corrosion inhibited water or


nitrogen for Part-B of pipeline (approx. 95.300 km long), work includes
preservation of station facilities (upto its battery limit) at IP-1 cum tap off point
at Ongole & IP-2 in Andhra Pradesh and at 2nos. sectionalizing valve stations
(SV-8 & SV-9).

Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.

j) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.

k) All works related to Cathodic Protection (TCP) for Part-B (From Ch.138.200
km to Ch. 233.500km) as mentioned elsewhere in the bid document.

2.1.3 PART-C

a) Laying of approx. 75.182 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 233.500 km
(scrapper launcher at IP-2 in Andhra Pradesh) to Ch. 308.682 km (upstream
side of Krishna river) (centerline chainage of Krishna river is 308.944km).

b) Installation of scrapper launcher at IP-2 including installation of all station


isolation valves (SIVs), MOVs (Motor Operated Ball Valves), flow tees,
insulating joints (IJs), pig signallers on the main pipeline section.

c) All station piping works at two (2 nos.) sectionalizing valve (SV) stations (SV-
10 & SV-11) including installation of SVs.

d) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.

e) Installation of river crossings by open cut method/ any other method as


described subsequently in this document.

f) Installation of Pipeline at crossings of road, rail, utilities, underground pipelines


and water crossings (canal/ nala/ drain).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 822 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 8 of 55

g) All works related to pre-testing, flushing, gauging and hydrostatic testing,


dewatering, swabbing.

h) Tie-in with interspersed pipeline sections installed by different Contractor (i.e.


with Part-D), as applicable.

i) Pre-commissioning works (i.e. dewatering, swabbing, magnetic cleaning,


EGP) & commissioning assistance for the pipeline section and associated
facilities.

j) Idle time preservation of pipeline by filling with corrosion inhibited water or


nitrogen for Part-C of pipeline (approx. 75.182 km long), work includes
preservation of station facilities (upto its battery limit) at IP-2 in Andhra
Pradesh and at 2nos. sectionalizing valve stations (SV-10 & SV-11).

Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.

k) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.

l) All works related to Cathodic Protection (TCP) for Part-C (From Ch.
233.500km to Ch. 308.682 km) as mentioned elsewhere in the bid document.

2.1.4 PART-D

a) Laying of approx. 113.729 km long, 16" (406.4 mm) OD, 7.0/ 7.92/ 11.91mm
WT, API 5L Gr. X-65 PSL-2, SAWL/ HFW main pipeline from Ch. 308.682 km
(upstream side of Krishna river) (centerline chainage of Krishna river is
308.944km) to Ch. 422.411 km (BPCL’s Receipt Terminal (RT) at Malkapur,
Hyderabad in Telangana).

b) Installation of scrapper launcher/ receiver at Intermediate Pigging Station IP-3


including installation of all station isolation valves (SIVs), MOVs (Motor
Operated Ball Valves), flow tees, insulating joints (IJs), pig signallers on the
main pipeline section.

c) Installation of scrapper receiver at BPCL’s Receipt Terminal (RT) at Malkapur,


Hyderabad in Telangana including installation of station isolation valve (SIV),
MOVs (Motor Operated Ball Valves), flow tee, insulating joint (IJ), pig signaller
on the main pipeline section.

d) All station piping works at three (3 nos.) sectionalizing valve (SV) stations (SV-
12 to SV-14) including installation of SVs.

e) Installation of pipeline using HDD technique across rivers/ canals/ fish ponds/
Railways/ NH/ SH crossings as specified elsewhere in bid document.

f) Installation of river crossings by open cut method/ any other method as


described subsequently in this document.

g) Installation of Pipeline at crossings of road, rail, utilities, underground pipelines


and water crossings (canal/ nala/ drain).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 823 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 9 of 55

h) All works related to pre-testing, flushing, gauging and hydrostatic testing,


dewatering, swabbing.

i) Tie-in with interspersed pipeline sections installed by different Contractor (i.e.


with Part-C), as applicable.

j) Pre-commissioning works (i.e. dewatering, swabbing, magnetic cleaning,


EGP) & commissioning assistance for the pipeline section and associated
facilities.

k) Idle time preservation of pipeline by filling with corrosion inhibited water or


nitrogen for Part-D of pipeline (approx. 113.729 km long), work includes
preservation of station facilities (upto its battery limit) at IP-3, 3nos.
sectionalizing valve stations (SV-12 to SV-14) and at BPCL’s Receipt Terminal
(RT) at Malkapur, Hyderabad in Telangana.

Termination point shall be welded type only. Contractor shall weld an end cap
after successful completion of installation & testing of their part.

l) All works related to Optical fibre cable laying sub-ducted in HDPE conduit as
mentioned elsewhere in the bid document.

m) All works related to Cathodic Protection (TCP) for Part-D (From Ch.
308.682km to Ch. 422.411 km) as mentioned elsewhere in the bid document.

n) All works related to Cathodic Protection (PCP) for Part-C & Part-D (i.e. From
Ch. 233.500km to Ch. 422.411km) as mentioned elsewhere in the bid
document.

3.0 SCOPE OF WORK


The Contractor's Scope of Work for the pipeline laying and associated works at
stations shall consist of, but not limited to, supply (as indicated in Scope of
Supply), fabrication, installation, testing, swabbing, drying (if required), EGP, pre-
commissioning, idle time preservation, assistance for commissioning of the
proposed pipeline system including station piping works (as per battery limit scope)
B along with all associated mechanical, civil, structural, temporary cathodic
protection. All such works that are not indicated here below but are otherwise
required to complete the work in all respects shall form part of Contractor's Scope
of Work.
The scope indicated below shall be read in conjunction with Schedule of Rates, as
applicable (document nos. B414-000-83-41-MK-SOR-9510-A for Part-A, B414-
000-83-41-MK-SOR-9510-B for Part-B, B414-000-83-41-MK-SOR-9510-C for
Part-C & B414-000-83-41-MK-SOR-9510-D for Part-D), drawings, standards,
specifications and other documents forming part of the bid document.

All works listed below shall be applicable for all four parts i.e. Part-A, Part-B, Part-
C & Part-D unless specifically mentioned otherwise.
The detailed scope of work pertaining to the proposed multi product cross country
pipeline system shall be in general but not limited to the following:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 824 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 10 of 55

3.1 Pipeline Works


3.1.1 "Receiving and Taking-over" of COMPANY supplied externally corrosion-coated
and bare line pipes of all thicknesses at COMPANY's designated Dump Site(s) in
presence of COMPANY’s representative. Transportation including loading,
unloading, handling, stacking, hauling and stringing of pipes from COMPANY's
Dump Site(s) to CONTRACTOR's dumpsite, worksite(s)/ workshop(s)/ pipeline
Right-Of-Use (ROU), including arranging all pipe trailers, cranes, arranging all
necessary intermediate storage area(s) required thereof till the complete pipeline
system is permanently installed. Line pipe supplier shall set up Dump site for
externally coated and bare line pipes near pipeline ROU on the land arranged,
B developed and maintained by Line Pipe Manufacturer as defined subsequently in
this document. The exact location of COMPANY’s dump site shall be intimated to
the CONTRACTOR at the time of award. In addition, COMPANY shall set up
stores for all Free Issue Materials (FIMs) other than line pipes as defined in the
scope of supply.
3.1.2 Carrying out inspection of COMPANY supplied free-issue coated and bare line
pipes at the time of receiving and taking-over and recording of defects, etc. noticed
in the presence of COMPANY's representative and accepting defect free pipes
only. Repair of damaged pipe, bevelled end defects and damaged coating
(including supply of repair materials) noticed at the time of handing over of coated/
bare line pipes shall be carried by Contractor, as applicable.
3.1.3 Carrying out repairs (including supply of all materials) of line pipe and pipe coating
not attributable to Company which will include repair of all defects/ damages
occurring during transportation and/ or handling after receiving and taking over at
no extra cost to Company. Contractor shall submit a report for failure to Company.
3.1.4 Rebuffing for dents in bevels less than 1 mm in depth shall be carried out by
Contractor prior to welding in the field at no cost to Company.
3.1.5 For pipes where cutting out involves more than 25 mm from pipe ends, ultrasonic
inspection shall be carried out at pipe ends as per Annex E of line pipe
specification no. 6-71-0001 for SAWL line pipes & 6-71-0005 for HFW line pipes
including supply of all equipments. CONTRACTOR shall take prior approval from
COMPANY for the agency engaged for carrying out ultrasonic inspection.
3.1.6 Loading, unloading, handling, stacking, storing and transportation to workshop/
work site of all materials (other than bare and externally corrosion coated line
pipes) to be used for the construction of pipeline system either supplied by
COMPANY at their designated store(s) and/ or by CONTRACTOR as the case
may be. All COMPANY supplied materials (other than line pipes) shall be issued
to Contractor from Company’s designated store(s).
3.1.7 Carrying out all additional topographic survey and/ or soil investigation,
geotechnical surveys required for local detours, or otherwise for construction
purpose, detours at crossing locations and elsewhere during execution and for
additional crossings, if any, for which details are not available in the bid document
including preparations of plan and profile drawings as directed by Engineer-in-
Charge.
3.1.8 Geo-technical investigation and hydrological survey are included in the bid
document for reference only. However, Contractor shall carry out all topographical
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 825 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 11 of 55

survey, geo-technical investigation & hydrological survey (for rivers) for HDD
crossings without any cost and time implication.
3.1.9 Carrying out thorough internal cleaning of all pipes to remove debris, shots, grits
etc. to the satisfaction of Engineer-in-charge.
3.1.10 Mobilising and providing all equipments, manpower (skilled and unskilled),
consumables and other resources etc., as required for the execution of complete
work and thereafter demobilising the same upon completion of work.
3.1.11 Mobilizing specialized machinery and manpower for execution of cross country
pipeline in difficult access/ marshy areas as required.
3.1.12 Obtaining all necessary approvals and work permits from concerned authorities
having jurisdiction, as applicable for performing the work including shifting/
relocation and restoration of telephone/ electrical poles, Hume/ PVC pipes,
underground pipes and other utilities etc., as required by local authorities and as
directed by Company. Contractor shall also obtain all necessary working
permission and work permits from concerned authorities having jurisdiction for
crossing underground utilities/ pipelines wherever encountered along the pipeline
route. In principle approval will be obtained by BPCL, however working permission
to be obtained by contractor.
3.1.13 Cutting/ uprooting of trees within ROU, counting the number and type of trees to
be cut (before cutting) during pipeline laying works in presence of DFO/ concerned
authorities (after getting due permissions from DFO/ concerned authorities by the
B pipeline laying contractor), keeping record thereof and handing over the cut trees
as directed by concerned authorities/ Company.
3.1.14 Staking, clearing, grading of Right of Use (ROU) as required, trenching to all
depths in all types of soils including soft and hard rock, including blasting,
controlled blasting, chiselling, or otherwise cutting etc. to a width to also
accommodate the OFC/ cable conduit as per relevant standards, drawings,
specifications etc., stringing, aligning, bending, welding, NDT including AUT,
radiography (Digital as well as conventional), field weld joint coating including
supply of all materials, protective coating of long radius bends and buried fittings/
valves including supply of materials, providing sand/ soft soil padding including
supply of sand/ soft soil, laying and lowering of the pipeline including locating
existing pipeline using pipe locator and maintaining the specified minimum spacing
from existing pipeline(s), back filling including supply of select backfill material
where required, carrying out rail, road, river, canal, drain, utility and submerged
minor and major water course crossings including installation of carrier pipe inside
casing pipe at cased crossings wherever required, providing two component epoxy
coating on inner surface of casing pipe wherever required by statutory authority,
bank stabilization of water course crossings as required, arranging all additional
temporary land/ area required for construction purposes. Disposal of excess earth,
B pebbles, rocks etc outside the ROU limit to a suitable place as directed by
Statutory authority / Engineer I/C.
Supply and installation of anti-buoyancy measures viz. continuous concrete
coating, geo-textile gravel filled bags, extra cover, select backfill etc. on pipeline,
installation of supports wherever required, tie-in/ hook-up with pipeline/ piping
installed by others including cutting of temporary test headers, if any, re-beveling,

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 826 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 12 of 55

NDT, fit-up, welding, radiography etc.; clean-up, ROU restoration, pigging, flushing,
gauging, hydrostatic testing with the quantity of corrosion inhibitor as required,
dewatering with the addition of approved chemicals to neutralize the effect of
inhibitor added during hydrostatic test at required dosage, swabbing, pre-
commissioning and assistance for commissioning of pipeline including supply of all
materials such as required type and quantity of pigs, manpower, equipment,
consumables and carrying out all associated works as per relevant specifications,
standards and approved drawings enclosed with the bid document.
3.1.15 Utilisation of Mud mats
a) Contractor to note that requisite arrangements for un-interrupted working
during monsoon/ in marshy areas shall be made by providing Mud mats in
adequate numbers, as indicated elsewhere in the bid, for movements of pipe
trailers/ equipment/ vehicles for access during monsoon period/ in marshy
areas without getting stuck, rutting or tracking mud off at no extra cost to
Company.

b) Material of Mud mats shall be high strength polymer (GRP/ PVC) as per
manufacturer’s standard. Mud mat shall have pocketed, double-wall, high-
strength polymer with high tensile reinforcing ribs confined within each sleeve
which allows for easy deployment and structural stability. Mud mat shall be
furnished in rolls and shall be suitable for driving construction equipment
during monsoon period.

c) Mud mat shall reduce ground pressure from vehicle tires load up to 40 times
causing minimal ground disturbance. A mud mat shall avoid lateral sliding and
penetration of land for moving vehicles.

d) The detailed specification and data sheets of mud mats, proposed to be


deployed by Contractor shall be submitted prior to execution. Contractor shall
also furnish details of mud mats such as material data sheets, maximum load
of vehicle, design and testing standards etc. including their past track records
for Company’s review and records.

3.1.16 All welding, NDT and 50% computerized radiography shall be carried out as per
B welding specification no. B414-000-6-41-WSP-0001 and Welding Specification
Chart No. B414-000-6-41-WSC-0001 compliant to API 1104.
3.1.17 Welding of all tie-in joints including tie-in joints and bends on either side of river/
canal/ road/ rail crossings/ other facilities as required including adjoining pipeline
parts, cutting of test header, re-bevelling and tie-in with adjacent pipeline segments
3.1.18 Carrying out welding including cutting, edge preparation (inclusive of grinding the
edges of pipe, fittings, flanges, etc. to match with the matching edges of different
thickness wherever required), fit-up, bending, pre-heating wherever required, NDT
including radiography and other non-destructive tests as specified. NDT
requirements for process and other piping shall be in accordance with relevant
specifications enclosed with the bid document.
3.1.19 Field weld joint coating and corrosion coating of Long Radius (LR) bends and pup
pieces of sectionalizing valves by heat shrink sleeves (HSS) complying relevant
specification enclosed with bid package. 100% solid high build epoxy (minimum

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 827 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 13 of 55

500 micron thick- R95 coating shall be used for SV valves and associated piping.)
shall be applied for underground piping & valves.
3.1.20 Installation of all in-line insulating joints, valves, appurtenances, online instruments
etc.
3.1.21 Providing slope breakers in steep slope areas including supply of all materials.
Contractor shall carry out slope breaker survey and slope breaker shall be installed
(before backfilling) as per standard no. 7-71-0027 after approval of Engineer-In-
charge. Slope breakers shall also be installed in locations wherever there are
possibilities of erosion of soil as per instruction of Engineer-in-charge.
3.1.22 Making provision of drain, as may be required, in the ROU, along/ across the
pipeline route in the steep slope areas as per the directions of Engineer-in-Charge.
The provision of drain may be kept essential to prevent wash out/ erosion of the
ROU during monsoon Slope breakers, select backfill shall also be provided, to
arrest soil erosion in the ROU.
3.1.23 Sand/ soft soil padding of minimum 300 mm thickness all around pipe wherever
required in areas where trenching has been done in rock or gravel or hard soil
including supply of sand/ soft soil as per the directions of Engineer-in-Charge. The
pipeline trench shall not be filled with gravel and large stones or boulders.
3.1.24 Providing engineered select backfill consisting of loosely compacted cohesion less
soil like sand (for the areas prone to seismic activity) including supply of cohesion
less soil like sand, as per job standards. The pipeline shall be surrounded by at
least 0.7 m of select backfill. Extra digging of trench shall be carried out to comply
with above requirement.
3.1.25 Providing engineered select backfill consisting of loosely compacted cohesion less
soil like sand at the station approach of pipeline on minimum length of 100 m.
3.1.26 Installation of pipeline by Horizontal directional drilling method (HDD) at river
crossings as tabulated under clause no. 6.15.4. Carrying out topographic survey,
geo-technical investigation and hydrological survey for the said river crossings and
its interpretation including calculation of scour level, preparing plan and profile
drawings as directed by Engineer-in-Charge. Contractor shall submit the scour
level calculations, crossing drawings and installation design calculations to
Company for review and approval. Contractor shall also indicate the name of HDD
agency and approval for the same shall be obtained from Company before
placement of the order. Work shall start only after approval of the above.
3.1.27 Installation of pipeline by Horizontal directional drilling (HDD) method at crossings
other than rivers (nala/ canal/ pond/ marshy land etc.) as tabulated under clause
no. 6.15.3. Carrying out topographic survey and geo-technical investigation for the
said crossing and its interpretation, preparing plan and profile drawings as directed
by Engineer-in-Charge. Contractor shall submit the crossing drawings and
installation design calculations to Company for review and approval. Contractor
shall also indicate the name of HDD agency and approval for the same shall be
obtained from company before placement of the order. Work shall start only after
approval of the above.
3.1.28 Installation of pipeline by Horizontal directional drilling (HDD) method at Fish
ponds as tabulated under clause no. 6.15.5. Carrying out topographic survey and

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 828 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 14 of 55

geo-technical investigation for the said crossing and its interpretation, preparing
plan and profile drawings as directed by Engineer-in-Charge. Contractor shall
submit the crossing drawings and installation design calculations to Company for
review and approval. Contractor shall also indicate the name of HDD agency and
approval for the same shall be obtained from company before placement of the
order. Work shall start only after approval of the above. Contractor shall take
appropriate insurance to cover the damages if any caused to fish pond / fish inside
the ponds due to pipeline laying and HDD works. The compensation payable on
this account shall be entirely borne by the pipeline laying contractor.
3.1.29 If any additional crossing is executed by HDD method as decided by Engineer- In-
Charge other than listed HDD crossings, the rate for the same shall be derived
from the existing rates available in the Schedule of Rates (SOR) for a particular
section. Work at these locations includes performing all topographical,
geotechnical & hydrological surveys, design and engineering, preparation of
crossing drawing, procedures and submitting the same for COMPANY’s approval.
Installation works shall start only after getting COMPANY’s approval of design /
drawing documents. Contractor shall submit the crossing drawings and installation
design calculations to Company for review and approval. Contractor shall also
indicate the name of HDD agency and approval for the same shall be obtained
from company before placement of the order. Work shall start only after approval
of the above.
3.1.30 In case, the Contractor proposes to install the river crossings (which are not listed
under HDDs and considered as open cut) by HDD or any other equivalent method
instead of open cut method complying tender requirement, the Contractor may do
so at his own risk, time and cost. The Company shall not make any extra payment,
whatsoever, on this account. The rates quoted by the Contractor for such rivers
shall remain applicable irrespective of the method of installation (HDD/ any other
equivalent method or Open cut method) adopted.
3.1.31 The rates quoted for the crossing shall be applicable for the pipeline within the
limits of the crossing as defined subsequently in this document. Any additional
length of pipe installed during crossing installation (beyond limit of crossing) in
order to comply with the minimum requirements of cover/ burial depth specified for
the crossing or for any installation convenience shall not be considered as part of
crossing and shall be paid as per the rates quoted for the normal laying of the
pipeline. No additional compensation shall be admissible in this regard.
3.1.32 Safe disposal of bentonite and HDD Rig dead-man as per the requirement of
concerned authorities. In case of any incident of unsafe dumping of bentonite
within ROU/ adjoining areas causing litigation, the Contractor shall be solely
responsible for the expenses and cost of contesting the litigation. An equivalent
amount shall be deducted from the Contractor payables against such expenses
including any additional compensation award declared by Competent Authority.
3.1.33 Carrying out National Highway /State Highway, Expressway, Railways and major
road crossings by conventional/ boring/ jacking method with casing pipe other than
those mentioned in tables of clause no. 6.15.1 & 6.15.2.
3.1.34 Supply and installation of 6.625” OD (168.3 mm) CS conduit for Optical Fiber
Cable (2nos.) / HDPE conduit (4nos. for HDD and bored crossings, 2 nos. for other

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 829 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 15 of 55

crossings) to be installed along pipeline (externally coated with coal tar epoxy, if
required) for all bored crossings, crossings with continuous concrete weight
coating and HDD crossings.
3.1.35 Supply of warning mat as per BS EN 12613 Type-1 and installation over entire
pipeline as per standard no. B414-000-83-41-ST-0031. Rates for supply and
installation of warning mat shall be included in Pipeline laying/ installation items
(Item nos. 01PP.ME50 & 01PP.ME51 for Part-A SOR, Item no. 01PP.ME60 for
Part-B SOR, Item nos. 01PP.ME70 & 01PP.ME71 for Part-C SOR and Item no.
01PP.ME60 for Part-D SOR).
3.1.36 Loading, unloading, handing over and transportation of all surplus Company
supplied free issue materials including line pipe to Company at designated stores
or as directed by Engineer-in-Charge and stacking the same. Stacking of surplus
pipe & other material shall be inclusive of supplying of sand bags etc.
3.1.37 Transportation of free issue bare line pipes from COMPANY's designated Dump
Site(s) (DS-1/ DS-2/ DS-3 as applicable) to fabrication shop of bends manufacturer
and fabrication of long radius bends from free issue line pipes including factory
coating of LR Bends with 3LPE/ PU coating for installation in stations/ other areas.
B Fabrication of long radius bends shall be performed by induction process as per
specifications enclosed with the bid document by Company approved fabricators
only. LR bends shall be installed at only those locations as shown in alignment
sheets and approach drawings Transportation of free issue bare line pipes from
COMPANY's designated Dump Site(s) (DS-1/ DS-2/ DS-3 as applicable) to the
bend manufacturer’s plant and transportation of fabricated bends from the bend
manufacturer’s plant to work site(s), return of surplus pipes/ material/ bends etc. to
storage yard/ work site/ Company’s store shall be in Contractor’s scope.
3.1.38 All works related to hydrostatic testing, dewatering, swabbing, pre-commissioning
of the pipeline.
3.1.39 Repair of leaks/ burst, not attributable to Contractor, occurring in Company
supplied material shall be carried out by the Contractor and the Contractor shall be
compensated as per provisions of the contract. However, repair of defects
attributable to Contractor shall be carried out by Contractor at no extra cost to
Company. Contractor shall submit a report for failure to Company.
3.1.40 Carrying out magnetic cleaning (pigging with the help of magnetic pig to remove
steel debris) and electronic geometric pigging (EGP) of pipeline.
3.1.41 Carrying out repair of all defects found during electronic geometric pigging
including locating, digging, cutting, welding, NDT etc.
3.1.42 Digitization of Pipeline Construction Activity: BPCL has their own P/L digitization
software in which all daily reports starting from Route Survey to backfilling, OFC
laying , OFC duct laying, Cased Crossing , HDD, Hyrotesting , Pre- testing , WPS ,
PQR etc has to be recorded in the digitization software by means of Hardware
provided by Owner as free issue. Owner will provide adequate number of Bar code
B Scanner, Tablet and high accuracy GPS hardware to the contractor. The Tablet
requires good quality data connectivity for entering the data to the server. The
contractor should provide good quality / high speed data connectivity (Preferably
5G) to each tablet at there own cost. The contractor should keep good upkeep of

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 830 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 16 of 55

the hard ware provided to them as free issue. Any damage and loss of equipment /
to its any component has to be replaced / rectified by the contractor at their own
cost. After completion of job all equipment are to be handed over to the owner in
its original condition. Necessary deductions will be made if any faulty / damaged/
short hardware is returned.
The entire progress of the project will be monitored through this software and the
contractor needs to update the daily progress of all activity through this software
on daily basis without fail. Any progress reporting / activity report in manual mode /
hard copy will not be accepted and will be consider as violation to contract terms
and condition. After completion of project the entire data needs to be transferred to
BPCL’s Arc GIS platform and necessary support by the contractor needs to be
provided to the satisfaction of BPCL .
Contractor needs to deploy sufficient qualified person at least 2 nos. for each
construction spread, who will be trained by the BPCL’ service provider to enter
daily progress data of each activity. Each activity entered in the system needs to
approved by the Engineer I/C before publishing the same in the server. Entering of
each data and getting the same approved from the EIC is the responsibility of the
contractor. The data entry has to be done on daily basis preferably at the
construction site and is duly verified by the Engineer I/C on daily basis without fail.
3.1.43 Final clean-up and restoration of ROU and other conveniences like temporary
approach roads/ temporary works, barren land, road, rail, canals, water crossings,
cultivable land etc. to original condition as per specification and drawings to the
entire satisfaction of Company and/ or authorities having jurisdiction over the
same, including disposal of surplus construction materials to Company’s
designated stock yard(s) or as directed by Engineer-in-charge. Stones laid to mark
the boundaries of adjoining fields shall be restored by Contractor to original
conditions. Contractor shall arrange necessary clearance from all concerned
authorities/ land owners to the effect that ROU has been restored back to the
original condition.
3.1.44 Disposal of surplus excavated soil from trench outside ROU. Rock disposal shall
be carried out as per site requirement.
3.1.45 Idle time preservation of pipeline and associated facilities by filling corrosion
inhibited water at a pressure of 2 bar(g) for specified period. If required, drying and
idle time preservation by filling Nitrogen at a pressure of 2 bar (g) as per
specification, including supply of Nitrogen.
3.1.46 Preparation of as-built drawings, pipe-books, documents, photographs, video
records (in Full HD resolution) of major events during pipeline construction and
project records as per specification and instructions of the Company including
furnishing of all Test Certificates/ Inspection Reports for all materials used for
permanent installation. Contractor shall submit all as-built drawings in native
format also.
3.1.47 After completion of work, loading, unloading, transportation and handing over of all
surplus Company supplied free issue material including short length of pipes to
Company’s designated Store as directed by Engineer-in-charge.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 831 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 17 of 55

3.1.48 All associated pipeline works w.r.t. temporary cathodic protection (TCP) including
supply and installation as per requirements mentioned elsewhere in the bid
document.
3.1.49 All associated pipeline work w.r.t permanent cathodic protection (PCP) including
supply and installation as per requirements mentioned elsewhere in the bid
document. PCP from Ch. 0.000km (DT) to Ch. 233.500km (IP-2) shall be in scope
of Part-A. PCP from Ch. 233.500km (IP-2) to Ch. 422.411km (RT) shall be in
scope of Part-D.
3.1.50 In case any activity though not specifically covered in scheduled of rates
description but same is covered under scope of work/ specification / drawings, it is
understood that the Contractor shall do such performance & provisions so
mentioned without any time & cost implication.
3.1.51 Any other works not specifically listed herein but are required to be carried out to
complete entire work related to pipelines and the associated facilities.

3.2 ASSOCIATED WORKS FOR PIPELINE CONSTRUCTION


3.2.1 Installation of casing pipes (by open cut/ jacking/ boring) assembly, including
supply of casing pipes and all other materials, viz. casing insulators and end seals,
vents and drains etc. complete, at cased crossings.
3.2.2 Cased crossings shall be installed at locations indicated in alignment sheets/ list
enclosed with the bid document. The number of crossings indicated in alignment
sheets is subject to change based on engineering, construction and statutory
requirements or the requirements of the Authority having jurisdiction over a utility
crossing.
3.2.3 Installation of pipeline by Horizontal Directional Drilling method (HDD) at various
roads/ railways/ rivers/ canals/ fish pond etc. as listed out elsewhere in this
document shall be executed under this Contract.
Carrying out all required topographic surveys, geo-technical investigations and
hydrological surveys (as applicable) for the above roads/ railways/ rivers/ canal/
fish pond crossings, preparing plan and profile drawings as directed by Engineer-
in-Charge.
Company’s provided survey details shall be for Contractor’s reference purpose
only. Contractor shall submit the scour level calculations, crossing drawings and
installation design calculations to Company for review and approval.
For HDD Crossings less than 750m in length, Contractor may carryout HDD works
by himself (if he has adequate HDD experience) or may engage an experienced
HDD Sub Contractor, as required.
PTR for proposed HDD Sub Contractor shall be submitted for Company’s approval
post award. Work shall start only after approval of the same.
For HDD crossings equal to or more than 750m in length, qualification criteria as
stipulated in Bidder Qualification Criteria in RFQ shall be complied with.
3.2.4 Supply and installation of all types of pipeline markers including their painting,
painting shall be as per specification 6-79-0020 (Sl. No. 10.2 of Table 10.0) and all

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 832 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 18 of 55

associated civil works. Location of markers shall be as per alignment sheets/


specifications/ standards and as directed by Engineer-in-Charge.
3.2.5 Tie-in of pipeline section between Part-C & Part-D shall be at Krishna River
crossing (Centerline chainage of Krishna River – 308.944). Tie-in of upstream side
of Krishna River crossing (Andhra Pradesh Side) shall be in the scope of Part-C
Contractor and Tie-in of downstream side of Krishna River crossing (Telangana
Side) shall be in the scope of Part-D Contractor. (Krishna river HDD shall be
executed by Part-D contractor).
3.2.6 All Coordination and liaising with local people and authorities during all phases of
construction for smooth installation works of Pipeline and station. Liasoning person
should have knowledge of land / revenue related jobs.

3.3 ASSOCIATED PIPELINE WORKS AT STATIONS


The associated pipeline works at various stations shall include installation of all
scrapper launcher at Dispatch Terminal (DT), scrapper receiver at Receipt
Terminal (RT) & scrapper launchers/ receivers at all 3 nos. Intermediate Pigging
stations (IP-1 cum tap off, IP-2 & IP-3), installation of all station isolation valves
(SIVs), MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig
signallers on the main pipeline section. Station Piping works at all SV stations
including installation of all Sectionalizing Ball Valves (SVs) shall be in the scope
this tender.
Issued for Construction (IFC) Piping General Arrangement Drawings (GADs) shall
be progressively furnished to the Contractor, at an appropriate time at project
execution stage. Contractor shall carry out all works strictly in accordance with the
Issued for Construction (IFC) drawings and specifications/ standards, documents,
data sheets etc. enclosed with this bid document, instructions of Company/
Engineer-in-Charge and other provisions of bid document.
The Contractor’s Scope of Work for the work tendered shall consist of, but not be
limited to supply (as indicated in Scope of Supply), installation, testing, pre-
commissioning and commissioning assistance of associated station works as
applicable (all station works only for SV stations) including all such works which
though specifically not indicated here but will otherwise be required to complete the
work in all respects.
The scope indicated below shall be read in conjunction with Schedule of Rates
(document nos. B414-000-83-41-MK-SOR-9510-A for Part-A, B414-000-83-41-
MK-SOR-9510-B for Part-B, B414-000-83-41-MK-SOR-9510-C for Part-C & B414-
000-83-41-MK-SOR-9510-D for Part-D) drawings, standards, specifications and
other documents forming part of the bid document.
3.3.1 “Receiving and Taking over” as defined in specifications of all Company supplied
materials including equipment from the Company’s designated place(s) of issue
defined elsewhere, transportation including loading, unloading, handling from
Company’s designated place(s) of issue to Contractor’s own stock yard(s)/ work
site(s)/ workshop(s), including arranging all necessary intermediate storage area(s)
thereof till the materials are installed in permanent installation.
3.3.2 Procurement and supply of all materials, equipments that are included in the scope
of supply of Contractor, transportation of all materials from manufacturer’s works
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 833 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 19 of 55

including loading, unloading, handling, storing and transportation to work site(s)/


work shop(s) including arranging all necessary intermediate storage area(s)
thereof, as required.
3.3.3 Installation of scraper launchers/ receivers, installation of all station isolation valves
(SIVs), MOVs (Motor Operated Ball Valves), flow tees, insulating joints (IJs), pig
signallers on the main pipeline section etc. carrying out all applicable works
associated with underground/ above ground pipeline section within the DT/ RT/
Intermediate pigging station/ SV station (as applicable for scope of Part-A, Part-
B, Part-C & Part-D), carrying out welding, NDT including radiography; weld
repairs/ retesting, cleaning/ flushing, hydrostatic testing, dewatering, functional
testing, cutting of pipeline and bevelling (if required), excavation in all types of soil
for installation of piping and pipe supports (as per battery limit of this tender), pre-
commissioning, providing commissioning assistance including supply of all
materials and manpower that are required during pre-commissioning,
commissioning and all associated works. (All station piping/ piping for vent/
drain/kicker line/ instruments on scrapper launchers/ receivers at DT, IP-1, IP-2,
IP-3 & RT is not part of scope of this tender and shall be covered in separate
composite mechanical tender for station works to be floated separately.).
Contractor shall provide temporary Blinds at all nozzle connections of scrapper
launcher/ receivers after installation of scrapper launchers/ receivers. Contractor
shall provide temporary cap at Flow Tee Battery limit after installation of Flow
Tees. (For scope break-up refer Battery limit scope drawings no. B414-000-83-41-
30004 attached elsewhere in the bidding document.)
3.3.4 Installation of all Sectionalizing Valve stations in all terrains/ soils including all
above ground/ underground piping at all elevations and depths, installation of all
valves and valve actuators and all fittings/ piping works. (Separate civil works
tender shall be floated for DT, IP-1, IP-2, IP-3, SV-1 to SV-14 and RT and shall
not be part of scope of this tender.)
3.3.5 Installation of all in-line and on-line instruments e.g. skin temperature
measurement assemblies at all SV stations (SV-1 TO SV-14) including impulse
piping for PT/TT in upstream and downstream of SVs.
3.3.6 Preparation of isometrics and/ or fabrication drawings required for the purpose of
fabrication during execution of work.
3.3.7 Obtaining all necessary working permission and work permits from concerned local
authorities having jurisdiction including hot work permit as applicable for
performing the work in existing terminal facilities. Arranging of adequate fire
fighting equipment viz. fire brigade, fire extinguisher, shielding from existing
facilities, oxygen mask etc. for carrying out the work safely to the satisfaction of
Company.
3.3.8 Carrying out welding including cutting, edge preparation (inclusive of grinding the
edges of pipe, fittings, flanges, etc. to match with the matching edges of different
thickness wherever required), fit-up, pre-heating wherever required, NDT including
radiography and other non-destructive tests specified. NDT requirements for
process and other piping shall be in accordance with relevant specifications
enclosed with the bid document.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 834 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 20 of 55

3.3.9 Repair of leaks/ burst, not attributable to Contractor, occurring in Company


supplied material shall be carried out by the Contractor and the Contractor shall be
compensated as per provisions of the contract. However, repair of such defects
attributable to Contractor, shall be carried out by Contractor, at no extra cost to
Company.
3.3.10 Installation of all types of valves (manual/ actuated) as per scope of this tender,
etc. for all sizes and ratings including fixing of gaskets, bolts, studs and nuts of all
sizes, ratings and materials.
3.3.11 All associated structural and mechanical works including supply of all materials
required, unless covered separately elsewhere in the bid document, including
construction of foundations (PCC/ RCC works) for equipments and pipe supports
and sleepers, fabrication and erection of supporting structural elements for piping
such as shoes, clamps, anchors, guides, insert plates, brackets, structural column
etc.
3.3.12 Supply of bolts, nuts, gaskets, washers, U bolts, clamps, clips, gaskets for
supports for all piping works. All nuts, bolts & studs shall be Xylan coated as
B per ASTM A153. All U bolts/ clamps to be provided with UPVC sleeves.
3.3.13 Supply, fabrication and erection of supporting structural elements for piping such
as shoes, clamps, anchors, guides, insert plates, brackets, structural column etc.
3.3.14 All associated geo-technical, structural works (as per scope of this tender)
including supply of all material required, covered separately elsewhere in the bid
document.
3.3.15 Painting of above ground piping (including supply of materials), structural steel
elements, for pipe supports, all equipments and all related miscellaneous items as
required and as directed by Engineer-in-charge. Painting shall be as per
specification no. 6-79-0020 (Sl. No. 10.2 of Table 10.0). Wherever touch up/ repair
of primer is required, high build epoxy zinc phosphate primer shall be used.
3.3.16 Protective coating of 100% solid high build epoxy minimum 500 micron thick for all
underground piping, valves, fittings, etc.
3.3.17 Corrosion protection coating of all field weld joints for buried piping of all sizes
including supply of all materials.
3.3.18 Cleaning (card board blasting), hydrostatic testing and dewatering of piping system
of all sizes as per specifications enclosed.
3.3.19 Final clean up and restoration of site, facilities etc. as per the requirement of
Company/ Engineer-in-Charge including filling (wherever required) and grading of
areas around stations for avoiding any local flooding of area.
3.3.20 Transportation and stacking of all surplus Company supplied free issue material to
Company’s designated store after completion of works or as directed by Engineer-
in-Charge.
3.3.21 Preparation of as-built drawings, documents and project records as per instructions
of Engineer-in-Charge.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 835 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 21 of 55

3.3.22 Preparation of detailed procedures for fabrication, installation, testing, pre-


commissioning and commissioning assistance. Such procedures shall be
submitted to Company/ Engineer-in-Charge for review and approval.
3.3.23 Obtaining all statutory clearances, approvals, permissions and hot work permit for
the works as required.
3.3.24 Fabrication and erection of piping supports and change of existing support/
additional supports installed by others as directed by Engineer-in charge.
3.3.25 Any other works not specifically listed herein but required for completion of the
works in all respects.
3.3.26 All construction works shall be carried out as per “Issued for Construction”
drawings, procedures, specifications and applicable codes and standards. Any
changes at site shall also need prior approval from the Company and revision of
drawings.
3.3.27 Structural works, temporary cathodic protection works, permanent cathodic
protection works, optical fiber cable laying works shall be carried out as per
relevant scope of works enclosed with the bid document.

4.0 SCOPE OF SUPPLY


4.1 MATERIALS TO BE SUPPLIED BY COMPANY AS FREE ISSUE

Company shall supply the following Pipeline/ Terminal piping materials required for
permanent installation to the Contractor at an appropriate time during the
execution stage as free issue materials:

4.1.1 Line Pipes


Entire required quantity of bare/ coated line pipes of all thickness shall be supplied
by Company. Line pipes (bare/ coated) shall be made available to the Contractor
at designated Dump Site. The distribution of coated/ bare line pipes at Dump Sites
(DS-1/ DS-2/ DS-3) is given in the following table:

Material Coated Pipe Bare Pipe


Item OD X W.T. Method of
API 5L Length Length Part
no. (mm) X (mm) manufacture
Grade (m) (m)

Dump Site: DS-1 (Approx. Ch. 104.600 km)


(Tehsil: Ulavapadu, District: Prakasam, State: Andhra Pradesh)

01.01 406.4 X 7.92 SAWL/ HFW X-65 4000 --- A


01.02 406.4 X 7.00 SAWL/ HFW X-65 114000 --- A

01.03 406.4 X 7.92 SAWL/ HFW X-65 --- 300 A

01.10 406.4 X 11.91 SAWL/ HFW X-65 23200 --- A

01.11 406.4 X 11.91 SAWL/ HFW X-65 --- 200 A

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 836 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 22 of 55

Material Coated Pipe Bare Pipe


Item OD X W.T. Method of
API 5L Length Length Part
no. (mm) X (mm) manufacture
Grade (m) (m)

Dump Site: DS-2 (Approx. Ch. 233.500 km)


(Tehsil: Rompicherla, District: Guntur, State: Andhra Pradesh)

01.04 406.4 X 7.92 SAWL/ HFW X-65 4800 --- B&C


01.05 406.4 X 7.00 SAWL/ HFW X-65 160000 --- B&C
01.06 406.4 X 7.92 SAWL/ HFW X-65 --- 400 B&C

01.12 406.4 X 11.91 SAWL/ HFW X-65 9500 --- B&C

01.13 406.4 X 11.91 SAWL/ HFW X-65 --- 100 B&C

01.14 406.4 X 12.70 SAWL/ HFW X-65 --- 800 A, B, C


&D
Dump Site: DS-3 (Approx. Ch. 331.000 km)
(Tehsil: Thripuram, District: Nalgonda, State: Telangana)

01.07 406.4 X 7.92 SAWL/ HFW X-65 3200 --- D

01.08 406.4 X 7.00 SAWL/ HFW X-65 105500 --- D


01.09 406.4 X 7.92 SAWL/ HFW X-65 --- 300 D

01.15 406.4 X 11.91 SAWL/ HFW X-65 5800 --- D

01.16 406.4 X 11.91 SAWL/ HFW X-65 --- 200 D

Notes:
i. Following pipe diameter & thickness shall be used only for fabrication of LR
bends by the CONTRACTOR. These pipes shall be supplied as Free Issue
Material, without any external coating.
 406.4 mm (OD) x 7.92 mm. (in non high consequence areas along the
pipeline).
 406.4 mm (OD) x 12.70 mm. (in high consequence areas along the pipeline
& at station).
ii. Item nos. 01.03, 01.06, 01.09 & 01.14 is for LR Bends (Hot Induction bends).
Quantity of item no. 01.14 is combined quantity for all four parts (i.e. Part-A,
Part-B, Part-C & Part-D).
iii. Item nos. 01.11, 01.13 & 01.16 is for bare pipes that shall be used for above
ground pipeline portion in front of scraper traps.
iv. The quantities of coated and bare line pipes indicated in the table above are
approximate and may vary. The exact quantity shall be intimated to the
Contractor after award of work.
v. CONTRACTOR to note that quantities of line pipe indicated above includes
contingency/ extra length over and above the actual requirements. Surplus
pipes shall be taken over by the Installation Contractor. It is the responsibility
of Installation CONTRACTOR (Part A, B, C & D as applicable) to return
surplus pipes to the COMPANY storage yard as per instructions Engineer In-
Charge after completion of installation works. Line Pipes to be returned shall

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 837 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 23 of 55

be supplied with end caps on both sides. 5kg silica bag shall be put inside
each returned line pipe. Protection of cutback area of line pipe shall be
ensured by providing End Seal Tape, which shall be applied over the coating-
B
steel transition area with minimum 50 mm overlap on coating and 50 mm
beyond the cutback or FBE toe i.e. total length of minimum 70 + 5 mm on steel
portion considering 20 + 5 mm FBE toe.
vi. Receiving and taking over of bare and coated line pipes at Company dump
sites (DS-1/ DS-2 & DS-3) including its inspection. All trucks/ trailers for
transportation of line pipes from Company dump site to work site/ ROU/
CONTRACTOR’s storage yard/ own dumpsite shall be supplied by Installation
CONTRACTOR. Contractor shall also supply manpower, equipment & cranes
for loading the line pipes.
vii. Contractor shall note that Chainage indicated above for dump sites are
approximate and may vary based on the availability of land and NH/ SH/ Rail
approach. The exact location of Dump Sites shall be intimated to the
Contractor after award. Contractor shall be responsible for performing all
works as per scope of work at the finally selected Dump Site location by the
Company at no extra time/ cost to the Company.
viii. Transportation of pipes and other free issue material from place of issue is in
Contractor’s scope. Contractor shall note that the prices indicated in the
Schedule of Rates shall be inclusive of taking the delivery and transportation
of line pipes and other materials from the above Dump Sites to work place(s).
ix. Bevel Protectors of the line pipes shall be the property of the pipeline
Installation Contractor. Contractor has to collect and dispose off the bevel
protectors. Contractor shall quote accordingly.
x. For Fabrication of LR bends (i.e. Hot Induction Bends, R=6D), Contractor shall
arrange all transportation from Dump sites (DS-1/ DS-2 & DS-3) to bend
fabricator’s shop and work site(s).

4.1.2 Other Terminal/ Station Piping Materials


Company shall supply the following materials to be installed as part of associated
pipeline works in terminals.
 Scraper launchers and receivers, handling devices, pig signalers (Non
intrusive).
 Insulating joints & flow tees to be installed on mainline section from launchers
to receivers and at all SV stations.
 All ball, plug, check & globe valves of size 2” NB & above and of all ratings.
Wherever required actuators shall be supplied along with valves.
 All valves for impulse piping below 2 inch size.
 Fittings such as elbows, tees, reducers, etc. of size 2” NB and above.
 Flanges/ blind flanges/ spectacle blinds/ spacers & blinds of size 2” NB and
above.
 Assorted pipes of sizes 2” & above in all thicknesses & materials.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 838 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 24 of 55

The Company shall make above free issue materials (except line-pipes) available
at their designated store located at following locations:
Sl. Part/ Section Company Designated Store location#
no.
1 From Krishnapatnam up to BPCL’s Krishnapatnam Dispatch
SV-7 Terminal, Andhra Pradesh
2 IP-1 cum Tap off Point- Ongole, Andhra Pradesh
Ongole
3 SV-8 up to SV-11 including IP-2, Andhra Pradesh
IP-02
4 SV-12 up to RT including Hyderabad, Telangana
IP-3
The exact location of Company’s designated store shall be intimated to the
#

Contractor after award.


Contractor shall arrange all trucks/ trailers, cranes etc. for transportation of above
materials including loading at Company’s designated store, unloading at
contractor’s storage yard/ work site, arrangement of cranes, handling etc.
Contractor shall return all surplus material to Company’s designated Stores as
decided by Engineer in- charge.

4.1.3 Conditions for Company Supplied Material


 The Contractor shall be responsible for taking over of the material and
subsequent handling, hauling, transportation to the actual work site(s)/
fabrication yard(s) and storage & safe keeping of the materials. Contractor
shall arrange all equipment/ cranes etc. for loading of these materials on their
trucks/ trailers for transportation.
 The Contractor shall inspect all Company supplied free issue materials at the
time of taking over from the Company and defects noticed, if any, shall be
brought to the notice of Company/ Company representative and jointly
recorded. Once the material has been taken over by the Contractor, all the
responsibility for safe keeping of the materials shall rest with the Contractor.
 Every month the Contractor shall submit to the Company an account for the
material issued to the Contractor in the Performa prescribed by Engineer-in-
Charge.
 On completion of the works Contractor shall submit a “Material Appropriation
Statement” for all materials supplied by the Company as free issue materials.
 The scrap allowances shall be permissible as per the provision of bid
document. The percentage allowance shall be accounted on the basis of
actual consumption as incorporated in the work.
 All unused and scrap material shall be the property of the Company and shall
be returned by Contractor to Company at Company’s designated storage
location(s) including transportation of the same from Contractor’s stock

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 839 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 25 of 55

yard(s)/ worksite(s)/ workshop(s) to the Company’s designated storage


location(s). Contractor shall be responsible for the proper measurements of
the unused/ scrap materials to be returned to the Company.
4.2 MATERIALS TO BE SUPPLIED BY CONTRACTOR
The procurement and supply, in sequence and at appropriate time and place,
including inspection and expediting, of all materials and consumables required for
completion of the Work as defined in this bid document except the materials
specifically listed under clause 4.1 above as Company free issue material shall be
entirely the Contractor's responsibility and the item rates quoted for the execution
of the work shall be inclusive of supply of all these materials. All materials supplied
by the Contractor shall be strictly in accordance with the requirements of relevant
Company material specifications enclosed with the bid document. All equipments,
materials, components etc. shall be new and specifically purchased for this job
from Company approved vendors, duly inspected by EIL/ third party inspection
agency like Lloyds, Bureau Veritas etc. (Only manufacturer certificate shall not be
adequate). As a minimum, the materials to be supplied by Contractor shall include
but not limited to the following:
4.2.1 All equipments & consumable such as welding electrodes, oxygen, acetylene inert
gases, all types of welding electrodes, filler wires, solder wires, brazing rods, flux
etc. for welding/ cutting and soldering purposes.

4.2.2 Casing pipe of API 5L Gr. B/ IS 3589 Gr. Fe410 or equivalent of 22” size (559 mm
OD) and 8.74 mm wall thickness.

4.2.3 All ball, plug, check & globe valves of size below 2” and of all ratings and
conforming to PMS/ data sheets enclosed with the bid document.
B
4.2.4 Gate valves of all sizes & of all ratings and conforming to PMS/ data sheets
enclosed with the bid document (except below 2” valves for impulse piping).

4.2.5 All fittings, flanges and assorted pipes of size below 2” of all thicknesses & ratings
with material conforming to PMS/ specification enclosed with the bid document.

4.2.6 All materials for all types of pipeline markers including cement, sand,
reinforcements, structural steel etc. and paint conforming to specification 6-79-
0020 (Sl. No. 10.2 of Table 10.0).

4.2.7 Casing insulators, end seals and materials for casing vents and drains as per
drawings.

4.2.8 Supply of warning mat as per BS EN 12613 standard (latest edition) Type-1 and
complying with the requirements of standard no. B414-000-83-41-ST-0031.

4.2.9 All materials required for continuous concrete coating/ gravel filled geo-textile bags
for providing negative buoyancy to the pipeline wherever required. Contractor shall
take prior approval of Company and furnish all details including design calculations
in case of use of purpose built geo-textile bags. For river crossings, only
continuous concrete coating shall be provided for negative buoyancy.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 840 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 26 of 55

4.2.10 All materials and consumables required for external corrosion coating of field weld
joints.

4.2.11 All materials required for field joint coating, factory applied corrosion coating like
3LPE/ PU coating for LR bends, pup pieces of sectionalizing valves and repair of
damaged external coating of line pipes. Contractor shall confirm that proposed
B field joint coating material is suitable for type of terrain encountered along pipeline
route. Contractor shall take prior approval from Company for field joint coating
material to be used. Cold applied tapes are not acceptable and shall not be used.

4.2.12 All material, equipment & consumables for HDD works including Heat shrink
sleeves except coated line pipes.

4.2.13 All materials required for carrying out two component epoxy coating of casing pipe,
wherever required by statutory authorities.

4.2.14 All materials required for sand/ soft soil padding around pipeline and optical fibre
cable, warning mat, select backfill of approved quality, slope breakers, bank
stabilization of water crossings etc.

4.2.15 All materials including consumables, nitrogen etc required for hook-up with existing
facilities and equipments.

4.2.16 Long radius bends (R=6D) of all angles and wall thickness fabricated from
Company supplied free issue line pipes.

4.2.17 All stud bolts, nuts, jack screws, all type of gaskets (metallic spiral wound gaskets)
in required quantities to be used for permanent installation into the system for all
sizes and ratings of flanges and flanged valves, equipment etc., including nuts,
bolts, gaskets, washers, U bolts, clamps, clips etc. for pipe/ equipment supports.
All materials for supports shall be in contractor’s account.

4.2.18 All types of coating and painting materials including primer and paints for painting
above ground piping and 100% solid high build epoxy (minimum 500 micron thick)
for underground piping/ valves, solvents, sand blasting materials & cleaning
agents, compressed air etc.

4.2.19 All pipes, fittings, flanges, blind flanges, gaskets, nuts, bolts, clamps, strainers,
equipment/ consumable, metallic blinds, temporary gaskets as required for filling,
pressurising, hydrostatic testing and dewatering, swabbing etc. including test
headers for pigging and hydrostatic testing.

4.2.20 All materials such as cohesion-less soil/ sand required for installation of pipeline in
seismic active zones.

4.2.21 All materials, equipments, consumables etc. required for magnetic cleaning and
EGP of pipeline.

4.2.22 All materials required for structural works for supports (as per scope of this tender
i.e. supports for above ground main pipeline section upto launchers/ receivers,
supports for launchers/ receivers and all supports at SV stations) including
structural steel, cement, reinforcement, concreting, grouting etc. in facilities like

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 841 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 27 of 55

DT, Intermediate pigging stations (IP-1, IP-2 & IPS-3), SV stations & RT including
all types of equipment and material required for excavation/ construction of pits
and steel/ structural steel materials of all types.

4.2.23 All materials required for repair/ restoration of pavements, roads, bunds, walls,
other structures affected/ damaged by Contractor’s construction activities.
Materials shall be equivalent/ superior to those used for original construction of the
facility.

4.2.24 All equipment and consumables required for hydrostatic testing like pumps,
pressure and temperature gauges, test water and corrosion inhibitors for
hydrostatic testing.

4.2.25 Supply of all materials, viz. casing insulators and end seals, vents and drains etc.
complete at cased crossings.

4.2.26 Supply of API 5L Gr. B/ IS1239 Gr. Fe 410, 6.625” OD (168.3 mm), 6.4 mm wall
thickness CS conduit for OFC (2nos.) to be installed along the pipeline (externally
coated with coal tar epoxy, if required) for all cased/ bored crossings and wherever
main pipeline is installed by HDD method including supply of insulators, end seals
etc. CS conduit of 168.3 mm dia. for OFC shall also be used in open cut river
crossing by strapping with concrete coated line pipe.

4.2.27 All materials, consumables and equipment required for semi-automatic and
manual welding for all types of tests and NDT such as radiography, AUT, manual
ultrasonic testing, magnetic particle, dye penetrant examination etc. including
radiography film, X-ray/ gamma ray machines, developing equipment and
consumables, Ultrasonic equipments etc.

4.2.28 All safety tools, tackles, devices, apparatus, equipment etc. including ladders and
scaffolding complete as required. Mobilizing and providing all necessary
barricading materials, safety signboards, warning lights etc. to safeguard the
pipeline against accidents during construction.

4.2.29 All structural steels, reinforcement steels and steel for all types of supports,
foundations etc.

4.2.30 All steel materials such as structural steel, reinforcement steel, shims, wedges,
packing plates (machined wherever required), pipes, nuts & bolts, washers, U-
bolts, anchor bolts, clamps, clips, pipe saddles/ shoes etc. as required for the
fabrication of structural supports and supports basements/ foundations etc. Pipes
supplied by Company shall not be used for fabrication of supports and
support saddles etc.

4.2.31 All materials for corrosion protection of buried piping, pipe fittings, valves, casing
pipes, etc.

4.2.32 All materials and equipments related to blasting of rock/ controlled blasting for
excavating trench, grading of ROU, pipeline & pipe laying/ installation and other
works.

4.2.33 All materials for surface type temperature element.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 842 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 28 of 55

4.2.34 Sand ridges (sand, polyethylene sheets etc.) and other materials for stacking of
surplus pipes at Company’s designated store.

4.2.35 Corrosion inhibitor, oxygen scavengers and bactericides for water used for
hydrostatic testing including water for testing.

4.2.36 Required quantities of water, corrosion inhibitor, nitrogen and other materials for
idle time preservation of Pipeline and associated facilities, if required.

4.2.37 All pigs for cleaning, gauging, filling, dewatering, swabbing, pre-commissioning
and commissioning of the pipeline.

4.2.38 All materials i.e. fittings, flanges, valves, blind flange etc. required for isolation and
nitrogen purging for pipe section(s), if required.

4.2.39 Hoses & hose couplings of all sizes, as required.

4.2.40 All materials, manpower, equipment, pigs, consumables, required for carrying out
pre-commissioning of pipeline along with necessary piping and instrumentation
connection for monitoring flow rate, pressure, temperature etc. providing temporary
facilities for venting along with necessary piping, valves and instrumentation etc.

4.2.41 All other materials not specified above but required for successful completion of
the entire work whether temporary or permanent in nature.

4.2.42 The item rates quoted for the execution of the work shall be inclusive of supply of
all materials mentioned above unless specifically covered otherwise under
schedule of rates. The quantities indicated in schedule of rates under Contractor’s
scope of supply are approximate. Contractor shall carryout MTO of all materials
required based on IFC Piping General Arrangement Drawings, P&IDs and firm up
the actual requirement of materials. All escalation/ extra materials procured by
Contractor for contingencies shall be Contractor’s property and no payments shall
be made for such materials. Payment shall be made for actual materials installed
by the Contractor as a part of permanent installation.

4.3 STORAGE OF MATERIALS


4.3.1 All materials shall be preserved against deterioration and corrosion due to poor or
improper storage while under the custody of Contractor.
4.3.2 All materials shall be duly protected by the Contractor at his own cost with the
appropriate preservatives like primer, lacquer coating, grease etc. and shall be
covered with suitable material to prevent them from direct exposure to sun, rain,
wind and dust.
4.3.3 Whenever applicable, pipes shall be stacked according to the identification marks
and stacks shall be arranged on sleepers/ sand pads at least 300 mm above
ground.
4.3.4 The Contractor shall check that valves, fittings, specials etc. are not subjected to
corrosion from hydrostatic test water remaining in the packing. Any such condition
when detected should be brought to the notice of Engineer-in-Charge and remedial
measures taken as directed.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 843 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 29 of 55

4.3.5 All machined surfaces shall be properly greased and should be maintained and
protected from damages.
4.3.6 Openings of equipment, machinery, valves etc. shall be kept blocked/ covered with
blinds to prevent entry of foreign matter.
4.3.7 As far as possible materials shall be transported to the site of erection only just
prior to the actual erection and shall not be left lying around indefinitely on ground
but kept on packing/ sleepers etc. to maintain the minimum distance from the
ground as specified and/ or as per directions of Engineer-in-Charge.

5.0 SCOPE OF WORK AND SCOPE OF SUPPLY FOR OTHER DISCIPLINES


Detailed scope of work and scope of supply covered in this document given above
is pertaining to Pipeline laying and HDD works with associated pipeline works at
terminals. Detailed scope of work related to Structural, Instrumentation, Electrical,
Process, cathodic protection etc. are covered in separate documents in detail and
the same are enclosed elsewhere with the bid document. All these documents
shall be read in conjunction with this document and shall form an integral part of
the overall Scope of work of the Contractor(s).

6.0 OTHER CONDITIONS OF BID


6.1 BASIS OF WORK
6.1.1 All pipeline and associated works shall be carried out as per following:
a) Piping and Instrumentation Diagram (P&IDs) and line schedule.
b) Issued for construction Piping General Arrangement Drawing (GADs).
c) Issued for construction Alignment sheets/ Crossing drawings.
d) Piping Material Specifications.
e) Specifications
f) Piping support standards/ drawings and support index.
g) Any other drawings/ sketches prepared by Company and/ or by Contractor
and approved by Company.
6.2 SURVEY
COMPANY has got the detailed pipeline route survey carried out for the entire
pipeline route. Survey data along entire pipeline route such as route maps,
alignment sheets including plan and ground profile details, detailed cross-section
of various crossings are enclosed along with the Bid document as per list of
attachment (document no. B414-000-83-41-LL-9510). Starting chainage 0.000km
is at BPCL’s Dispatch Terminal, Krishnapatnam in Andhra Pradesh and increasing
towards BPCL’s Receipt Terminal, Malkapur near Hyderabad in Telangana at
chainage 422.411km. All survey drawings and reports are being enclosed with the
Bid document for CONTRACTOR’s reference only. It shall be the
CONTRACTOR’s responsibility to verify the pipeline routes. Wherein
CONTRACTOR’s opinion the survey and investigation data is not found to be
sufficient in detail, it shall be the responsibility of the CONTRACTOR to collect/
arrange and provide such additional data / information / topographic surveys at no
additional cost to COMPANY.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 844 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 30 of 55

CONTRACTOR shall also perform during execution of WORK, any additional


topographic surveys & geotechnical investigations that may be required for local
detours or at crossings or at any other location during execution of the project
without any extra cost to the COMPANY. CONTRACTOR shall be deemed to have
considered such eventualities while formulating his bid. Pipeline alignment shall be
marked on village maps wherever detouring is beyond existing ROU. All detailed
route survey data is enclosed with the bid document.
6.3 DESCRIPTION OF PIPELINE ROUTE
6.3.1 Route Description:
The route of proposed pipeline starts from Proposed BPCL facility at
Krishnapatnam Port (DT, Ch. 0.000km) and travels in North East direction and the
route crosses the Buckingham Canal at Ch. 1.836km, then the route diverts in
North direction near Totapalliguduru village. Further the route changes its direction
towards North East. Afterwards the route diverts in North West direction and
crosses Penneru River at Ch. 36.084km., the route also crosses Ravuru Reserved
Forest for 2.02km length near ravuru village. After that the route crosses
Ramayapattnam Reserved Forest for 0.982km length. Thereafter the route diverts
in North East direction and crosses Manneru river at Ch.116.889km. Further the
route diverts in North West direction near Ongole terminal at Ch. 138.200km
avoiding Errakonda reserved forest. The route also crosses Gundlakamma River
near Malkapuram village. The route also crosses Chilakaleru river near
Malkapuram village. The Nagarjunasagar Wildlife Sanctuary is 9.62km away from
the route but the route does not cross any wildlife sanctuary. Further the route
crosses Krishna River at Ch. 308.994km and Andhra Pradesh/ Telangana state
border at Ch. 309.822km.The route is avoiding the forest area near Krishna river.
Thereafter the route of proposed pipeline ends at Malkapur near Hyderabad (RT,
Ch. 422.411km). Detailed pipeline route (for Part-A, Part-B, Part-C & Part-D) is
indicated in route maps and alignment sheets.
The salient features along the pipeline routes are as given below:

Parts
(Krishnapatnam-Hyderabad Multi Product
Sl.
Description Unit Pipeline)
no.
A B C D

1. Length km 138.200 95.300 75.182 113.729

2. Railway Nos. 2 1 2 ---

National
3. Nos. --- 1 --- 1
Highway

4. State Highway Nos. 1 3 3 1

5. Other Roads Nos. 66 42 25 46

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 845 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 31 of 55

Parts
(Krishnapatnam-Hyderabad Multi Product
Sl.
Description Unit Pipeline)
no.
A B C D

6. River Nos. 5 3 ----- 1

7. Canal Nos. 73 44 40 33

8. Fish Pond Nos. 20 --- --- ---

8. Nala Nos. 75 31 26 35

9. Drain/Stream Nos. 7 1 --- ---

Pipeline
10. Nos. --- --- 1 16
Crossing
Cable line
11. Nos. 5 1 3 1
crossing

12. SV Stations Nos. 7 2 2 3

13. IP Stations Nos. 1 1 --- 1

6.3.2 The number of crossings and features along the pipeline route described above
are approximate. Contractor shall not be entitled for any compensation in terms of
time and cost in case of variation in the above. Contractor shall verify the above
data and carry out pipeline installation works without any extra cost & time to
Company.
6.3.3 Cased crossing shall be installed as a minimum at all Railway, National Highway,
Expressway and State Highway crossings. The number of cased crossings may
vary and is subject to change based on engineering, construction and statutory
requirements or requirements of the Authority having jurisdiction over a utility
crossing.
6.3.4 All railway lines shall be preferably crossed by HDD Method or auger boring
method depending upon site condition. Crossing angle shall be close to 90° as far
as possible.

6.3.5 All NH/SH shall be preferably crossed by HDD Method or auger boring method
depending upon site condition. Crossing angle shall be close to 90° as far as
possible.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 846 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 32 of 55

6.4 SOIL INVESTIGATION AND SOIL RESISTIVITY SURVEY


Company has got carried out soil investigation survey (visual classification/
geotechnical) and soil resistivity survey along the pipeline routes. Data collected
from the same is enclosed with the bid document. Such data is issued to
Contractor for his reference purposes only.
It shall be Contractor's responsibility to verify the data and satisfy himself with
regard to accuracy and utility of data. Any additional soil data/ investigation
required for installation shall be carried out by Contractor. Contractor shall not be
entitled for any compensation in terms of time or cost in case of any variation in
actual site conditions from the data furnished in the bid package. It shall be
Contractor's responsibility to familiarize himself with sub-soil conditions along the
pipeline route and workout the lengths of pipeline to be laid in different subsoil
conditions including the quantum of rock excavation that would be necessary.
Rates quoted shall also be inclusive of all rock excavation. No extra compensation
shall be payable to Contractor for any rock excavation whatsoever.

6.5 PIPELINE R.O.U.


Pipeline ROU shall be 18 m for most part of the pipeline route except in certain
restricted areas such as forest where ROU shall be 10 m.
Contractor shall carry out construction work within the width of pipeline ROU as
made available to him with no time and cost implication to the Company. Any
additional ROU requirement for construction purposes shall be arranged by him. It
shall be Contractor’s responsibility to make arrangement for any additional land
required for fabrication, construction, storage and all other work areas. Contractor
shall also arrange any additional land requirement during carrying out installation
of pipeline across all rivers, roads, canals, fish ponds etc. Contractor shall propose
suitable execution methodology and time schedule for construction/ execution of
work at areas of restricted ROU and deploy adequate equipment, spreads &
manpower etc. as required.
PIPELINE IN FOREST AREAS: Contractor shall restrict the pipeline laying
activities within the ROU acquired. No additional land in forest area shall be used.
Contractor shall clear only the minimum width required for laying of pipeline.
Number of trees/ plants felled shall be kept a minimum based on construction
requirements. Restricted ROU width shall be 10.0 meter.
Full care shall be taken to ensure that no damage is caused to the adjoining forest
area while carrying out the work. However, in case of any damage, Contractor
shall be liable to pay suitable compensation as per requirement of forest
department.
Contractor shall also arrange additional land & suitable approach for mobilization &
placement of equipment such as HDD Rig, pipe string etc. during installation of
Pipeline using HDD technique at crossings such as rivers, canals, NH/SH, Railway
& Fish Ponds. Additional temporary space/ land requirement for preparation and
keeping of HDD pipe string outside ROU limits shall be arranged by the
Contractor.
Locating all existing nearby underground pipelines & cables by pipe/ cable locator
and marking/ flagging-off their location suitably before beginning of any
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 847 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 33 of 55

construction activity, on both sides of the crossing and within crossing limits, such
that no existing pipeline/ cable gets damaged. Any damage to the existing
pipelines/ cables due to the constructional activities by Contractor shall be
attributable to the Contractor.
Damages, if any, to existing facilities shall be to Contractor’s account.
Wherever the detouring is carried out beyond ROU during pipeline installation, the
detoured pipeline alignment shall be marked on village maps by Contractor.

6.6 SITE VISIT


Contractors as a part of bid requirement, have to make site visits along the pipeline
route prior to quoting to familiarize themselves with all the salient features of
terrain, availability of ROU and infrastructure along the pipeline route. Contractor
shall be deemed to have considered all constraints and eventualities on account of
site conditions along pipeline route while formulating his bid. Contractor shall not
be eligible for any compensation in terms of cost and/ or time, on account of site
conditions along pipeline route varying to any extent from whatever is described in
the bid package and the survey drawings/ data furnished along with the bid
package.
6.7 LINE PIPE AND COATING
6.7.1 Taking over of Line Pipes
Company shall supply bare & externally corrosion coated (3-layer polyethylene
coating) line pipes.
Contractor shall receive and take over the pipes progressively as per construction
requirements at designated place of issue from COMPANY/ COMPANY’s
representative. At the time of taking-over from COMPANY/ COMPANY’s
representative, Contractor shall perform inspection of pipes and pipe coating for all
defects in the presence of Company's Representative.
Defects and damage to pipe coating noticed at the time of taking over, shall be
repaired by Line pipe manufacturer. However, installation Contractor shall repair all
defects to pipe and pipe coating occurring after taking over including those during
transportation and handling. Rebuffing for dents (in bevels) less than 1 mm in
depth shall be carried out by Contractor prior to welding in the field at no extra cost
to Company. After completion of installation works, Contractor shall takeover the
entire quantity of bare and coated line pipes from Dump Sites (DS-1/ DS-2/ DS-3
as applicable), work sites etc.
Return of surplus line pipe material to Company’s designated store is in installation
Contractor’s scope including loading, transportation, unloading, handling, stacking
of pipes at store and getting the pipes inspected by Company’s representative at
store. Line Pipes to be returned shall be supplied with end caps on both sides. 5kg
silica bag shall be put inside each returned line pipe.
6.7.2 Repair of Coating
Any repairs to 3-layer polyethylene coating shall be carried out by Contractor using
suitable material compatible with parent coating system specified in specification
no. 6-71-0041 & its addendum no. B414-000-83-41-AD-0041 and meeting the

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 848 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 34 of 55

requirements of coating system as per specification 6-71-0048 enclosed with the


bid document. The coating repair material and procedure for application shall be
submitted to Company for approval prior to start of construction.

6.8 LONG RADIUS (R=6D) BENDS


Long radius bends supplied by the Contractor shall be fabricated from Company
supplied free issue Line pipes as per following details:
 16”, 406.4 mm (OD) x 7.92 mm (in non high consequence areas along the
pipeline).
 16”, 406.4 mm (OD) x 12.70 mm (in high consequence areas along the pipeline
& at station).

Bends shall be fabricated in accordance with specification no. 6-71-0021 with


factory applied corrosion coating like 3LPE/ PU coating. Contractor shall confirm
B
exact quantity of line pipe required for fabrication of LR bends as per quantities
indicated in the Schedule of Rates. Transportation of line pipes (required for
fabrication of LR Bend) from Dump sites (DS-1/DS-2/DS-3 as applicable) to LR
Bend Fabricator’s shop, handling, loading and unloading of line pipes,
transportation of fabricated LR Bends from LR Bend Fabricator’s shop to work
sites (in Part-A, Part-B, Part-C & Part-D as applicable) and return of surplus pipes
to Company’s storage yard with pipe identification marking shall be in Contractor’s
scope. Contractor shall optimize use of line pipes for fabrication of LR Bends
based on actual length of line pipes received. Wastage of line pipes shall be
accountable to Contractor’s account.
The quantities required for bends shall include fabrication and pre-qualification
testing of bends. Material test certificates for free issue bare line pipes shall be
provided to the Contractor. MTO for LR Bends shall be the responsibility of
Contractor and Contractor shall immediately, upon award of work, furnish complete
MTO/ requirement of LR bends for Company’s review.

6.9 STATUTORY PERMISSIONS


The Company shall obtain a general permission/ In principle approval from the
B various authorities having jurisdiction over the area as necessary for construction
of the pipeline except blasting. Contractor shall obtain the necessary permits like
work permit/ excavation permit/ trench opening permit etc for all works from the
authorities having jurisdiction before the actual execution of various phases of the
works and all stipulations/ conditions/ recommendations of the said authorities
shall be strictly complied with no extra cost to Company. Contractor shall also
obtain all necessary permissions from the concerned authorities for installation of
pipeline at railways, roads, water crossings and at places where blasting is
required. Company may, however, assist Contractor in obtaining such
permissions, wherever required, by issuing recommendation letters etc. In case of
damage to other utilities/ infrastructure, Contractor shall be responsible and the
required compensation as per the directions of concerned authorities/ Company
shall be paid by the Contractor. After completion of work, Contractor shall obtain a
certificate from the concerned authorities that the job has been completed as per
their requirement and the area/ land has been restored to their satisfaction.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 849 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 35 of 55

6.10 CONTROLLED BLASTING


Soil Strata along the pipeline route is mostly clayey soil, sandy soil, weathered
rock, at some stretch hard rock is also present as per soil stratification survey.
Wherever hard rock is encountered anywhere along the pipeline route that
requires blasting for making of trench then controlled blasting shall be carried out
as per the directions of Engineer-in-Charge. Controlled blasting in the vicinity of
villages/ huts shall be permitted only after Contractor successfully demonstrates
that blasting technique proposed by the Contractor will not damage the nearby
existing structures. The controlled blasting procedure shall be subject to approval
of Company.

6.11 ENVIRONMENTAL RESTRICTIONS


The following measures shall be adopted during pipeline construction in order to
minimise the impact of pipeline construction activities on the environment.
 While working in plantation areas, Contractor shall take due care to minimise
the damage of trees. The number of trees felled shall be restricted to minimum
based on working requirement for pipeline installation. Necessary afforestation
for trees fell in ROU shall be done in consultation with the statutory authority. In
the paddy field area, Contractor shall exercise maximum care not to damage
the crop outside the ROU. The compensation of damage of crop outside ROU, if
any, shall be to Contractor’s account. Damage to any obstruction, temporary/
permanent structure, boundary walls etc. within ROU shall be repaired, restored
and shall be to Contractor’s account.
 During ROU clearance, the vegetation shall be cut off at ground level leaving
the roots intact to the extent possible. Only stumps and roots directly over the
trench shall be removed for pipeline installation.
 Intake and discharge of water required/ used for line flushing and testing should
not cause unacceptable environmental disturbance. During dewatering process,
proper drainage arrangement shall be made to discharge the hydro-test water
to avoid flooding of the nearby area.
 As far as possible, the Contractor shall ensure that river and stream crossings
are done during dry season to avoid disturbance of breeding grounds and soil
erosion. The riverbed, embankments and dykes shall be restored adequately
after installation of crossings.

B  Maintaining of irrigation channels by providing temporary hume pipes, PVC


pipes etc.
6.12 PIPELINE THROUGH SEISMIC AREAS
Pipeline route is passing through potential fault lines at six locations. The
approximate locations are mentioned below:
Sr.No. Fault line TP/ IP Approx. Ch. (km)

1 Fault TP-13 – TP-14 1.965km to 2.670km


192.856km to
2 Gundlakamma Fault IP-228/10 – IP 233/5
197.190km

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 850 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 36 of 55

IP-251/14 – TP- 221.154km to


3 Fault/ Shear Zone
251/20 222.101km
Cuddapah Eastern
245.255km to
4 Marginal Shear IP-279/8 – TP- 282
246.017km
Zone
Cuddapah Eastern
251.899km to
5 Marginal Shear TP-287 – IP- 290/7
254.743km
Zone
Nallamalai Shear 277.344km to
6 TP- 322 – IP-322/2
Zone 277.954km

COMPANY has carried out seismic analysis for pipeline and following
recommendations are made:
 The pipeline is checked for anticipated fault displacement with sandy soils and
found to be safe.
 The proposed pipeline has been checked for the anticipated seismic hazard due
to wave propagation and the entire pipeline is found to be safe.
 A minimum gap of 100 m should be maintained between two successive bends
of the underground pipeline where the divergent (deflection) angle is more than
45 degrees.

6.13 PIPELINE BURIAL


Pipeline shall be buried to ensure a minimum cover of 1.2 meter below natural
ground level except at rocky stretch, river, rail, road, canal, waterways crossing
where minimum cover shall be as given below or in accordance with the
requirements of OISD STD 141/ PNGRB T4S, whichever is stringent. The
minimum pipeline cover for various locations and crossings shall be in accordance
with below table.

Sl. Minimum Cover (m)


Location
No.
Industrial, commercial and residential, 1.2 (in case of normal soil)
1
cultivated, agricultural and barren areas 1.0 (in case of rocky strata)
Minor water crossing/ canal /drain / nala / 1.5 (in case of normal soil)
2
stream 1.0 (in case of rocky strata)
3 HDD crossing rivers (below scour depth) 2.5

4 HDD Crossing at Canal (Below Bed) 4.0


River crossings 2.5 (in case of normal soil)
5
(Below Scour)- Open Cut 1.0 (in case of rocky strata)
6 Marshy Land/ Creek Area 1.5
Cased/ uncased road crossing/ Station
7 1.5
approach
8 Railway crossing 1.7

9 Drainage, ditches at roads 1.2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 851 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 37 of 55

Sl. Minimum Cover (m)


Location
No.
1.5 (below predicted
excavation level or from the
10 Areas of brick kiln
current level, whichever is
more)

* Actual cover requirement shall be as per IFC pipeline alignment sheets.


In case, any private dwelling, industrial building or place of public assembly falls
within 15m of pipeline, additional cover of minimum 300mm shall be provided over
and above the cover indicated in the above table. Additional soil cover other than
specified above shall be provided at locations indicated by statutory/ local
authorities as per agreements between Company and authorities.
6.14 ELASTIC BENDING RADIUS
Contractor shall maintain following minimum elastic bend radius during installation
of pipeline in the mainline and crossings.

S. No. Pipeline OD, inch (mm) Minimum Elastic Bending Radius, m

1 16 (406.4) 500

6.15 CROSSINGS
Contractor shall liaison with relevant authorities and intimate them well in advance
about the schedule and methodology of crossing for all railway, road, canal, river &
other water crossings. It shall be obligatory on the part of the laying Contractor to
ensure that Authorized Representative of the authority under whose jurisdiction the
crossing falls should be made available at site by the Contractor at the time of
executing crossing. After completion of works and complete restoration of ROU,
Contractor shall obtain NOC from the relevant official pertaining to complete
restoration to their satisfaction and certification in respect of no other damage
caused to the their property outside the earmarked ROU.

6.15.1 Railway Crossings


a) All railway lines shall be preferably crossed by HDD Method or auger boring
method depending upon site condition. Crossing angle shall be close to 90° as
far as possible.
b) In case of cased crossing the casing pipe shall be three nominal pipe sizes
larger than carrier and shall be installed by boring/ jacking. Casing pipe shall
be internally coated with two component epoxy coating wherever required by
statutory authorities. Cased railway crossing shall be installed in accordance
with the requirement of the specification 6-71-0052. For Railway crossing at
Chainage 138.119km, Casing pipe of API 5L Gr. B/ IS 3589 Gr. Fe410 or
equivalent of 24” size (610 mm OD) and 20.62 mm wall thickness shall be

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 852 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 38 of 55

used. For rest of the cased crossings, Casing pipe of API 5L Gr. B/ IS 3589
Gr. Fe410 or equivalent of 22” size (559 mm OD) and 8.74 mm wall thickness
shall be used.

c) ROU limit shall be defined by Railway authorities. Casing pipe shall be


extended for a distance of 0.6 meter beyond the ROU limits of Railways on
either side. All railway crossings shall be cased crossings.

d) The railway crossing shall comply with the requirements of API RP-1102 and
Indian Railways regulations. The crossing angle shall be as close to 90° as
possible. Cover of casing pipe for railway crossings shall be minimum 1.7 m
wherever railway track is on embankment.

e) Care shall be taken to isolate the pipeline crossing installation from aerial
electrical wires and shall be suitably insulated from underground conduits
carrying electrical wires.

f) The casing pipe shall be provided with minimum 50 mm diameter vent pipe.
Casing vent pipe shall be at least 1.2 m away vertically from aerial electrical
wires and shall be suitably insulated from underground conduits carrying
electrical wires on railway land.

g) Casing pipe should be so placed and oriented so as to prevent any leakage


inside railway boundary except through the vent pipes. The casing pipes shall
be installed with even bearing throughout the length.

Pipeline at following Railway crossings are preferably proposed to be installed by


HDD method.

Approx.
Chainage ROW
Sl. No. Description HDD length Part
(km) Width (m)
(m)
South Central Railway
1.
(from Vinukonda to 226.616 24.47 170 B
Guntur)
2.
Railway Line U/C 258.105 40.85 1000* C
3. Railway Line U/C (from
293.652 16.81 170 C
Macherla to Guntur)
*At this crossing location, single HDD will cross SH-2 at Ch. 257.683km, Railway
Line U/C at Ch. 258.105km & Bellamkonda Canal at Ch. 258.546km.
Note:- HDD length given above is indicative only. Payment shall be made for
actual HDD length executed as per conditions of Contract. Actual length of pipe
string between tie-in points at two ends shall be considered as HDD length and
same shall be deducted from mainline length.

Additionally following requirement shall be complied with these crossings:


i. CONTRACTOR shall perform all topographic surveys, geo-technical
investigation as required for design and engineering of railway crossings by
HDD. CONTRACTOR shall submit installation design calculations and crossing
drawings for COMPANY’s approval. WORK shall start only after COMPANY’s
approval.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 853 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 39 of 55

ii. The above Railway crossings shall be installed in accordance with the
requirement of the specification 6-71-0054 and shall be paid separately as per
schedule of rates.
iii. Unless specified otherwise the top of pipeline for railway crossings to be
crossed using HDD technique shall be taken at least 7 m below the ground level
throughout railway land.
iv. The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned railway authorities.
6.625” OD (168.3 mm), 6.4 mm thk. CS conduit for OFC (2nos.) shall be
installed along with pipeline, CS conduit shall be externally coated with coal tar
epoxy, if required) in the entire railway crossing, same shall be supplied and
installed by pipeline CONTRACTOR. Separate HDD shall be carried out for
6.625” OD (168.3 mm) CS conduit for OFC. Separation distance between 16”’
OD Pipeline and 6.625”OD (168.3mm) CS conduit shall be minimum 6m for
HDD or as per minimum safety distance available within ROU limits.
v. All other railway crossings (except as per table above) installed by Jacking
Boring method shall be included in the Pipeline Laying/ Installation item as per
schedule of rates (Item nos. 01PP.ME50 & 01PP.ME51 for Part-A SOR, Item
no. 01PP.ME60 for Part-B SOR, Item nos. 01PP.ME70 & 01PP.ME71 for Part-
C SOR and Item no. 01PP.ME60 for Part-D SOR) for payment purpose. For
installation of pipeline at other railway crossings by jacking boring method with
casing pipe, rates for supply and installation of casing pipes by boring shall be
paid separately as per applicable SOR item.

6.15.2 Road Crossings


a) The method of crossing of roads such as open cut/ boring/ trench-less shall be
firmed up by Contractor in consultation with concerned authorities and
Company. The Contractor shall also take due care to identify and take due
precautions so as not to disturb or damage the utilities like cables, water lines
and other structures.
b) Other road crossings (which are not proposed to be installed by HDD
technique) shall be installed in accordance with the requirement of the
specification 6-71-0052. Additionally following requirements shall be complied
with for these crossings. Work shall start only after Company’s approval.

c) After laying the pipeline in a road crossing by open cut method, the Contractor
shall completely restore the road to its original condition.

d) While laying the pipeline in road crossings by open cut method the Contractor
should ensure that the traffic is not stopped during the execution of work. This
may be done by cutting half of the road at a time so as to enable the traffic to
pass on the remaining half of the road. Alternatively, the Contractor can
provide diversion roads to maintain the flow of traffic.

e) The Contractor shall provide proper caution boards during daytime and danger
lights during night time when the cutting operation of the road is going on.

f) For cased crossings, the pipeline should be taken through the casing pipe, the
top of which should be at least 1.5 metres below the road top as specified or
as per the requirements of the local authorities, whichever is higher.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 854 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 40 of 55

g) For National Highways/ State Highways/ Expressways, crossing shall not be


too near to the existing structure on the NH/ SH maintaining a minimum
distance of 15 metres or as specified by Highway Authority.

h) For open cut road crossings, the road crust shall be built to the same strength
as the existing crust on either side of the trench or to thickness and
specification stipulated by road/ highway authority. Care shall be taken to
avoid the formation of a dip at the trench.

i) All NH/SH shall be preferably crossed by HDD Method or auger boring method
depending upon site condition. Crossing angle shall be close to 90° as far as
possible.

Pipeline at following NH/SH crossings are preferably proposed to be installed by


HDD method.
Approx.
Chainage ROW
Sl. No. Description HDD length Part
(km) Width (m)
(m)
1. SH-57 (from Nellore to
28.889 9.17 300* A
Pattapalem)
2. NH-16 (from Chennai to
139.286 76.43 150 B
Baharagora)
3. SH-34 (from Kurnool to
156.135 58.96 1000** B
Ongole)
4. SH-374 (from Talluru to
173.098 18.30 100 B
Velampalli (NH-16))
5. SH-50 (from Kurnool to
225.129 37.08 100 B
Narasaraopet)
6. SH-2 (from Narkatpalli to
252.018 39.09 150 C
Medarametla (NH-16))
Asphalted Road ( From
7.
Peddavura - to 333.366 31.95 100 D
Mirialguda )
8. NH-565 (from Anumala
361.457 30.88 150 D
to Narketpalli (Nalgo))
SH-16 (from
9.
Mahabubanagar to 367.220 29.01 150 D
Nalagonda)
*HDD at this location will include 2 nos. lined canals at Ch. 28.938km and
29.125km (SH-57 & 2 nos. lined canals will be crossed in a single HDD).
**HDD at this location includes marshy/ water logged area b/w Ch. 155.594 &
155.873km. (SH-34 & marshy/ water logged area will be crossed in a single HDD)

Note:- HDD length given above is indicative only. Payment shall be made for
actual HDD length executed as per conditions of Contract. Actual length of pipe
string between tie-in points at two ends shall be considered as HDD length and
same shall be deducted from mainline length.

Additionally following requirement shall be complied with these crossings:


i. CONTRACTOR shall perform all topographic surveys, geo-technical
investigation as required for design and engineering of NH/SH crossings by
HDD. CONTRACTOR shall submit installation design calculations and crossing

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 855 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 41 of 55

drawings for COMPANY’s approval. WORK shall start only after COMPANY’s
approval.
ii. The above NH/SH crossings shall be installed in accordance with the
requirement of the specification 6-71-0054 and shall be paid separately as per
schedule of rates.
iii. Unless specified otherwise the depth of pipeline below the centerline of NH/SH
crossings shall be at least 3 m.
iv. The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned authorities. 6.625”
OD (168.3 mm), 6.4 mm thk. CS conduit for OFC (2nos.) shall be installed
along with pipeline (CS conduit shall be externally coated with coal tar epoxy, if
required) in the entire NH/SH crossing, same shall be supplied and installed by
pipeline CONTRACTOR. Separate HDD shall be carried out for 6.625” OD
(168.3 mm) CS conduit for OFC. Separation distance between 16”’ OD Pipeline
and 6.625”OD (168.3mm) CS conduit shall be minimum 6m for HDD or as per
minimum safety distance available within ROU limits.
v. All other road crossings (except as per table above above) installed by Open
Cut/ Boring/ Trenchless technology method shall be included in the Pipeline
Laying/ Installation item as per schedule of rates (Item nos. 01PP.ME50 &
01PP.ME51 for Part-A SOR, Item no. 01PP.ME60 for Part-B SOR, Item nos.
01PP.ME70 & 01PP.ME71 for Part-C SOR and Item no. 01PP.ME60 for Part-D
SOR) for payment purpose. No extra payment shall be paid for installation of
pipeline at other road crossings. However, for installation of crossings by boring
method with casing pipe (applicable only where permission by open cut has not
been granted/ statutory regulation and as decided by Engineer in charge) rates
for supply and installation of casing pipes by boring shall be paid separately as
per applicable SOR item.

6.15.3 Canal/ Drain/ Other Minor Water Crossings


a) Canal and other water crossings shall be carried out by open cut/ auger
boring/ trenchless technology method. The method of crossing shall be firmed
up by Contractor in consultation with concerned authorities and Company.
b) HDD method shall be adopted for canal/ drain/ other minor water crossings
that are specifically mentioned in this document or decided at site by
Engineer-in-charge. These crossings shall be installed and paid separately as
per schedule of rates.

c) No damage should be caused to any irrigation sources, while laying the


pipeline through canal crossings.

d) The flood banks of the River/ Canal should be brought to the original condition,
if they are damaged by the laying of the pipeline. Stabilisation of banks shall
be carried out as per requirements of concerned authorities.

e) The pipeline shall be at least 1.5 m below the canal/ drain bed. However in
case of HDD crossing of canals, pipeline shall be at least 4 m below canal
bed.

Pipeline at following Canal crossings are proposed to be installed by HDD method.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 856 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 42 of 55

Approx.
Chainage ROW
Sl. No. Description HDD length Part
(km) Width (m)
(m)
1.
Buckingham Canal 1.836 45.16 1000* A
2.
Lined canal 26.765 25.34 150 A
3.
Lined canal 57.573 30.51 100 A
4.
Bungala Kalava Canal 60.841 90.75 250 A
5. Dongatumu Kalava
62.801 102.94 250 A
Canal
6.
Addanki Branch Canal 213.226 57.83 250 B
7.
Nagarjuna Sagar Canal 250.832 73.99 200 C
8.
Lined Canal 265.267 19.10 100 C
9.
Tangeda Major Canal 276.228 60.64 150 C
10. Nagarjunasagar left
334.463 95.81 250 D
Canal
11.
Lined Canal 371.508 41.59 150 D

*HDD at this location will include fish ponds on upstream of Buckingham canal
including asphalted road at Ch. 1.183km (aphalted road, fish ponds & Buckingham
canal will be crossed in a single HDD).

Note:- HDD length given above is indicative only. Payment shall be made for
actual HDD length executed as per conditions of Contract. Actual length of pipe
string between tie-in points at two ends shall be considered as HDD length and
same shall be deducted from mainline length.

Additionally following requirement shall be complied with these crossings:


i. The above Canal crossings shall be installed in accordance with the
requirement of the specification 6-71-0054 and shall be paid separately as per
schedule of rates.
ii. Minimum cover shall be minimum 4.0 m below the lowest canal bed level or as
per the requirement of the concerned authorities, whichever is higher.
CONTRACTOR shall perform all topographical surveys / geotechnical
investigation required for design and engineering of canal crossing by HDD.
CONTRACTOR shall submit installation design calculations and crossing
drawings for COMPANY’s approval at appropriate time. Work shall start only
after COMPANY’s approval.
iii. The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned authorities. 6.625”
OD (168.3 mm), 6.4 mm thk. CS conduit for OFC (2nos.) shall be installed
along with pipeline (CS conduit shall be externally coated with coal tar epoxy, if
required) in the entire canal crossing, same shall be supplied and installed by
pipeline CONTRACTOR. Separate HDD shall be carried out for 6.625” OD
(168.3 mm) CS conduit for OFC. Separation distance between 16”’ OD Pipeline
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 857 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 43 of 55

and 6.625”OD (168.3mm) CS conduit shall be minimum 6m for HDD or as per


minimum safety distance available within ROU limits.
iv. All Other canals, drains & other water crossings (which are not proposed to be
installed using HDD technique) shall be installed in accordance with the
requirement of the specification 6-71-0052. Work shall start only after
Company’s approval.
v. All canals, drains & other water crossings (except as per table above above)
installed by Open Cut/ Boring/ Trenchless technology in accordance with the
requirement of the specification 6-71-0052 and shall be included in the Pipeline
Laying/ Installation item as per schedule of rates (Item nos. 01PP.ME50 &
01PP.ME51 for Part-A SOR, Item no. 01PP.ME60 for Part-B SOR, Item nos.
01PP.ME70 & 01PP.ME71 for Part-C SOR and Item no. 01PP.ME60 for Part-D
SOR) for payment purpose. No extra payment shall be paid for installation of
pipeline at other canal/ drain/ all other water crossing. However, for installation
of crossings by boring method with casing pipe (applicable only where
permission by open cut has not been granted/ statutory regulation and as
decided by Engineer in charge) rates for supply and installation of casing pipes
by boring shall be paid separately as per applicable SOR item.

6.15.4 River Crossings


Following river crossings have been identified as large water bodies and pipeline
shall be installed at these locations using HDD Technique.
Approx. Scour
Chainage Bank HDD depth
Sl. No. Description Part
(km) Width (m) length below
(m) LBL (m)
1.
Penneru River 36.084 861.03 2100* 3.66 A
2.
Manneru River 116.889 183.62 1600** 2.83 A
3.
Palleru River 127.174 11.62 320*** 5.69 A
4.
Paleru River 129.841 161.06 800**** 4.47 A
5.
Krishna River 308.994 623.15 1500***** # D
*HDD at this location includes fishponds (from Ch. 34.732km to 35.330km) on
upstream of Penneru River crossing. (Upstream fish ponds and Penneru river will
be crossed in single HDD).
** HDD at this location includes fishponds (from Ch. 115.983km to 117.063km) on
upstream and downstream of Manneru River crossing. (fish ponds on upstream
and downstream of Manneru River crossing and Manneru river will be crossed in
single HDD).
*** HDD at this location includes fishponds (from Ch. 127.126km to 127.303km) on
upstream and downstream of Palleru River crossing. (fish ponds on upstream and
downstream of Palleru River crossing and Palleru river will be crossed in single
HDD).
**** HDD at this location includes fishponds (from Ch. 129.622km to 130.282km)
on upstream and downstream of Paleru River crossing. (fish ponds on upstream

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 858 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 44 of 55

and downstream of Paleru River crossing and Paleru river will be crossed in single
HDD).
*****Krishna river crossing HDD shall be in Part-D Contractor’s scope. However tie-
in of upstream side of HDD section will be in scope of Part-C Contractor and
downstream side by Part-D Contractor.
#For Krishna River scour depth is not available as rock starts from bed level.

Additionally following requirement shall be complied with these crossings:


i. The above water crossings shall be installed in accordance with the
requirement of the specification 6-71-0054 and shall be paid separately as per
schedule of rates.
ii. Actual length of pipe string (entry and exit point) shall be considered as HDD
length and same shall be deducted from mainline length. CONTRACTOR shall
quote accordingly.
iii. CONTRACTOR shall perform all topographic surveys, geo-technical
investigation and hydrological surveys as required for design and engineering
of river crossings by HDD. CONTRACTOR shall submit scour level
calculation, installation design calculations and crossing drawings for
COMPANY’s approval. WORK shall start only after COMPANY’s approval.
iv. Unless specified otherwise the top of pipeline for river crossings shall be taken
at least 2.5 m below the scour depth.
v. The detailed construction methodology/ plan and time etc. shall have to be
finalized by the CONTRACTOR in consultation with concerned authorities.
6.625” OD (168.3 mm), 6.4 mm thk. CS conduit for OFC (2nos.) shall be
installed along with pipeline (CS conduit shall be externally coated with coal
tar epoxy, if required) in the entire river crossing, same shall be supplied and
installed by pipeline CONTRACTOR. Separate HDD shall be carried out for
6.625” OD (168.3 mm) CS conduit for OFC. Separation distance between 16”’
OD Pipeline and 6.625”OD (168.3mm) CS conduit shall be minimum 6m for
HDD or as per minimum safety distance available within ROU limits.
vi. Pipeline at all other water crossings other than listed in above table are
intended to be installed by open cut method. In case, Contractor proposes to
install any water crossings by HDD or any equivalent method instead of open
cut, Contractor may do so at his own risk, time & cost. Company shall not
make any extra payment whatsoever on this account. The rates quoted by
Contractor shall remain applicable irrespective of method of installation.
Contractor shall take prior approval from Company and submit all design
calculations, procedures & drawings for Company’s approval in case of HDD
option.
vii. Other River crossings (which are not proposed to be installed by HDD
technique) shall be installed in accordance with the requirement of the
specification no. 6-71-0052. Additionally following requirements shall be
complied with for these crossings. Work shall start only after Company’s
approval.
 The cover specified shall be maintained throughout the bed width.
 Pipeline shall preferably be straight within the bed width.
 Cover shall be below lowest scour depth.
 Elastic/ cold field bend shall be provided for tie-in with the pipeline.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 859 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 45 of 55

 Continuous concrete coating of minimum 60 mm shall be provided for the


entire limit of crossing.
 CS conduit of 168.3 mm dia. API 5L Gr. B, 6.4 mm thickness for OFC
(2nos.) shall also be used in open cut river crossing by strapping with
concrete coated line pipe.
 Pipeline at these other water crossings shall be installed and included in
Pipeline laying/ installation items (Item nos. 01PP.ME50 & 01PP.ME51 for
Part-A SOR, Item no. 01PP.ME60 for Part-B SOR, Item nos. 01PP.ME70 &
01PP.ME71 for Part-C SOR and Item no. 01PP.ME60 for Part-D SOR) of
schedule of rates (SOR) for payment purpose. No extra compensation shall
be paid for installation of pipeline for all these water crossings.

6.15.5 Fish Pond Crossings


Pipeline shall be installed at these Fish Pond locations using HDD Technique.
Approx.
Width#
Sl. No. Description Chainage (km) HDD length Part
(m)
(m)
1. 5.420 to 5.878 330
Fish Pond 600 A
approx. approx.
2. 15.651 to 15.795 105
Fish Pond 350* A
approx. approx.
3. 23.475 to 24.676 1015
Fish Pond 1300 A
approx. approx.
4. 27.081 to 27.309 200
Fish Pond 400** A
approx. approx.
5. 29.815 to 30.025 220
Fish Pond 300*** A
approx. approx.
6. 30.973 to 31.221 200
Fish Pond 500 A
approx. approx.
7. 31.721 to 32.105 200
Fish Pond 480 A
approx. approx.
8. 32.724 to 32.898 165
Fish Pond 270 A
approx. approx.
9. 33.480 to 33.670 190
Fish Pond 250 A
approx. approx.
10. 41.821 to 41.976 210
Fish Pond 300**** A
approx. approx.
11. Flood Canal & 48.515 to 49.211 500
700***** A
Fish Pond approx. Approx.
12. 68.313 to 68.867 305
Fish Pond 670****** A
approx. approx.
13. Fish Pond & 70.996 to 71.115 115
150******* A
Canal approx. approx.
14. 71.5633 to 71681 150
Fish Pond 300 A
approx. approx.
15. 72.150 to 72.413 180
Fish Pond 230 A
approx. approx.
#Multiple/ continuous fish ponds have been observed at above locations, width is
cumulative.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 860 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 46 of 55

*HDD at this location includes major district road at Ch. 15.690km and downstream
marshy area. (Fish pond, major district road and downstream marshy area shall be
crossed in a single HDD)
**HDD at this location includes Asphalted Road at Ch. 26.915km. (Fish pond,
asphalted road shall be crossed in a single HDD)
***HDD at this location includes Lined canal at Ch. 30.035km. (Fish pond, lined
canal shall be crossed in a single HDD)
****HDD at this location includes Nala (Maldevi Vagu) at Ch. 42.014km. (Fish
pond, nala shall be crossed in a single HDD)
*****HDD at this location includes Asphalted road at Ch. 49.017km. (Fish pond,
asphalted road shall be crossed in a single HDD)
******HDD at this location includes Pilli nala at Ch. 68.614km. (Fish pond, pilli nala
shall be crossed in a single HDD)
*******HDD at this location includes canal/nala at Ch. 71.094km. (Fish pond,
canal/nala shall be crossed in a single HDD)

Additionally following requirement shall be complied with these crossings:


i. The above water crossings shall be installed in accordance with the
requirement of the specification 6-71-0054 and shall be paid separately as per
schedule of rates.
ii. Actual length of pipe string (entry and exit point) shall be considered as HDD
length and same shall be deducted from mainline length. CONTRACTOR shall
quote accordingly.
iii. CONTRACTOR shall perform all topographic surveys, geo-technical
investigation as required for design and engineering of fish pond crossings by
HDD. CONTRACTOR shall submit installation design calculations and
crossing drawings for COMPANY’s approval. WORK shall start only after
COMPANY’s approval.
iv. For Fish Ponds, top of pipeline shall be minimum 5m below lowest bed of Fish
pond. In case Pond owner insists to install the pipeline at a greater depth
same shall be complied by the contractor without any cost implication.
In addition, to avoid any puncture in the HDD hole due to bentonite pressure,
hydro fracture/ frack-out calculation shall be submitted & accordingly pipeline
cover shall be increased.
v. The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned authorities. 6.625”
OD (168.3 mm), 6.4 mm thk. CS conduit for OFC (2nos.) shall be installed
along with pipeline (CS conduit shall be externally coated with coal tar epoxy,
if required) in the entire Fish Pond crossing, same shall be supplied and
installed by pipeline CONTRACTOR. Separate HDD shall be carried out for
6.625” OD (168.3 mm) CS conduit for OFC. Separation distance between 16”’
OD Pipeline and 6.625”OD (168.3mm) CS conduit shall be minimum 6m for
HDD or as per minimum safety distance available within ROU limits.

6.16 PIPELINE IN MARSHY/ WATER LOGGED AREAS


The pipeline route does not passes through marshy/ water logged areas. However
there are some patches of marshy/ water logged area adjacent to NH/SH and Fish
ponds which are covered in the HDD section.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 861 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 47 of 55

6.17 PIPELINE IN FOREST AREAS


Mostly the pipeline route runs clear of forest area, however there are some
patches of reserved forests distributed along the pipeline route with cumulative
length of 3.5393 km. The location & extent of each such protected forest is
included in the topographical survey data enclosed with the bid document and as
described below. In forest areas the ROU shall be restricted to 10 m and pipeline
shall be laid as per the directions of Engineer-in-Charge. Full care shall be taken to
ensure that no damage is caused to the adjoining forest area outside ROU while
carrying out the work. However, in case of any damage, Contractor shall be liable
to pay suitable compensation as per requirement of forest department.
Extent of Reserve Forest:
 Ravuru Reserved Forest: From Ch. 95.509 to 97.531km (Part-A)
 Ramayapatnam Reserved Forest: From Ch.101.040km to 102.022km (Part-A)
 Guttikonda Reserved Forest: From Ch.261.568km to 262.103km (Part-C)

6.18 INSTALLATION OF CONDUITS FOR OPTICAL FIBRE CABLE AT CROSSINGS


At all crossing locations (viz., rail, road, canal and minor water course crossings)
the optical fibre cable shall be installed inside a cable conduit.
At all such crossings where the carrier pipe is installed by open-cut of the facility
crossed, HDPE conduit (2nos.) shall be installed along with the pipeline for
installation of the Optical Fibre Cable (2nos.).
At river crossings where anti buoyancy measures are provided for the carrier pipe,
HDPE conduit (2nos.) shall be placed inside a CS casing pipe and strapped to the
carrier pipe at 5m interval using high strength PE straps. Net specific gravity of
pipe in empty condition shall not be less than 1.2.
Laying of separate CS conduit for OFC (2nos.) along the pipeline at all crossings
where the carrier/ casing pipe is installed by jacking/ boring. The centre to centre
distance between pipeline and CS conduit shall be 4.0 m based on as installed
dimension. In no case OFC conduit shall be installed in casing of carrier pipe.
The HDD for CS conduit shall be carried out minimum 6.0 meter away from HDD
of carrier pipe at HDD crossings. In case, Contractor desires to install CS conduit
by bundle pulling along with carrier pipe string at HDD crossing, the same may
also be considered acceptable after approval of Company. However, for bundle
pulling, required size of down-hole shall be drilled and Contractor shall take
adequate precautions to avoid any damage to carrier pipe coating.
6.19 CATHODIC PROTECTION WORKS
6.19.1 Temporary Cathodic Protection (TCP) works shall be carried out by respective
pipeline laying Contractor for each part (Part-A/Part-B/Part-C/Part-D as
applicable). However, Permanent Cathodic protection works (PCP) for Ch.0.000km
to Ch.233.500km (i.e. from Krishnapatnam DT upto IP-2) will be in scope of Part-A
contractor and Cathodic protection works (PCP) for Ch.233.500km to
Ch.422.411km (i.e. after IP-2 upto RT at Malkapur in Hyderabad) will be in scope
of Part-D contractor.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 862 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 48 of 55

6.19.2 The CONTRACTOR shall be responsible for coordination with and providing all
necessary assistance to TCP/ PCP sub-CONTRACTOR (if applicable) especially
to ensure that the works related to TCP/ PCP such as connection to the pipeline
for cables for cathodic protection system (for anodes of TCP, measurement cables,
CPTR / CPPSM cables etc.), laying of reference cell, ER probes, polarization
coupon etc. can be completed by TCP/ PCP sub-CONTRACTOR (if applicable)
before backfilling of the trench by pipeline CONTRACTOR. Similarly the pipeline
CONTRACTOR shall coordinate with TCP/ PCP sub-CONTRACTOR (if
applicable) for pipeline portion laid in cased crossings so that TCP/ PCP sub-
CONTRACTOR (if applicable) provides the CP protection before laying of pipeline
in cased crossing. The pipeline CONTRACTOR shall also coordinate with TCP/
PCP sub-CONTRACTOR (if applicable) during close interval potential logging
(CIPL) survey longitudinally along the pipeline and lateral potential measurement
survey and when conducting other tests as may be required for identification of
coating defects/ holidays and for current drainage survey.
6.19.3 CAT, DCVG, Coating conductance, Interference Survey, Mitigation of Interference
post PCP commissioning are in the scope of CP works covered elsewhere in the
bid document.
6.19.4 The CONTRACTOR shall be responsible for physical verification and repair of all
coating defects that may be detected during such surveys at no extra cost to
COMPANY.
6.20 HYDROSTATIC TESTING
6.20.1 Pipelines
Hydrostatic testing of mainline shall exclude valves at IP stations, pumping
stations, terminals and facilities that are to be installed as a part of the scraper
stations and sectionalizing valve stations. Temporary test headers shall be
provided and the mainline shall be hydrostatically tested between the temporary
test headers only. The pipeline shall be hydrostatically tested to the minimum test
pressure of 1.25 times the design pressure as specified below.
Wall Thickness, Hydrostatic test
Pipe Size, Material mm Pressure (min.),
inch (mm) Grade
kg/cm2 (g)

16 (406.4) X-65 7.0/ 7.92/ 11.91 1.25 x 99.9 =124.875

The highest point of the test section shall be subjected to the minimum test
pressure as specified above. The maximum hydrostatic test pressure at any
location in the pipeline during testing shall not exceed the pressure required to
produce hoop stress equal to 95% of SMYS of pipe material based on the
minimum wall thickness in the test section. The test duration shall be 24 hrs.
Hydrotest shall be done with corrosion inhibitor and dosage of corrosion inhibitor
shall be suitable for period of minimum two months.
Subsequent to separate hydro testing of pipeline and associated facilities, tie-in/
hook up shall be carried out by the Contractor. Pipes/ prefabricated assembly used
for such tie-in shall be pretested to a test pressure specified for the pipeline. All

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 863 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 49 of 55

materials required for the fabrication of the test headers shall be provided by the
Contractor at no extra cost to Company. After successful completion of hydrostatic
testing, the Contractor shall de-water the pipeline as per the directions of
Engineer-in-charge. Transfer of test water from one test section to another test
section may be considered, however dosing additional quantity of corrosion
inhibitor shall be done.
Disposal of water (hydro testing) shall be done by Contractor after seeking
necessary permission from concerned authority/ land owner so that no liability on
this account comes on Company.
6.20.2 Corrosion Inhibitor
The products to be used for corrosion inhibition of the water used for hydrostatic
testing and their dosage shall be as specified in Hydrostatic test specification.
Contractor (not the inhibitor manufacturer) shall get the inhibitor tested for
corrosion inhibition and microbiological control efficiency from competent
Government/ PSU Laboratory. The test report shall be submitted to Company for
approval prior to undertaking hydrostatic testing works.
The dosage as recommended by Company shall only be adopted.
Necessary records for dosing of inhibitor should be maintained by the laying
Contractor and such records should be handed over to Company.
6.20.3 Station Facilities (SV stations only)
Piping facilities at all sectionalizing valve stations (SV-1 to SV-14) installed by
Contractor shall be hydrostatically tested to a test pressure equivalent to 1.5 times
design pressure as indicated in line schedule document, in accordance with
“Standard specification for Inspection, Flushing and Testing of Piping System”
enclosed with the bid document. All valves in the piping network being hydro-
tested shall be kept in the full open position. The test duration shall be four hours.
6.20.4 Dewatering, Swabbing and Idle Time Preservation
It is envisaged that dewatering and swabbing operations shall be carried out as a
part of pre-commissioning activities. Dewatering of pipeline after hydrostatic testing
shall be taken up by Contractor only when Contractor is ready for swabbing
operations. Till such time Contractor is ready to start pre-commissioning activities,
the pipeline/ section of pipeline after hydrostatic testing shall be left filled with
inhibited water. The dewatering & swabbing operation shall be carried out as per
specification enclosed with the tender.
The positive pressure shall be maintained at 2 bar (g) in the pipeline during
preservation. The necessary arrangements like valves, fittings, manpower etc.
shall be kept for maintenance of pressure in the pipeline during idle time. In no
case shall the pipeline be kept empty i.e. without corrosion inhibited water.
Transfer of test water from one test section to another section may be considered,
however dosing additional quantity of corrosion inhibitor shall be done. Disposal of
water (hydro testing) shall be done by Contractor after seeking necessary
permission from concerned authority/ land owner so that no liability on this account
comes on Company.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 864 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 50 of 55

6.21 DIRECTION OF CONSTRUCTION


The direction of construction shall be in the direction of flow i.e. from
Krishnapatnam towards Hyderabad unless specified otherwise.
In case, the Contractor proposes to carry out construction in direction opposite to
that specified above, the Contractor may do so at no extra time and cost to
Company and subject to prior Company approval.
6.22 LEAK DETECTION
Contractor shall submit a detailed procedure for leak detection during hydrostatic
test. Such method of detection shall consume minimum possible time to complete
the hydrostatic test activity within contractual completion schedule. This procedure
shall require prior approval of the Engineer-in-charge.
All works for locating and repair of major leak/ burst attributable to Company
(occurred during hydrostatic testing) including necessary repairing/ replacing/
cutting and removing out defective pipe length as defined in the specification and
shall be payable as per relevant items of schedule of rates.
All works for locating and repair of minor leak attributable to Company (occurred
during hydrostatic testing) which require sectionalizing of pipeline shall be payable
as per relevant items of schedule of rates.
Contractor shall carry out repairing/ replacing of defective pipe length including
cutting and removing of defective pipes, pre testing of replacement pipe for 24
hours and welding into main line, NDT of the welds, coating of the weld joints,
clean up, re-testing of pipeline including providing all equipments, manpower &
consumables.
6.23 DIGITIZATION OF PIPELINE CONSTRUCTION ACTIVITY
BPCL has their own P/L digitization software in which all daily reports starting from
Route Survey to backfilling, OFC laying, OFC duct laying, Cased Crossing , HDD,
Hyrotesting , Pre- testing , WPS , PQR etc has to be recorded in the digitization
software by means of Hardware provided by Owner as free issue. Owner will
provide adequate number of Bar code Scanner, Tablet and high accuracy GPS
hardware to the contractor. The Tablet requires good quality data connectivity for
entering the data to the server. The contractor should provide good quality / high
speed data connectivity (Preferably 5G) to each tablet at there own cost. The
contractor should keep good upkeep of the hard ware provided to them as free
issue. Any damage and loss of equipment / to its any component has to be
replaced / rectified by the contractor at their own cost. After completion of job all
equipment are to be handed over to the owner in its original condition. Necessary
deductions will be made if any faulty / damaged/ short hardware is returned.

The entire progress of the project will be monitored through this software and the
B contractor needs to update the daily progress of all activity through this software
on daily basis without fail. Any progress reporting / activity report in manual mode /
hard copy will not be accepted and will be consider as violation to contract terms
and condition. After completion of project the entire data needs to be transferred to
BPCL’s Arc GIS platform and necessary support by the contractor needs to be
provided to the satisfaction of BPCL.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 865 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 51 of 55

Contractor needs to deploy sufficient qualified person at least 2 nos. for each
construction spread, who will be trained by the BPCL’ service provider to enter
daily progress data of each activity. Each activity entered in the system needs to
approved by the Engineer I/C before publishing the same in the server. Entering of
each data and getting the same approved from the EIC is the responsibility of the
contractor. The data entry has to be done on daily basis preferably at the
construction site and is duly verified by the Engineer I/C on daily basis without fail.

6.24 PRE-COMMISSIONING & COMMISSIONING ASSISTANCE OF PIPELINE


Pipeline Contractor shall be responsible for pre-commissioning of the pipeline
system being installed by him. The above shall include P&ID checks (with respect
to requirement of design/ operation/ safety and interlocks of latest revision of
P&ID's), flushing, tightness test, de-watering, as required and supply of
consumables required during pre-commissioning. Contractor shall supply
manpower, materials, equipment including nitrogen along with necessary piping
and instrumentation connections for monitoring flow rate, pressure, temperature
etc. temporary venting along with necessary piping, valves and instrumentation as
well as consumables.
Equipment and manpower required for commissioning activities like air
compressor, DG sets, water pump etc of suitable capacity shall be in the scope of
pipeline laying contractor. Contractor has to make arrangement of all this
equipments including necessary manpower with tools and tackles at DT/IP/RT/SVs
from the start of commissioning process till its successful completion.
Contractor shall make available the power required for functional testing of
actuated sectionalizing valves/SIV during pre-commissioning without any extra
cost to the Company. For this purpose, Contractor shall mobilize DG set of
required capacity with 48 V/24 V converters capable of giving stable power.
Contractor’s scope of supply shall also include 250 mm dia. temporary pipeline (IS
grade) for disposal of water at all stations during commissioning. The initial water
filled during commissioning shall be drained up to suitable discharge point / nalla.
After disposal this pipe shall be property of Contractor.
Whenever required, contractors shall provide commissioning assistance to other
section/part/spread contractor/client.
After Pre-commissioning of the pipeline the entire pipeline in the spread needs to
tested for air leak test. The entire pipeline needs to the pressurized with Air at
3kg/cm2 with the help of desired capacity of Air compressor at Dispatch station
and intermediate Pigging station and SV stations. The contractor to deploy
minimum 1100 CFM compressors at minimum 2nos. at SV location and 2 nos.
B 3500 CFM compressors at starting & IP location in a stretch of approx. 140 km.
For commissioning of the pipeline the contractor to arrange for water pumping
arrangement by providing water pumps (1 W + 1S) of minimum 300 KL/HR
capacity having discharge pressure of minimum 40 Kg/Cm2 at the starting station
along with desired qty. of Corrosion Inhibitor along with dossing pumps (1w+ 1S).
For running the above arrangement the contractor needs to deploy desired
capacity DG sets along with all piping arrangements for water filling along with

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 866 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 52 of 55

desired nos. of Pigs. The contractor needs to arrange for sweet water of about
10000 KL for pumping into the pipeline.
6.25 MAGNETIC CLEANING AND EGP (ELECTRONIC GEOMETRIC PIGGING)
Magnetic cleaning and EGP shall be carried out by individual Contractor in each
part (Part-A/Part-B/Part-C/Part-D).
Contractor shall engage a specialised agency who have previously carried out
such operations (magnetic cleaning and EGP) and shall develop procedures,
supervise and monitor the entire operations, coordinate with other Contractor(s) as
required. Rectification of defects observed during caliper pig run, shall be carried
out by individual Contractor (who has installed that particular section) including
digging, cutting, replacement, repair, welding, NDT etc. All works shall be carried
out as per relevant specifications enclosed elsewhere along with the bid document.
6.26 MEASURES FOR DELAYED COMMISSIONING
In case, there is substantial delay in the commissioning of the 16” pipeline (KHPL),
entire 16” pipeline section from Krishnapatnam to Malkapur in Hyderabad,
preserved using corrosion inhibited water, shall be dewatered and swabbed as per
applicable requirements of Contract.
After swabbing, all online permanent instruments, SVs, SIVs etc. shall be installed.
Subsequently, the pipeline shall be dried and filled with nitrogen at a pressure of 2
bar (g) with residual content of oxygen less than 1% v/v after fulfilling additional
requirements as mentioned elsewhere.
The positive pressure shall be maintained at 2 bar (g) in the pipeline during
preservation. The necessary arrangements like valves, fittings, manpower etc.
shall be kept for maintenance of pressure in the pipeline during idle time. In no
case shall the pipeline be kept empty i.e. without nitrogen filling.
6.27 PRIORITIES
Company may, at its sole option, assign priority of construction to any part of the
total pipeline or terminal works. Contractor shall comply with such priority of
execution without any time and cost implication to the Company.
6.28 TIE-IN WITH PIPELINE
Tie-in of pipeline between Parts i.e. Part-C & Part-D shall be carried out as
mentioned in clause 3.2 of this document. Tie-in work shall be carried out as per
the instruction of Engineer In-charge.
6.29 CONTRACTOR’S RESPONSIBILITIES
6.29.1 Appraisal and taking cognisance of site-conditions, pipeline route, Central
Government, Government of Andhra Pradesh, Government of Telangana rules and
regulations/ bye-laws, applicable Indian Standards and Codes, authorities having
jurisdiction over the work site(s), environmental and pollution rules and regulations
including conditions/ stipulations laid down by the concerned authorities etc. The
Contractor is deemed to have recognized any restrictive features and constraints
of the site(s), pipeline route and/ or specific requirements of the work and made
due allowance for it in the work to be performed by him. Furnishing and mobilizing

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 867 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 53 of 55

at site(s) of all construction equipment, manpower, tools and tackles, construction


spreads, fully equipped and fully manned with other required support facilities etc.
Relevant requirements of state Pollution Control Boards and NOCs of NHAI and
forests shall be available with Company office at Hyderabad. It shall be
Contractor’s responsibility to obtain all NOCs, regulations, stipulations, bye-laws of
concerned authorities/state PCBs and carry out the work in accordance with the
same.
6.29.2 Contractor shall restore all facilities and other conveniences like temporary
approach roads/temporary works, barren land, road, rail, canals, water crossings,
cultivable land, boundary wall, fence, etc to original condition that were damaged
during construction, as per specification and drawings to the entire satisfaction of
Company and/or authorities having jurisdiction over the same. Contractor shall
arrange necessary clearance from the concerned authorities/ land owners to the
effect that ROU/ ROW and facilities like road, water crossings, boundary wall etc.
has been restored back to original condition.
6.29.3 Contractor shall carry out Drone Photography/ Videography for all pipeline laying
activity as per ITP at a regular interval, including transmitting the live video to the
BPCL officers at Locations/ Regional offices. Keeping records of the same.
Submission of the same after completion of the job. Date & time stamp geo tag
photographs must be captured.
6.29.4 The ROU for Pipeline laying will be handed over to the pipeline laying contractor
for 20 km length at a stretch. The next set of ROU for another 20 Km will be
handed over once the contractor archives substantial progress of pipeline laying in
the first stretch. It is also to be noted that the contractor shall plan and execute the
B backend activities of pipeline laying in continuous manner. In no case the gap
between the subsequent activities shall exceed by 4.0 km at any stretch. The
Owner / EIL may penalize the contractor if there is violation to the above condition.

6.30 TECHNICAL REQUIREMENT


The technical requirements for the pipeline laying and HDD works as well as
associated works, as defined herein, shall be read in conjunction with Schedule of
Rates, specifications, standards, drawings and other applicable documents
enclosed with the bid document. All piping/pipeline works shall be carried out as
per following:
 Piping and Instrumentation Diagram (P&IDs) and line schedule.
 Issued for construction Piping General Arrangement Drawings (GADs).
 Issued for construction Alignment sheets/crossing drawings.
 Piping Material Specifications.
 Specifications.
 Standards/drawings and support index.
7.0 AS-BUILT DOCUMENT
Contractor shall prepare all documents as per the requirements indicated in
Specification for Documentation for Pipeline Construction No. 6-71-0059 enclosed
with the Bid document. In addition to the hard copy, three copies of final

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 868 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 54 of 55

documents shall also be submitted in electronic media i.e. CD ROM/ DVD ROM
diskettes (Native/ PDF Format).
Softwares used for the presentation of these documents shall be as follows:
Type of document Software
a) Reports MS Office – 2007(Word / Excel)
b) Drawings AutoCAD-2010

Note: Authorized and licensed software shall be used for preparation of all
documents. Drawings prepared in trial/ educational/ unlicensed versions of
AutoCAD shall not be acceptable.
For the purpose of preparation of as-built drawings, Contractor shall update the
"Issued for Construction" drawings provided by the Company. For drawings where
electronic copies are available for IFC drawings, Contractor shall provide as built
drawings in electronic form as well as in hard copies. Where only hard copies are
available for IFC drawings, Contractor shall prepare and submit as built drawings
in hard copies. Major construction events shall be video filmed by the Contractor &
submitted to Company in Full HD resolution. Contractor shall submit all as-built
drawings in native format also.
8.0 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING
No technical documents are required to be submitted at the time of bidding. Bidder
is advised to comply with all requirements of bid document without any deviation.
Company reserves the right to reject any bid with deviation without making any
reference to the Bidder.
9.0 GENERAL
In case of conflict between the requirements given in this document and the
requirements of other specifications enclosed with the tender document, the
requirements specified in the scope of document shall govern.
Should there be conflict, discrepancy, inconsistency or dispute between the
various documents, they shall be referred in order of priority as given below:
 Scope of Work
 Design Basis
 P&IDs
 Piping Material Specification/Data Sheets
 Job specifications
 Job Standards
 Standards
 Drawings
 Standard Specifications

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 869 of 4779


SCOPE OF WORK FOR DOCUMENT No.
PIPELINE LAYING AND HDD
WORKS B414-000-83-41-SOW-0001 Rev B
(PIPELINE ENGG. DEPTT.) Page 55 of 55

10.0 LIST OF ATTACHMENTS


Contractor shall carry out all works strictly in accordance with the drawings/
documents/ specifications indicated in document no. B414-000-83-41-LL-9510.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 870 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 1 of 11

भारत पैट्रोलियम कोरपोरे शन लिलमटे ड


BHARAT PETROLEUM CORPORATION LIMITED

कृष्णापट्नम है दराबाद बहु-उत्पाद पाइपिाइन पररयोजना


KRISHNAPATNAM HYDERABAD MULTI-PRODUCT
PIPELINE PROJECT

LIST OF ATTACHMENTS
FOR
PIPELINE LAYING AND HDD WORKS
(PIPELINE ENGINEERING)

B 12.01.2023 Issued for Bids


PN GDS MSG
A 19.12.2022 Issued for Bids
PN GDS MSG
Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 090000000038b5ec_A4.docx Copyright EIL – All rights reserved

Page 871 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 2 of 11

CONTENTS

1.0 LIST OF ATTACHMENTS .......................................................................................... 3


2.0 GENERAL DRAWINGS .............................................................................................. 3
3.0 JOB SPECIFICATION ................................................................................................ 3
4.0 JOB STANDARD ........................................................................................................ 4
5.0 STANDARD SPECIFICATION .................................................................................... 4
6.0 STANDARDS ............................................................................................................. 6
7.0 DATA SHEET FOR CONTRACTOR SUPPLIED MATERIAL ...................................... 9
8.0 PIPING & INSTRUMENTATION DIAGRAM................................................................ 9
9.0 INSPECTION AND TEST PLANS ............................................................................... 9
10.0 SURVEY DATA .........................................................................................................10
11.0 VENDOR LIST ...........................................................................................................11
12.0 VENDOR DATA REQUIREMENT ..............................................................................11

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 872 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 3 of 11

1.0 LIST OF ATTACHMENTS

CONTRACTOR shall carry out all works strictly in accordance with the
drawings/documents/specifications indicated in subsequent paragraphs.

2.0 GENERAL DRAWINGS

Sl. No. Specification No. Rev. Title


B414-000-83-41-SP- Schematic Arrangement of Pipeline
1 H
30001 Facilities

B414-000-83-41-SP-
2 A Overall Pipeline Route Map
30002

B414-000-83-41-SP- Battery limit scope


3 A
30004 (At DT, IP-1, IP-2, IP-3 & RT)

Piping General Arrangement and


4 B414-401-83-41-10001 A Supports for SV Station (SV-01 to
SV-14)

3.0 JOB SPECIFICATION

Sl. No. Specification No. Rev. Title


Piping Material specification
1 B414-000-83-41-SP-
2 (including Annexure-I)
0010
Welding Specification chart for
2 B414-000-6-41-WSC-
0 Pipeline & Associated Piping
0001

Specification for Welding for


3 B414-000-6-41-WSP-
0 Pipeline & Associated Piping
0001
Technical Specification for Pre-
4 commissioning and commissioning
B414-02-42-PCS-1001 0
assistance

Specfication for GeoTextile bags


5 B414-000-83-41-SP-
0 for Anti-Buoyancy
0015
Addendum to Standard
6 B414-000-83-41-AD- Specification for (SAWL) Linepipe
1
0001 (Onshore) (6-71-0001, Rev 6)
Addendum to Standard
7 B414-000-83-41-AD- Specification for (HFW) Linepipe
2
0005 (Onshore) (6-71-0005, Rev 5)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 873 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 4 of 11

Addendum to Standard
Specification for 3 layer
8 B414-000-83-41-AD-
1 polyethylene coating of linepipes
0041
(6-71-0041, rev 4)
Addendum to standard
9 B414-000-83-41-AD- specification for Documentation for
0
0059 Pipeline Construction (6-71-0059)
Addendum to standard
10 B414-000-83-41-AD- specification for technical notes for
0
0151 pipes (6-44-0051)

4.0 JOB STANDARD

Sl. No. Specification No. Rev. Title


B414-000-83-41-ST-
1. 0 Typical Right of Use for Pipelines
0001
B414-000-83-41-ST-
2. 0 Typical Trench Dimensions
0005
B414-000-83-41-ST-
3. 0 Kilometer Marker
0008
B414-000-83-41-ST- Typ. Details of Warning Mat for
4. 0
0031 Pipeline
B414-000-83-41-ST- Select Backfill For Pipeline Station
5. 0
0032 Approach
B414-000-83-41-ST- Select Backfill For Pipeline in
6. 0
0033 Seismic Zone

5.0 STANDARD SPECIFICATION

Sl. No. Specification No. Rev. Title


Standard Specification for
1. 6-71-0001 6 submerged arc longitudinal
welded (SAWL) line pipe (onshore)
Standard specification for high
2. 6-71-0005 5 frequency welded (HFW) line pipe
(onshore).
Standard specification for pipeline
3. 6-71-0014 6
ball valves (onshore).
Standard specification for pipeline
4. 6-71-0016 6
lubricated plug valves (onshore).
Standard specification for long
5. 6-71-0021 6
radius bends for onshore pipelines.
Standard specification for flanges
6. 6-71-0023 6 and welded fittings (size DN 450
mm (18") & above).
Standard specification for
7. 6-71-0024 6 seamless fittings and flanges (size
upto DN 400 mm (16")).
Standard specification for casing
8. 6-71-0035 6
insulators and end seals.
9. 6-71-0041 4 Standard specification for 3 layer

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 874 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 5 of 11

Sl. No. Specification No. Rev. Title


polyethylene coating of linepipes
Standard specification for field joint
10. 6-71-0044 4
coating (onshore pipelines).
Standard specification for concrete
11. 6-71-0046 5
weight coating of onshore pipelines
Standard specification for repair of
12. 6-71-0048 2
polyethylene coating
Standard specification for pipeline
13. 6-71-0051 5
construction (onshore).
Standard specification for
construction of pipelines crossing
14. 6-71-0052 5
roads, rail roads & minor water
crossings.
Standard specification for major
15. 6-71-0053 5 water crossings (conventional
trenching).
Standard specification for major
16. 6-71-0054 5 river / water crossings using
directional drilling method.
Standard specification for
17. 6-71-0055 4 hydrostatic testing of onshore
pipelines.
Standard specification for pipeline
18. 6-71-0057 6
markers.
Standard specification for
19. 6-71-0059 6 documentation for pipeline
construction.
20. 6-71-0061 5 Standard specification for blasting.
6-71-0071 Standard specification for pipeline
21. 4
surveys (onshore).
Standard specification for
22. 6-44-0012 5
fabrication and erection of piping.
Standard specification for
23. 6-44-0013 5 inspection, flushing and testing of
piping systems.
Standard specification for non
24. 6-44-0016 8 destructive examination
requirements of piping.
Standard specification for
25. 6-44-0018 1
fabrication of piping spools.
26. 6-44-0051 7 Technical notes for pipes.

27. 6-44-0052 7 Technical notes for valves.


Technical notes for butt welded,
28. 6-44-0054 7
socket welded and screwed fittings.
29. 6-44-0056 6 Technical notes for gaskets.
6-44-0057
30. 5 Technical notes for bolts and nuts.
31. 6-44-0064 2 Technical notes for hoses & hose

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 875 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 6 of 11

Sl. No. Specification No. Rev. Title


couplings.
Standard Specification for Erection
32. 6-76-0001 4
of Equipment & Machinery
Standard specification for
33. 6-76-0002 3 application of torque and hydraulic
bolt tension for flange joints
Specification For Quality
34. 6-78-0001 2 Management System
Requirements From Bidders.
Specification For Documentation
35. 6-78-0002 2
Requirements From Contractors.
Standard specification for surface
36. 6-79-0020 0 preparation and protective coating
(new construction)
Standard specification for positive
37. 6-81-0001 4 material identification (PMI) at
supplier's works
Standard specification for positive
38. 6-82-0002 4 material identification at
construction sites

6.0 STANDARDS

Sl. No. Document No. Rev. Title

1. 7-71-0006 5 Pipelines symbols.

2. 7-71-0007 5 Topographical symbols.

3. 7-71-0009 5 Typical ROU boundary marker.

4. 7-71-0010 5 Aerial marker.

5. 7-71-0011 5 Direction marker.

6. 7-71-0012 5 Pipeline warning sign.


Existing pipeline on sleeper
7. 7-71-0013 5
crossing.
Navigable waterway pipeline
8. 7-71-0014 5
crossing warning sign.
Pipeline-road / highway uncased
9. 7-71-0015 5
crossing.
Pipeline road / highway cased
10. 7-71-0016 5
crossing.
11. 7-71-0018 5 Typical stream crossing.

12. 7-71-0019 5 Details of casing-vent and drain off.

13. 7-71-0020 5 Casing pipe details.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 876 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 7 of 11

Sl. No. Document No. Rev. Title

Existing underground pipe crossing


14. 7-71-0021 5
(type-I).
Existing underground pipe crossing
15. 7-71-0022 5
(type-II).
16. 7-71-0024 5 Underground cable crossing.

17. 7-71-0025 5 Overhead power line crossing.

18. 7-71-0027 3 Typical slope breaker details.


Bank Protection details for water
19. 7-71-0028 3
crossing.
20. 7-71-0029 3 Typical details of railway crossings.

21. 7-44-0002 5 Abbreviations.


Symbols of piping elements on
22. 7-44-0003 5
drawings.
Piping dimensions fittings,
23. 7-44-0029 5
weldolets and sockolets.
Dimensions for handle projection
24. 7-44-0166 4 for spacers and blinds, 1/2"-24" NB
(150CL,300CL, & 600CL FF)
25. 7-44-0170 5 Gasket thickness
Stud bolts RF 150#, 300#, 600#
26. 7-44-0250 7
dimensions (ASME B16.5).
Jack screw for spectacle blind fig.8
27. 7-44-0252 5 and spacer & blind (150CL, 300CL,
600CL RF).
Vent & drains (on lines 1 ½” and
28. 7-44-0350 6
below).
Vents and drains (on lines 2" and
29. 7-44-0351 6
above).
Wells installation 1½” dia taps (up
30. 7-44-0353 6
to class 600)
Pressure tappings (PA, PG, PC,
31. 7-44-0354 6
PT, PIC etc).
Welding of pipe with different
32. 7-44-0476 5
thickness.
33. 7-44-0477 5 Butt welding end preparation.

34. 7-44-0478 5 Fillet weld details.


5 Welding details for branch
35. 7-44-0479
connections (not breaking into).
5
36. 7-44-0480 Butt weld details (dimensions).
5 Butt weld details. (sequence of
37. 7-44-0481
welds)
Welding detail for branch
38. 7-44-0482 5
connections (stub in).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 877 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 8 of 11

Sl. No. Document No. Rev. Title

39. 7-44-0486 5 Tolerances for fabrication

40. 7-44-0506 4 Table of basic span


Max. spacing of guides for vertical
41. 7-44-0507 4
& horizontal pipes.
Pipe saddle for bare pipe size 2”
42. 7-44-0606 6 thru 48” type-S6A (for temp. upto
343 C)
Pipe saddle for bare C.S. pipe size
43. 7-44-0608 5 10" thru 80" Type-S8. (for temp.
upto 343°C)
Low support sliding for bare &
44. 7-44-0621 6 insulated pipe size 2" thru 36" type
L1 & L1A
Low support fixed for bare and
45. 7-44-0623 6 insulated pipe size 2" thru. 36" type
– L3 and L3A.
Low support sliding for bare pipe
46. 7-44-0625 6
size 3/4" thru. 36" type - L5A.
Low support sliding for bare and
47. 7-44-0626 6 insulated pipe size 2" thru. 36" type
– L6
Low support fixed / restrained for
48. 7-44-0627 6 bare and insulated pipe size 2"
thru. 36" type - L7 and L7A.
Restrained low support for bare &
49. 7-44-0628 6 insulated pipe size 2" thru 36" type
L8 & 8A
Low support stanchion for bare &
50. 7-44-0636 6 insulated CS/AS/SS pipe type –
L16 and L16A
Adjustable low support with 4 bolts
7-44-0637
51. 6 for pipe size 8" thru 24" type-
L17 & L17A
Adjustable low support for bare and
52. 7-44-0638 6 insulated pipe size 2" thru 24".
type-L18 & L18A
Adjustable low support with guide
7-44-0639 & cross guide for bare and
53. 6
insulated pipe size 2" thru 24" type-
L19 & L19A.
Pipe clamp for bare CS/AS/SS pipe
54. 7-44-0641 5
size ½" thru. 24" type-C1.
U-bolt for bare CS pipe size ½"
55. 7-44-0644 5 thru. 24" type-C4 (for operating
temp. upto 232°C.
Turn buckle (heavy) for pipe
56. 7-44-0665 5
hanger support size ½" thru 24"
Dummy pipe support for bare pipe
57. 7-44-0739 6
size 2" thru. 24" type B-39

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 878 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 9 of 11

Sl. No. Document No. Rev. Title

58. 7-44-0742 5 Pipe support brackets type-B42


Guide support for bare pipe size
59. 7-44-0751 5
1/2" thru 24" type G1.
Guide support for bare pipe size
60. 7-44-0752 5 1/2"thru 24" type G2 & G2A (for
temp up to 343 deg C)
Cross guide for bare pipe size 2"
61. 7-44-0753 5 thru 24" type G3 (for temp up to
343 deg C)
Cross guide for bare pipe on
62. 7-44-0754 5 sleeper/RCC beam size 2" thru 24"
type G4 (for temp up to 343 deg C)
Anchor for bare pipe on sleeper /
63. 7-44-0755 5 RCC beam, size 2" thru 24" Type-
G5 (up to 343C).
Supporting arrangement for angle
64. 7-44-0792 5
& relief valves type SP2
Typical anti vibration support for
65. 5
7-44-0793 control valve manifold type-SP3.

7.0 DATA SHEET FOR CONTRACTOR SUPPLIED MATERIAL

Sl. No. Data Sheet No. Rev. Title

B414-000-83-41-DS- Data Sheet for Ball Valve- 0.5”-


1. B
0008 1.5”-800#_SW
B414-000-83-41-DS- Data Sheet for Plug Valve- 0.5”-
2.
0009 B 1.5”-800#_SW
B414-000-83-41-DS- Data Sheet for Gate Valve- 0.5”-
3.
0010 B 1.5”-800#_SW

8.0 PIPING & INSTRUMENTATION DIAGRAM

Sl. No. Drawing No. Rev. Title

1. - - P&IDs (all)

9.0 INSPECTION AND TEST PLANS

Sl. No. Drawing No. Rev. Title

Inspection & test plan for seamless


1. 6-81-0003 6
pipes
2. 6-81-0004 6 Inspection & test plan for valves

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 879 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 10 of 11

Sl. No. Drawing No. Rev. Title

Inspection & test plan for forged,


3. 6-81-0005 8
seamless and welded fittings
Inspection & test plan for flanges,
4. 6-81-0006 5
spectacle blinds & drip rings
Inspection & test plan for bolting
5. 6-81-0007 5
material
6. 6-81-0008 5 Inspection & test plan for gaskets
Inspection & test plan for small size
7. 6-81-0071 4
& assorted length pipes
Inspection & test plan for small size
8. 6-81-0072 4
ball valves (< 1 ½")
Inspection & test plan for long
9. 6-81-0088 4
radius bends for onshore pipelines
Inspection and test plan for
10. 6-81-0091 4 onshore CS flanges and seamless
fittings (up to 16” NB)
Inspection & test plan for concrete
11. 6-81-0109 4
weight coating of onshore pipelines
Inspection and test plan for hose
12. 6-81-0135 3
pipe and coupling
Inspection and test plan for piping
13. 6-81-0153 1
spools

10.0 SURVEY DATA

Sl. No. Drawing No. Rev. Title

Survey Data for Pipeline Laying


Tender:

 Alignment sheets
 Crossing drawings
 Route maps
1. -  Profile Maps
-
 Geotechnical Investigation
Reports
 Soil investigation Report
Krishnapatnam
 Crossing list
 TP/IP List

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 880 of 4779


DOCUMENT No.
LIST OF ATTACHMENT
(PIPELINE ENGINEERING) B414-000-83-41-LL-9510 Rev. B
Page 11 of 11

11.0 VENDOR LIST

Sl. No. Document No. Rev. Title

List of Approved Vendors


1. B414-000-83-41-VL-9510 B
(Pipeline Engineering)

12.0 VENDOR DATA REQUIREMENT

Sl. No. Document No. Rev. Title

Vendor Data Requirement for


B414-000-83-41-VDR-
1. A Pipeline Laying & Associated
9510
Works

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 881 of 4779


KRISHNAPATNAM HYDERABAD MULTI PRODUCT PIPELINE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

QOEC

4 1 3 2 4

PLAN

N14 N4 N6 N11 N7 N12 N15 N8 N9 N1

SLOPE 1:100

N3 N2 N5 N13 N10

ELEVATION

LEGEND: NOTES: PIPELINE DETAILS


DT DESPATCH TERMINAL 1. THIS DRAWING IS FOR BATTERY LIMIT SCOPE INSIDE DT, IP-1, IP-2, IP-3 & RT.
2. PIPELINE LAYING CONTRACTOR SHALL PROVIDE TEMPORARY BLINDS AT ALL NOZZLES AFTER INSTALLATION OF SCRAPER TRAPS SIZE (inch) 16" (MAINLINE) 10", 12" (SPURLINES)
RT RECEIPT TERMINAL (LAUNCHER/RECEIVER).
IP INTERMEDIATE PIGGING STATION 3. PIPELINE LAYING CONTRACTOR SHALL PROVIDE TEMPORARY CAP AT FLOW TEE BATTERY LIMIT AFTER INSTALLATION OF FLOW TEE. LENGTH (km) 421.816 APPROX. 29.000 APPROX. (HOLD)
DESIGN PRESSURE 4. MAINLINE 16" (FROM SCRAPER LAUNCHERS TO RECEIVERS INCLUDING ALL ITEMS WHICH ARE TO BE INSTALLED ON MAINLINE SECTION) 7.0/7.92/11.91 6.4 (HOLD)
DP WT (mm)
INCLUDING PIPING WORKS AT ALL SV STATIONS SHALL BE EXECUTED BY PIPELINE LAYING CONTRACTOR.
WT WALL THICKNESS 5. SCRAPER LAUNCHERS/ RECEIVERS INCLUDING SUPPORTS, VALVES, FLOW TEES, INSULATING JOINTS, PIG SIGNALLERS ETC. WHICH ARE TO BE (FOR PIPELINE) (FOR PIPELINE)
INSTALLED ON MAINLINE SECTION INSIDE TERMINALS ARE IN SCOPE OF PIPELINE LAYING CONTRACTOR. 7.92/ 12.7 7.1 (HOLD)
SIV STATION ISOLATION VALVE
6. ALL STATION PIPING WORKS BEYOND NOZZLE BATTERY LIMIT AND FLOW TEE BATTERY LIMIT (AS SHOWN IN ABOVE FIGURE) ARE IN SCOPE OF (FOR LR BENDS) (FOR LR BENDS)
MOV MOTOR OPERATED VALVE
COMPOSITE STATION PIPING WORKS CONTRACTOR. MATERIAL API 5L Gr. X-65, PSL2 API 5L Gr. X-60, PSL2
IJ INSULATING JOINT
7. ALL BRANCH LINES FROM MAIN PIPELINE (16") SECTION SHALL BE IN THE SCOPE OF COMPOSITE STATION PIPING WORKS CONTRACTOR.
QOEC QUICK OPENING END CLOSURE 8. ALL BRANCH FITTINGS OTHER THAN FLOW TEES IN THE MAIN PIPELINE (16") SECTION SHALL BE INSTALLED BY THE COMPOSITE STATION PIPING Design Pressure 99.99 HOLD
MOV MOTOR OPERATED VALVE WORKS CONTRACTOR. (kg/cm2)
9. ALL FLOW TEES IN MAIN PIPELINE (16") SECTION SHALL BE INSTALLED BY THE PIPELINE LAYING CONTRACTOR ALONG WITH THE MAINLINE.
10. THIS DRAWING IS INDICATIVE ONLY FOR DEMARCATION OF BATTERY LIMIT. DESIGN TEMP. (°C) 0 TO 65 0 TO 65
COATING 3LPE (EXT.)-2.8mm 3LPE (EXT.)-2.5mm/2.8mm
PROJECT: KRISHNAPATNAM HYDERABAD (MADHARAM) DRAWING NO. REV.
ENGINEERS INDIA LIMITED
MULTI PRODUCT PIPELINE PROJECT BATTERY LIMIT SCOPE
B414-000-83-41-30004 A
NEW DELHI
:
CLIENT M/s BPCL (AT DT/ IP-1/ IP-2/IP-3 & RT)
JOB NO : B414 REV. DATE REVISION BY CHK APPROVED APPROVED
1-1641-0503 REV.0 A3-420x297

Page 882 of 4779


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that KRISHNAPATNAM HYDERABAD MULTI PRODUCT PIPELINE

CH. 138.200, ONGOLE (AP)


they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

DUMP SITE (DS-2)

IP-1 CUM TAP OFF POINT


CH. 233.500km
Tehsil: Rompicherla
District: Guntur

DONGATUMU KALAVA CANAL


DUMP SITE (DS-1)

BUNGALA KALAVA CANAL


CH. 104.600km

ADDANKI BRANCH CANAL


DS
Tehsil: Ulavapadu

GUNDLAKAMMA RIVER
BUCKINGHAM CANAL District: Prakasam

CHILAKALERU RIVER
DS

MANNERU RIVER

DORNAPU RIVER
PENNERU RIVER

PALLERU RIVER

CH. 233.500
PALERU RIVER

CH. 138.119

CH. 226.616
MUSI RIVER
CH. 116.889

CH. 127.174

CH. 129.841

CH. 135.931

CH. 180.375
CH. 182.255

CH. 196.068
CH. 139.286

CH. 156.135

CH. 173.098

CH. 213.226

CH. 225.129
RAILWAY

RAILWAY
CH. 113.000

CH. 117.500

CH. 128.000

CH. 132.500

CH. 179.100

CH. 198.000
CH. 36.084
CH. 28.889

CH. 60.841

CH. 62.801
CH. 34.500

CH. 38.800

CH. 73.000
CH. 1.836

MATCHLINE A-A
SH-374
NH-16
SH-57

SH-34

SH-50

IP-2
SV-1

SV-2

SV-3

SV-4

SV-5

SV-6

SV-7

SV-8

SV-9
CP CP CP CP CP CP
CP CP
PART-A PART-B

ANDHRA PRADESH TELANGANA


DUMP SITE (DS-3)
CH. 331.000km
NAGARJUNASAGAR CANAL

Tehsil: Thripuram
TANGEDA MAJOR CANAL

NAGARJUNASAGAR LBC
STATE BOUNDARY District: Nalgonda
BELLAMKONDA CANAL

DS

UNLINED CANAL
KRISHNA RIVER

CH. 331.000
CH. 309.822
RAILWAY U/C

RAILWAY U/C

LINED CANAL
CH. 258.105

CH. 293.652

CH. 308.944
CH. 252.018

CH. 257.683

CH. 294.803

CH. 361.457

CH. 367.220
CH. 250.832

CH. 276.228

CH. 334.463

CH. 344.207

CH. 371.508
CH. 258.546

CH. 269.000

CH. 307.700

CH. 310.150

CH. 365.500

CH. 398.700
NH-565
SH-02

SH-02

SH-02

SH-16
IP-3
MATCHLINE A-A

SV-10

SV-11

SV-12

SV-13

SV-14
CP

CP CP CP CP
CP

PART-C PART-D

LEGEND: NOTES: PIPELINE DETAILS


DT DESPATCH TERMINAL 16" KRISHNAPATNAM HYDERABAD MULTI PRODUCT
1. ALL CHAINAGES INDICATED ARE IN KM .
RT RECEIPT TERMINAL PIPELINE (KHPL)-MAINLINE 2. CHAINAGES ARE AS PER SURVEY DATA PROVIDED BY CLIENT. SIZE (inch) 16" (MAINLINE) 10", 12" (SPURLINES)
10"/12", 29KM APPROX. (2NOS.) SPURLINES 3. LOCATIONS OF IP/ SV STATIONS ARE INDICATIVE ONLY AND EXACT
IP INTERMEDIATE PIGGING STATION LENGTH (km) 421.816 APPROX. 29.000 APPROX. (HOLD)
LOCATION SHALL BE FINALIZED DEPENDING ON AVAILABILITY OF
DP DESIGN PRESSURE 10"/12" GHATKESAR CHERLAPALLI PIPELINES (EXISTING) PLOTS. WT (mm) 7.0/7.92/11.91 6.4 (HOLD)
WT WALL THICKNESS 4. CP STATION SHALL BE PROVIDED TO ACCOMMODATE CP SYSTEM (FOR PIPELINE) (FOR PIPELINE)
EXISTING FACILITIES WITHIN THE SPECIFIED RANGE OF LOCATION.
SIV STATION ISOLATION VALVE 7.92/ 12.7 7.1 (HOLD)
5. SPURLINES AND ASSOCIATED FACILITIES ARE ON HOLD DUE TO (FOR LR BENDS) (FOR LR BENDS)
PIG LAUNCHER/ RECEIVER RIVER CROSSING (WIDTH > 100 M)
NON AVAILABILITY OF PROCESS PARAMETERS AND SURVEY DATA.
HIGHWAY CANAL (MAJOR) 6. LOCATION OF DUMPSITES ARE INDICATED AS PER DISCUSSION MATERIAL API 5L Gr. X-65, PSL2 API 5L Gr. X-60, PSL2
WITH BPCL.
CP CATHODIC PROTECTION STATION 7. KRISHNA RIVER HDD SHALL BE IN SCOPE OF PART-D Design Pressure 99.99 HOLD
PUMPS (kg/cm2)
CONTRACTOR. TIE-IN OF UPSTREAM SIDE OF KRISHNA RIVER WILL
DS DUMP SITE BE DONE BY PART-C CONTRACTOR AND DOWNSTREAM SIDE BY
SECTIONALIZING VALVE (SV) STATION DESIGN TEMP. (°C) 0 TO 65 0 TO 65
RAILWAY CROSSING PART-D CONTRACTOR.
COATING 3LPE (EXT.)-2.8mm 3LPE (EXT.)-2.5mm/2.8mm
PROJECT: KRISHNAPATNAM HYDERABAD (MADHARAM) DRAWING NO. REV.
ENGINEERS INDIA LIMITED
MULTI PRODUCT PIPELINE PROJECT SCHEMATIC ARRANGEMENT OF
: B414-000-83-41-30001 H
CLIENT M/s BPCL PIPELINE FACILITIES
NEW DELHI
JOB NO : B414 REV. DATE REVISION BY CHK APPROVED APPROVED
1-1641-0503 REV.0 A3-420x297

Page 883 of 4779


Page 884 of 4779
REF. DWG. NO. REFERENCE DRAWING TITLE

N
GENERAL NOTES:-

N
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

`A'

DETAIL-B
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

`A'
DETAIL-D

DETAIL-D
DETAIL-C

ALL EXISTING UNDERGROUND UTILITIES SUCH AS PIPELINES


H/T CABLES ETC. SHALL BE IDENTIFIED AND LOCATED BY THE
CONTRACTOR BEFORE START OF ANY EXCAVATION &
TRENCHING WORK. CONTRACTOR SHALL INTIMATE CONCERNED
AUTHORITIES HAVING JURISDICTION AND SHALL CARRY OUT
SUCH WORKS TAKING ADEQUATE PRECAUTIONS & ALL SAFETY
MEASURES TO AVOID ANY DAMAGE TO UTILITIES.

LEGEND:

DETAIL-B VEIW-"A-A"
(NOTE-14)

TABLE : TAG NUMBERS SV-01 TO SV-14

DETAIL-C REV. DATE REVISIONS BY CHKD APPD PEM/PC

Hkkjr iSVksfy;e dkWiksZjs'ku fyfeVsM


BHARAT PETROLEUM CORPORATION LIMITED
DETAIL-D
d".kkiVue&gSnjkckn KRISHNAPATNAM-HYDERABAD
(REFER DETAIL-14 OF P&ID NO. B414-02-42-12-000-1193) eYVh&izksMDV ikbiykbu MULTI-PRODUCT PIPELINE
ikbiksa dk lkekU; fOkU;kl ,oa vkoyaPIPING
cu GENERAL ARRANGEMENT AND SUPPORTS
,l-oh- LVs'ku SV STATION
( ,l-oh-&01) (SV-01 TO SV-14)
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:400 B 4 1 4 4 0 0 8 3 4 1 1 0 0 0 1 A

Page 885 of 4779


1-1641-0501 REV.0 A1-841x594
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 1 of 49

PIPING MATERIAL SPECIFICATION

Spec Name : B414-000-83-41-SP-0010


Spec Desc. : PMS
Client : BPCL

Project : KRISHNAPATNAM HYD PL

Location : KRISHNAPATNAM HYD

Job No. : B414

Dept/Sec. : 83/41

2 10/03/2022 REVISED & RE-ISSUED PN GDS MSG

1 24/01/2022 AA33A & AA3A CLASS ADDED PN GDS MSG

0 20/01/2022 ISSUED FOR ENGINEERING PN GDS MSG

Rev. No Date Purpose Prepared by Checked by Approved by

Template No. 5-0000-0001-T1 Rev. 1 Copyright EIL- All rights reserved


Page 886 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 2 of 49

Abbreviations:

Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved


Page 887 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 3 of 49

CONTENTS

Sl. No. Description Pages

1 Piping Material Specifications (B414-000-83-41-SP-0010) 49

2 Annexure-I, Job Piping Material Specification General Notes, (B414-000-83-41-SP-0010) 10

Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved


Page 888 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 4 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD

PIPING MATERIAL SPECIFICATION INDEX


Piping Spl. Basic
Sl. No Class Rating C.A Service Remarks
Reqt. Material

1 AA1A 150 1.5 CARBON STEEL HSD/PCK (SKO)/ MS/ ATF

2 AA1K 150 0 SS 304 CORROSION INHIBITOR

3 AA33A 150 1.5 CARBON STEEL FIRE WATER (ABOVE GROUND AND UNDER
GROUND)

4 AA3A 150 1.5 CARBON STEEL NON CORROSIVE UTILITIES (ABOVE


GROUND) CATEGORY "D" FLUID - COOLING
WATER, INSTRUMENT AIR(2" & ABOVE-IN
OFFISTES), PLANT AIR, INERT GAS, CARBON
DI OXIDE (DRY), NITROGEN, CONDENSATE &
BOILER FEED SUCTION (NON IBR). THIS
CLASS DOES NOT COVER UNDERGROUND
PIPING AND THE FIRE WATER SERVICE. FOR
SIZES ABOVE 30", TEMPERATURE AND
PRESSURE RATINGS SHALL BE 70 DEG.C &
7.0 KG/CM2G RESPECTIVELY.

5 BA1A 300 1.5 CARBON STEEL HSD/ PCK (SKO)/ MS/ ATF

6 DA1A 600 1.5 CARBON STEEL HSD/ PCK (SKO)/ MS/ ATF

7 DA1K 600 0 SS 304 CORROSION INHIBITOR & DRAG REDUCING


CHEMICAL

8 EA1A 900 1.5 CARBON STEEL HSD/ PCK (SKO)/ MS/ ATF

9 JA2A 150 0 CS (Galv.) POTABLE WATER (A/G AND U/G WITH A


BURIAL DEPTH OF 1.5 MTR. MAX.),WATER
SPRAY(A/G & U/G)

Notes : 1. For PMS General notes refer Annexure-I of this document

Package : IPMCS
Report No. : 50

Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved


Page 889 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 5 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1A Sheet 1 of 5

PIPE CLASS : AA1A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93
PRESS 20.03 20.03 18.28

SERVICE
HSD/PCK (SKO)/ MS/ ATF

NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE. IN BURIED PIPING O'LETS SHALL NOT BE USED AND BRANCH CONNECTION SHALL BE DONE BY
USING TEES & REDUCERS, AS REQUIRED. THE BRANCH DETAILS INDICATED IN APPLICABLE STANDARD SHALL BE
IGNORED.
104 IN ORDER TO MINIMISE POTENTIAL LEAK SOURCES, VALVES USED IN OR CONNECTED TO MAINLINE SHALL HAVE
BUTT WELDING ENDS.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
106 CHARPY V-NOTCH TEST AND HARDNESS TEST SHALL BE CONDUCTED FOR SIZE 2 INCH AND ABOVE PIPES,
FITTINGS, O'LETS AND FLANGES.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
108 FOR MATERIAL DESCRIPTION OF PIPELINE SPECIALITY ITEMS VIZ. SCRAPER TRAP, FLOW TEE, INSULATING JOINT,
LR BEND, REFER TABLE-2 OF ANNEXURE-I TO THIS SPECIFICATION.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP. CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD 7-44-0353, EXCEPT
SKIN TEMPERATURE MEASUREMENT
PRESS. CONN 0.75" SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P & ID

Package : IPMCS
Report No. : 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 890 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 6 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1A Sheet 2 of 5

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. T 24.
22. T T 22.
20. T T T 20.
18. T T T T 18.
16. T T T T T 16.
14. T T T T T T 14.
12. T T T T T T T 12.
10. T T T T T T T T 10.
8.0 T T T T T T T W W 8.0
6.0 T T T T T T W W W W 6.0
5.0 5.0
4.0 T T T T W W W W W W W 4.0
3.5 3.5
3.0 T T T W W W W W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W W W W W 2.0
1.5 T T T T S S S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 891 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 7 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1A Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0


(CHARPY)
PIP PIPE 3 6 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8 14 6.35 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0

PIP PIPE 16 20 6.35 API 5L API 5L GR.B PSL2 BE, SAW PIAF816Z0

PIP PIPE 24 24 7.92 API 5L API 5L GR.B PSL2 BE, SAW PIAF816Z0

NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.WN .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0

FLG FLNG.WN 2 24 M B-16.5 ASTM A 105 150, RF/125AARH FWC9827Z0


(CHARPY)
FLB FLNG.BLIND .5 1.5 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FLB FLNG.BLIND 2 24 B-16.5 ASTM A 105 150, RF/125AARH FBC9827Z0


(CHARPY)
FEF FLNG.FIG.8 .5 1.5 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0
B16.48
FEF FLNG.FIG.8 2 8 ASME- ASTM A 105 150, FF/125AARH FGK9821Z0
B16.48 (CHARPY)
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK9821Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 16 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10


GR.WPB
(CHARPY)
ELB90 ELBOW.90 18 24 M B-16.9 ASTM A 234 BW, 1.5D WAGM94Z10
GR.WPB-W
(CHARPY)
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

Package
Report No.
: IPMCS
: 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 892 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 8 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1A Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
ELB45 ELBOW.45 2 16 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 18 24 M B-16.9 ASTM A 234 BW, 1.5D WBGM94Z10
GR.WPB-W
(CHARPY)
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 16 M B-16.9 ASTM A 234 BW WEGM84ZZ0


GR.WPB
(CHARPY)
TEQ T.EQUAL 18 24 M B-16.9 ASTM A 234 BW WEGM94ZZ0
GR.WPB-W
(CHARPY)
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 16 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0


GR.WPB
(CHARPY)
TRED T.RED 18 24 M, M B-16.9 ASTM A 234 BW WRGM94ZZ0
GR.WPB-W
(CHARPY)
REDC REDUC.CONC 2 16 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDC REDUC.CONC 18 24 M, M B-16.9 ASTM A 234 BW WUGM94ZZ0
GR.WPB-W
(CHARPY)
REDE REDUC.ECC 2 16 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)
REDE REDUC.ECC 18 24 M, M B-16.9 ASTM A 234 BW WVGM94ZZ0
GR.WPB-W
(CHARPY)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNHM76ZZ0
(CHARPY)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPHM76ZZ0
(CHARPY)
CAP CAP 2 16 M B-16.9 ASTM A 234 BW WFGM84ZZ0
GR.WPB
(CHARPY)
PLG PLUG .5 .75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0

PLG PLUG 1 1.5 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0

Package
Report No.
: IPMCS
: 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 893 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 9 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1A Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0

SLT SOCKOLET 1 1.5 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0

WLT WELDOLET 2 8 M, M MSS-SP97 ASTM A 105 BW YWSM74ZZ0


(CHARPY)
TLT THREADOLET .5 .75 MSS-SP97 ASTM A 105 SCRF, 6000 YTS0283Z0

TLT THREADOLET 1 1.5 MSS-SP97 ASTM A 105 SCRF, 3000 YTS0282Z0

Bolt Group
BOS BOLT.STUD .5 24 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.20- SP.WND SPIRAL, 150 GK65072Z0
ANSI B16.5 SS316+GRAFIL

Package
Report No.
: IPMCS
: 50 AA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 894 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 10 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1K Sheet 1 of 4

PIPE CLASS : AA1K


RATING : 150
BASE MATERIAL : SS 304
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93
PRESS 19.33 19.33 16.17

SERVICE
CORROSION INHIBITOR

NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD. 7-44-0353

PRESS.CONN 0.75" SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P & ID

Package : IPMCS
Report No. : 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 895 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 11 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1K Sheet 2 of 4

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 4.0
3.5 3.5
3.0 T 3.0
2.5 2.5
2.0 T T 2.0
1.5 T T T 1.5
1.25 1.25
1.0 T T S S 1.0
0.75 T T T S S 0.75
0.5 T T T T S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 896 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 12 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1K Sheet 3 of 4

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 80S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 1 1.5 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 2 2 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

PIP PIPE 3 3 10S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

NIP NIPPLE .5 1.5 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

Flange Group
FLG FLNG.WN .5 3 M B-16.5 ASTM A 182 150, RF/125AARH FWC4127Z0
GR.F304
FLB FLNG.BLIND .5 3 B-16.5 ASTM A 182 150, RF/125AARH FBC4127Z0
GR.F304
FEF FLNG.FIG.8 .5 3 ASME- ASTM A 182 150, FF/125AARH FGK4121Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2 3 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304
ELB45 ELBOW.45 2 3 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304
TEQ T.EQUAL 2 3 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TRED T.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2 3 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
REDC REDUC.CONC 2 3 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDE REDUC.ECC 2 3 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
PLG PLUG .5 1.5 B-16.11 ASTM A 182 SCRM, 3000 WH64292Z0
GR.F304
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WJ642D2Z0
GR.F304

Package
Report No.
: IPMCS
: 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 897 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 13 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA1K Sheet 4 of 4

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A 182 SW, 3000 WK642D2Z0
GR.F304
CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A 182 SW, 3000 WL642D2Z0
GR.F304
CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WM642D2Z0
GR.F304
O'let Group
SLT SOCKOLET .5 1.5 MSS-SP97 ASTM A 182 SW, 3000 YSS422Z0
GR.F304
TLT THREADOLET .5 1.5 MSS-SP97 ASTM A 182 SCRF, 3000 YTS4282Z0
GR.F304
Bolt Group
BOS BOLT.STUD .5 3 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 3 B-16.20- SP.WND SPIRAL, 150 GK66272Z0
ANSI B16.5 SS316+GRAFIL+ I
RING

Package
Report No.
: IPMCS
: 50 AA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 898 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 14 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA33A Sheet 1 of 6

PIPE CLASS : AA33A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 50 65
PRESS 18.9 18.9 18.9 18.9

SERVICE
FIRE WATER (ABOVE GROUND AND UNDER GROUND)

NOTES
1 NDT REQUIREMENTS AS PER EIL STANDARD SPECIFICATION 6-44-0016.
5 FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY
STRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.
32 CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM SCH. REFER GENERAL NOTES TO PMS.
65 FORGINGS ARE ACCEPTABLE IN LIEU OF PLATE MATERIAL FOR BLIND FLANGES AND SPACER & BLINDS.
88 10% OF THE BUTT WELD JOINTS SHALL BE RADIOGRAPHED. HOWEVER, 50% OF THESE BUTT WELD JOINTS SHALL
BE FIELD WELD JOINTS.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VC1

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

Package : IPMCS
Report No. : 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 899 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 15 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA33A Sheet 2 of 6

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. T 48.
46. T R 46.
44. T R R 44.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42. T R R R 42.
40. T R R R R 40.
38. T R R R R R 38.
36. T R R R R R R 36.
34. T R R R R R R R 34.
32. T R R R R R R R R 32.
30. T R R R R R R R R R 30.
28. T R R R R R R R R R R 28.
26. T R R R R R R R R R R R 26.
24. T R R R R R R R R R R R R 24.
22. 22.
20. T R R R R R R R R R R R R R 20.
18. T R R R R R R R R R R R R R R 18.
16. T R R R R R R R R R R R R R R R 16.
14. T R R R R R R R R R R R R R R R R 14.
12. T P R R R R R R R R R R R R R R R R 12.
10. T P P R R R R R R R R R R R R R R R R 10.
8.0 T P P P R R R R R R R R R R R R R R R R 8.0
6.0 T P P P P R R R R R R R R R R R R R R R R 6.0
5.0 5.0
4.0 T P P P P P R R R R R R R R R R R R R R R R 4.0
3.5 3.5
3.0 T P P P P P P R R R R R R R R R R R R R R R R 3.0
2.5 2.5
2.0 T P P P P P P P R R R R R R R R R R R R R R R R 2.0
1.5 T T H H H H H H H H H H H H H H H H H H H H H H H 1.5
1.25 1.25
1.0 T T H H H H H H H H H H H H H H H H H H H H H H H H 1.0
0.75 T T T H H H H H H H H H H H H H H H H H H H H H H H H 0.75
0.5 T T T T H H H H H H H H H H H H H H H H H H H H H H H H 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
26.000
28.000
30.000
32.000
34.000
36.000
38.000
40.000
42.000
44.000
46.000
48.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 900 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 16 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA33A Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 14 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 16 16 6 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 18 24 8 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 26 30 10 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 32 32 10 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0 32

PIP PIPE 34 38 12 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 40 40 12 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0 32

PIP PIPE 42 46 14 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

PIP PIPE 48 48 16 IS-3589 IS-3589 GR.410 BE, SAW PI7E316Z0

NIP NIPPLE .5 .75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0

FLG FLNG.WN 26 48 M B-16.47-B ASTM A 105 150, RF/125AARH FWB0127Z0

FLG FLNG.SO 2 24 B-16.5 ASTM A 105 150, RF/125AARH FNC0127Z0

FLB FLNG.BLIND .5 24 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FLB FLNG.BLIND 26 48 B-16.47-B ASTM A 105 150, RF/125AARH FBB0127Z0

FEF FLNG.FIG.8 .5 8 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
FEF SPCR&BLND 10 24 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
FEF SPCR&BLND 26 48 ASME ASTM A 516 GR.70 150, FF/125AARH FCU6321Z0
B16.47B/EIL'
STD

Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 901 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 17 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA33A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 6 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 8 48 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 6 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 8 48 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 6 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 8 48 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 6 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 8 48 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2 6 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 8 48 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2 6 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 8 48 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

CAP CAP .5 1.5 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 902 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 18 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA33A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
CAP CAP 2 48 M B-16.9 ASTM A 234 BW WFG684ZZ0
GR.WPB
CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

UNN UNION .5 .75 BS-3799 ASTM A 105 SW, 6000 WQH02D3Z0

UNN UNION 1 1.5 BS-3799 ASTM A 105 SW, 3000 WQH02D2Z0

Valves Group
GAV VLV.GATE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2 24 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51321ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 51321
SEATS-STELLITED
GLV VLV.GLOBE .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2 16 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 52321
SEATS-STELLITED
CHV VLV.CHECK .25 1.5 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2 24 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13%CR.STEEL, NO.- 53321
SEATS-STELLITED

Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 903 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 19 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA33A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Bolt Group
BOS BOLT.STUD .5 48 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 24 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X
GAS GASKET 26 48 B-16.21- NONASBESTOS RING, 150, 2 MM GKAAX52Z0
ANSI BS7531 GR X
B16.47B
Trap/Strainer Group
TSR STRNR.TEMP 1.5 24 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16833Z0
S304 150,RF/125AARH
PSR STRNR.PERM .5 1.5 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2 6 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0


T:SS304
PSR STRNR.PERM 8 24 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0
NT:SS304

Package
Report No.
: IPMCS
: 50 AA33A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 904 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 20 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA3A Sheet 1 of 4

PIPE CLASS : AA3A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 50 100
PRESS 10.55 10.55 10.55 10.55

SERVICE
NON CORROSIVE UTILITIES (ABOVE
GROUND) CATEGORY "D" FLUID - COOLING
WATER, INSTRUMENT AIR(2" & ABOVE-IN
OFFISTES), PLANT AIR, INERT GAS, CARBON
DI OXIDE (DRY), NITROGEN, CONDENSATE &
BOILER FEED SUCTION (NON IBR). THIS
CLASS DOES NOT COVER UNDERGROUND
PIPING AND THE FIRE WATER SERVICE. FOR
SIZES ABOVE 30", TEMPERATURE AND
PRESSURE RATINGS SHALL BE 70 DEG.C &
7.0 KG/CM2G RESPECTIVELY.

NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
103 ALL PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
109 ALL VENTS & DRAINS, INCLUDING HYDROTEST VENTS & DRAINS, SHALL BE PROVIDED WITH GATE VALVE & BLIND
FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN THE P&ID.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTENANCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VC1

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V1

TEMP. CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD 7-44-0353

PRESS. CONN 0.75" SW GATE VALVE UNLESS OTHERWISE INDICATED IN P & ID

Package : IPMCS
Report No. : 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 905 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 21 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA3A Sheet 2 of 4

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 4.0
3.5 3.5
3.0 T 3.0
2.5 2.5
2.0 T T 2.0
1.5 T T T 1.5
1.25 1.25
1.0 T T S S 1.0
0.75 T T T S S 0.75
0.5 T T T T S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 906 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 22 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA3A Sheet 3 of 4

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 3 3 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0

FLG FLNG.SO 2 3 B-16.5 ASTM A 105 150, RF/125AARH FNC0127Z0

FLB FLNG.BLIND .5 3 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FEF FLNG.FIG.8 .5 3 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0


B16.48
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 3 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10


GR.WPB
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 3 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10


GR.WPB
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 3 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 3 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
REDC REDUC.CONC 2 3 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB

Package
Report No.
: IPMCS
: 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 907 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 23 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : AA3A Sheet 4 of 4

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
REDE REDUC.ECC 2 3 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0

SLT SOCKOLET 1 1.5 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0

Bolt Group
BOM BOLT.M/C .5 3 B-18.2 BOLT:A307 GR.B, BM41418Z0
NUT:A563 GR.B
Gasket Group
GAS GASKET .5 3 B-16.21- NONASBESTOS RING, 150, 2 MM GKBAX52Z0
ANSI B16.5 BS7531 GR X

Package
Report No.
: IPMCS
: 50 AA3A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 908 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 24 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : BA1A Sheet 1 of 5

PIPE CLASS : BA1A


RATING : 300
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93
PRESS 52.02 52.02 47.8

SERVICE
HSD/ PCK (SKO)/ MS/ ATF

NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD 7-44-0353

PRESS.CONN 0.75" SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P&ID.

Package : IPMCS
Report No. : 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 909 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 25 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : BA1A Sheet 2 of 5

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 T 4.0
3.5 3.5
3.0 T T 3.0
2.5 2.5
2.0 T T T 2.0
1.5 T T T T 1.5
1.25 1.25
1.0 T T S S S 1.0
0.75 T T T S S S 0.75
0.5 T T T T S S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 910 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 26 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : BA1A Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0


(CHARPY)
PIP PIPE 3 4 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0

FLG FLNG.WN 2 4 M B-16.5 ASTM A 105 300, RF/125AARH FWC9847Z0


(CHARPY)
FLB FLNG.BLIND .5 1.5 B-16.5 ASTM A 105 300, RF/125AARH FBC0147Z0

FLB FLNG.BLIND 2 4 B-16.5 ASTM A 105 300, RF/125AARH FBC9847Z0


(CHARPY)
FEF FLNG.FIG.8 .5 1.5 ASME- ASTM A 105 300, FF/125AARH FGK0141Z0
B16.48
FEF FLNG.FIG.8 2 4 ASME- ASTM A 105 300, FF/125AARH FGK9841Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 4 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10


GR.WPB
(CHARPY)
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 4 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10


GR.WPB
(CHARPY)
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 4 M B-16.9 ASTM A 234 BW WEGM84ZZ0


GR.WPB
(CHARPY)
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

Package
Report No.
: IPMCS
: 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 911 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 27 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : BA1A Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 4 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0


GR.WPB
(CHARPY)
REDC REDUC.CONC 2 4 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDE REDUC.ECC 2 4 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNHM76ZZ0
(CHARPY)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPHM76ZZ0
(CHARPY)
CAP CAP 2 4 M B-16.9 ASTM A 234 BW WFGM84ZZ0
GR.WPB
(CHARPY)
PLG PLUG .5 .75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0

PLG PLUG 1 1.5 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0

CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0

SLT SOCKOLET 1 1.5 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0

TLT THREADOLET .5 1.5 MSS-SP97 ASTM A 105 SCRF, 6000 YTS0283Z0

TLT THREADOLET 1 1.5 MSS-SP97 ASTM A 105 SCRF, 3000 YTS0282Z0

Package
Report No.
: IPMCS
: 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 912 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 28 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : BA1A Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Bolt Group
BOS BOLT.STUD .5 4 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 4 B-16.20- SP.WND SPIRAL, 300 GK65074Z0
ANSI B16.5 SS316+GRAFIL

Package
Report No.
: IPMCS
: 50 BA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 913 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 29 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1A Sheet 1 of 7

PIPE CLASS : DA1A


RATING : 600
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93
PRESS 104.05 104.05 95.6

SERVICE
HSD/ PCK (SKO)/ MS/ ATF

NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE. IN BURIED PIPING O'LETS SHALL NOT BE USED AND BRANCH CONNECTION SHALL BE DONE BY
USING TEES & REDUCERS, AS REQUIRED. THE BRANCH DETAILS INDICATED IN APPLICABLE STANDARD SHALL BE
IGNORED.
104 IN ORDER TO MINIMISE POTENTIAL LEAK SOURCES, VALVES USED IN OR CONNECTED TO MAINLINE SHALL HAVE
BUTT WELDING ENDS.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
106 CHARPY V-NOTCH TEST AND HARDNESS TEST SHALL BE CONDUCTED FOR SIZE 2 INCH AND ABOVE PIPES,
FITTINGS, O'LETS AND FLANGES.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
108 FOR MATERIAL DESCRIPTION OF PIPELINE SPECIALITY ITEMS VIZ. SCRAPER TRAP, FLOW TEE, INSULATING JOINT,
LR BEND, REFER TABLE-2 OF ANNEXURE-I TO THIS SPECIFICATION.
121 THIS ITEM REFERS TO LINEPIPE FOR MAINLINE IN BURIED / ABOVEGROUND SECTION IN FRONT OF SCRAPER TRAP.
THICKNESS INDICATED AS "CALC." SHALL BE READ AS 11.91 MM.
122 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 16 INCH LINEPIPE OF MATERIAL
GRADE API 5L GR.X-65.
123 THIS FLANGE SHALL BE USED WHEN DIRECTLY WELDED TO 16 INCH LINEPIPE OF MATERIAL GRADE API 5L GR.X-65
IN ABOVEGROUND SECTION. THICKNESS INDICATED AS "M" SHALL BE READ AS 11.91 MM.
124 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 2 INCH - 14 INCH PIPE OF
MATERIAL GRADE ASTM A106 GR.B / API 5L GR.B.
125 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 16 INCH PIPE OF MATERIAL
GRADE API 5L GR.X-52.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.

Package : IPMCS
Report No. : 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 914 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 30 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1A Sheet 2 of 7

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD. 7-44-0353, EXCEPT


SKIN TEMPERATURE MEASUREMENT
PRESS.CONN 0.75" SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P & ID

Package : IPMCS
Report No. : 50

Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved


Page 915 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 31 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1A Sheet 3 of 7

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. T 16.
14. T T 14.
12. T T T 12.
10. T T T T 10.
8.0 T T T T T 8.0
6.0 T T T T T T 6.0
5.0 5.0
4.0 T T T T W W W 4.0
3.5 3.5
3.0 T T T W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W 2.0
1.5 T T T T S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 916 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 32 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1A Sheet 4 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2 2 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0


(CHARPY)
PIP PIPE 3 3 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 4 6 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8 8 11.1 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0

PIP PIPE 10 10 14.3 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0

PIP PIPE 12 12 15.9 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0

PIP PIPE 14 14 17.5 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0

PIP PIPE 16 16 14.3 API 5L API 5L GR.X-52 BE, SAW PIAG516Z0


PSL2
PIP/1 PIPE 16 16 CALC API 5L API 5L GR.X-65 BE, SAW PIAH216Z0 121
PSL2
NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0

FLG FLNG.WN 2 14 M B-16.5 ASTM A 105 600, RF/125AARH FWC9867Z0


(CHARPY)
FLG FLNG.WN 16 16 M B-16.5 ASTM A 694 GR.F- 600, RF/125AARH FWCA267Z0
52 (CHARPY)
FLG/60 FLNG.WN 16 16 M B-16.5 ASTM A 694 GR.F- 600, RF/125AARH FWCA567Z0 123
0 65 (CHARPY)
FLB FLNG.BLIND .5 1.5 B-16.5 ASTM A 105 600, RF/125AARH FBC0167Z0

FLB FLNG.BLIND 2 16 B-16.5 ASTM A 105 600, RF/125AARH FBC9867Z0


(CHARPY)
FEF FLNG.FIG.8 .5 1.5 ASME- ASTM A 105 600, FF/125AARH FGK0161Z0
B16.48
FEF FLNG.FIG.8 2 8 ASME- ASTM A 105 600, FF/125AARH FGK9861Z0
B16.48 (CHARPY)
FEF SPCR&BLND 10 16 ASME- ASTM A 105 600, FF/125AARH FCK9861Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 .5 .75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 917 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 33 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1A Sheet 5 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
ELB90 ELBOW.90 1 1.5 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2 14 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10


GR.WPB
(CHARPY)
ELB90 ELBOW.90 16 16 M MSS-SP75 MSS SP-75 BW, 1.5D WAUBH4Z10
GR.WPHY-52
(CHARPY)
ELB45 ELBOW.45 .5 .75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1 1.5 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2 14 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10


GR.WPB
(CHARPY)
ELB45 ELBOW.45 16 16 M MSS-SP75 MSS SP-75 BW, 1.5D WBUBH4Z10
GR.WPHY-52
(CHARPY)
TEQ T.EQUAL .5 .75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2 14 M B-16.9 ASTM A 234 BW WEGM84ZZ0


GR.WPB
(CHARPY)
TEQ T.EQUAL 16 16 M MSS-SP75 MSS SP-75 BW WEUBH4ZZ0
GR.WPHY-52
(CHARPY)
TRED T.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2 14 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0


GR.WPB
(CHARPY)
TRED T.RED 16 16 M, M MSS-SP75 MSS SP-75 BW WRUBH4ZZ0
GR.WPHY-52
(CHARPY)
REDC REDUC.CONC 2 14 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDC REDUC.CONC 16 16 M, M MSS-SP75 MSS SP-75 BW WUUBH4ZZ0
GR.WPHY-52
(CHARPY)
REDE REDUC.ECC 2 14 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)

Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 918 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 34 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1A Sheet 6 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
REDE REDUC.ECC 16 16 M, M MSS-SP75 MSS SP-75 BW WVUBH4ZZ0
GR.WPHY-52
(CHARPY)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 105 PBE WNHM76ZZ0
(CHARPY)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 105 PBE WPHM76ZZ0
(CHARPY)
CAP CAP 2 14 M B-16.9 ASTM A 234 BW WFGM84ZZ0
GR.WPB
(CHARPY)
PLG PLUG .5 .75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0

PLG PLUG 1 1.5 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0

CPLF CPLNG.FULL .5 .75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1 1.5 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLH CPLNG.HALF .5 .75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1 1.5 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLL CPLNG.LH .5 .75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1 1.5 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLR CPLNG.RED .5 .75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1 1.5 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

O'let Group
SLT SOCKOLET .5 .75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0

SLT SOCKOLET 1 1.5 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0

WLT WELDOLET 2 4 M, M MSS-SP97 ASTM A 105 BW YWSM74ZZ0 124


(CHARPY)
WLT/2 WELDOLET 2 4 M, M MSS-SP97 ASTM A 694 GR.F- BW YWSN64ZZ0 122
65 (CHARPY)
WLT/1 WELDOLET 2 4 M, M MSS-SP97 ASTM A 694 GR.F- BW YWSN34ZZ0 125
52 (CHARPY)
TLT THREADOLET .5 .75 MSS-SP97 ASTM A 105 SCRF, 6000 YTS0283Z0

TLT THREADOLET 1 1.5 MSS-SP97 ASTM A 105 SCRF, 3000 YTS0282Z0

Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 919 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 35 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1A Sheet 7 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Bolt Group
BOS BOLT.STUD .5 16 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 16 B-16.20- SP.WND SPIRAL, 600 GK65076Z0
ANSI B16.5 SS316+GRAFIL

Package
Report No.
: IPMCS
: 50 DA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 920 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 36 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1K Sheet 1 of 4

PIPE CLASS : DA1K


RATING : 600
BASE MATERIAL : SS 304
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93
PRESS 101.24 101.24 84.36

SERVICE
CORROSION INHIBITOR & DRAG REDUCING
CHEMICAL

NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
102 ALL VENTS & DRAINS EXCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED IN P&ID. HYDROTEST VENTS & DRAINS SHALL BE
PROVIDED WITH THREADOLET & PLUG.
103 ALL PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE.
105 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED. MATERIAL FOR STRAINER SIZE SHALL BE READ AS MSS SP-75 Gr. WPHY-52(CHARPY):
INT SS 304.
114 M" INDICATED AS THICKNESS MEANS THE THICKNESS IS MATCHING WITH/ SAME AS THE THICKNESS OF SAME
SIZE PIPE INDICATED WITHIN THE PIPING CLASS
130 ALL STUD BOLTS AND NUTS SHALL BE HOT-DIPPED GALVANISED AS PER ASTM A 153

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD. 7-44-0353

PRESS.CONN 1.5" SW PLUG VALVE UNLESS OTHERWISE INDICATED IN P & ID

Package : IPMCS
Report No. : 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 921 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 37 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1K Sheet 2 of 4

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 4.0
3.5 3.5
3.0 T 3.0
2.5 2.5
2.0 T T 2.0
1.5 T T T 1.5
1.25 1.25
1.0 T T S S 1.0
0.75 T T T S S 0.75
0.5 T T T T S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 922 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 38 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1K Sheet 3 of 4

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 80S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 1 1.5 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 2 3 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

NIP NIPPLE .5 1.5 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

Flange Group
FLG FLNG.SW .5 1.5 M B-16.5 ASTM A 182 600, RF/125AARH FSC4167Z0
GR.F304
FLG FLNG.WN 2 3 M B-16.5 ASTM A 182 600, RF/125AARH FWC4167Z0
GR.F304
FLB FLNG.BLIND .5 3 B-16.5 ASTM A 182 600, RF/125AARH FBC4167Z0
GR.F304
FEF FLNG.FIG.8 .5 3 ASME- ASTM A 182 600, FF/125AARH FGK4161Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2 3 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304
ELB45 ELBOW.45 2 3 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304
TEQ T.EQUAL 2 3 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TRED T.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2 3 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
REDC REDUC.CONC 2 3 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDE REDUC.ECC 2 3 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
PLG PLUG .5 1.5 B-16.11 ASTM A 182 SCRM, 3000 WH64292Z0
GR.F304
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A 182 SW, 3000 WJ642D2Z0
GR.F304

Package
Report No.
: IPMCS
: 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 923 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 39 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : DA1K Sheet 4 of 4

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A 182 SW, 3000 WK642D2Z0
GR.F304
CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A 182 SW, 3000 WL642D2Z0
GR.F304
CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A 182 SW, 3000 WM642D2Z0
GR.F304
O'let Group
SLT SOCKOLET .5 1.5 MSS-SP97 ASTM A 182 SW, 3000 YSS422Z0
GR.F304
TLT THREADOLET .5 1.5 MSS-SP97 ASTM A 182 SCRF, 3000 YTS4282Z0
GR.F304
Valves Group
GLV VLV.GLOBE .5 1.5 API 602/ ISO BODY-ASTM A 182 SW, 800, 3000, B- 52045ZZZ0
15761 GR.F304,TRIM- 16.11, SHT NO.- 52045
STELLITED,STEM-
SS 316
GLV VLV.GLOBE 2 12 BS-1873 BODY-ASTM A 351 FLGD, 600, B-16.5, 52545ZZZ0
GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 52545
STELLITED,STEM-
SS 316
CHV VLV.CHECK 2 24 BS-1868 BODY-ASTM A 351 FLGD, 600, B-16.5, 53545ZZZ0
GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 53545
STELLITED
BLV VLV.BALL .5 16 BS EN ISO BODY-ASTM A 351 FLGD, 600, B-16.5, 54545ZZZ0
17292 GR.CF8 / ASTM A RF/125AARH, SHT
182 GR.F304,TRIM- NO.- 54545
SEAT-RPTFE
Bolt Group
BOS BOLT.STUD .5 3 B-18.2 BOLT:A193 BS43931Z0 130
GR.B7(HDG),
NUT:A194 GR.4
(HDG)
Gasket Group
GAS GASKET .5 3 B-16.20- SP.WND SPIRAL, 600 GK66276Z0
ANSI B16.5 SS316+GRAFIL+ I
RING

Package
Report No.
: IPMCS
: 50 DA1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 924 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 40 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : EA1A Sheet 1 of 5

PIPE CLASS : EA1A


RATING : 900
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93
PRESS 156.08 156.08 143.06

SERVICE
HSD/ PCK (SKO)/ MS/ ATF

NOTES
101 PIPING DESIGN SHALL BE AS PER PNGRB REGULATIONS, OISD-141 & ASME B31.4.
103 ALL ABOVE GROUND PIPING BRANCH CONNECTIONS SHALL BE AS PER BRANCH CONNECTION TABLE GIVEN ON
THE NEXT PAGE. IN BURIED PIPING O'LETS SHALL NOT BE USED AND BRANCH CONNECTION SHALL BE DONE BY
USING TEES & REDUCERS, AS REQUIRED. THE BRANCH DETAILS INDICATED IN APPLICABLE STANDARD SHALL BE
IGNORED.
104 IN ORDER TO MINIMISE POTENTIAL LEAK SOURCES, VALVES USED IN OR CONNECTED TO MAINLINE SHALL HAVE
BUTT WELDING ENDS.
105 WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER WELDING SPECIFICATION AND WELDING CHARTS.
106 CHARPY V-NOTCH TEST AND HARDNESS TEST SHALL BE CONDUCTED FOR SIZE 2 INCH AND ABOVE PIPES,
FITTINGS, O'LETS AND FLANGES.
107 FOR MATERIAL DESCRIPTION OF VALVES, REFER APPLICABLE DATA SHEET.
108 FOR MATERIAL DESCRIPTION OF PIPELINE SPECIALITY ITEMS VIZ. SCRAPER TRAP, FLOW TEE, INSULATING JOINT,
LR BEND, REFER TABLE-2 OF ANNEXURE-I TO THIS SPECIFICATION.
111 ALL VENTS & DRAINS INCLUDING HYDROTEST VENTS & DRAINS SHALL BE PROVIDED WITH BW PLUG VALVE AND
BLIND FLANGE ASSEMBLY UNLESS OTHERWISE INDICATED.
126 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 2 INCH - 8 INCH PIPE OF MATERIAL
GRADE ASTM A106 GR.B / API 5L GR.B.
127 THESE WELDOLETS SHALL BE USED WHEN WELDOLET IS DIRECTLY WELDED TO 10 INCH - 16 INCH PIPE OF
MATERIAL GRADE API 5L GR.X-52.
130 ALL STUDS & NUTS SHALL BE XYLAN COATED.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS ALL BUTTWELDED

DRAINS ON LINES <= 1.5" AS PER P&ID OR 0.75" TEE, NIPPLE, BW PLUG VALVE, BLIND
FLANGE ASSEMBLY.
ON LINES >= 2.0" AS PER P&ID OR 0.75" WELDOLET, NIPPLE, BW PLUG VALVE,
BLIND FLANGE ASSEMBLY.
VENTS ON LINES <= 1.5" AS PER P&ID OR 0.75" TEE, NIPPLE, BW PLUG VALVE, BLIND
FLANGE ASSEMBLY.
ON LINES >= 2.0" AS PER P&ID OR 0.75" WELDOLET, NIPPLE, BW PLUG VALVE,
BLIND FLANGE ASSEMBLY.ASSEMBLY
TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" TEE / WELDOLET & NIPPLE WITH DOUBLE BW PLUG VALVES

Package : IPMCS
Report No. : 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 925 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 41 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : EA1A Sheet 2 of 5

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. T 16.
14. T T 14.
12. T T T 12.
10. T T T T 10.
8.0 T T T T T 8.0
6.0 T T T T T T 6.0
5.0 5.0
4.0 T T T T W W W 4.0
3.5 3.5
3.0 T T T W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W 2.0
1.5 T T T T W W W W W W 1.5
1.25 1.25
1.0 T T W W W W W W W W W 1.0
0.75 T T T W W W W W W W W W 0.75
0.5 T T T T W W W W W W W W W 0.5
10.000
12.000
14.000
16.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 926 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 42 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : EA1A Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 .75 S160 B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 1 1.5 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 2 3 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0


(CHARPY)
PIP PIPE 4 6 S120 B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8 8 15.9 API 5L API 5L GR.B PSL2 BE, SEAMLESS PIAF817Z0

PIP PIPE 10 10 14.3 API 5L API 5L GR.X-52 BE, SEAMLESS PIAG517Z0


PSL2
PIP PIPE 12 12 15.9 API 5L API 5L GR.X-52 BE, SEAMLESS PIAG517Z0
PSL2
PIP PIPE 14 14 17.5 API 5L API 5L GR.X-52 BE, SEAMLESS PIAG517Z0
PSL2
PIP PIPE 16 16 19.1 API 5L API 5L GR.X-52 BE, SAW PIAG516Z0
PSL2
NIP NIPPLE .5 1.5 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.WN .5 1.5 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC0189Z0

FLG FLNG.WN 2 2 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC9889Z0


(CHARPY)
FLG FLNG.WN 3 8 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC9879Z0
(CHARPY)
FLG FLNG.WN 10 16 M B-16.5 ASTM A 694 GR.F- 900, RTJ/63AARH FWCA279Z0
52 (CHARPY)
FLB FLNG.BLIND .5 1.5 B-16.5 ASTM A 105 1500, RTJ/63AARH FBC0189Z0

FLB FLNG.BLIND 2 2 B-16.5 ASTM A 105 1500, RTJ/63AARH FBC9889Z0


(CHARPY)
FLB FLNG.BLIND 3 16 B-16.5 ASTM A 105 900, RTJ/63AARH FBC9879Z0
(CHARPY)
FEF FLNG.FIG.8 .5 1.5 ASME- ASTM A 105 900, RTJ/63AARH FGK0179Z0
B16.48
FEF FLNG.FIG.8 2 4 ASME- ASTM A 105 900, RTJ/63AARH FGK9879Z0
B16.48 (CHARPY)
FEF SPCR&BLND 6 16 ASME- ASTM A 105 900, RTJ/63AARH FCK9879Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 .5 1.5 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB

Package
Report No.
: IPMCS
: 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 927 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 43 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : EA1A Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
ELB90 ELBOW.90 2 8 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10
GR.WPB
(CHARPY)
ELB90 ELBOW.90 10 16 M MSS-SP75 MSS SP-75 BW, 1.5D WAUBH4Z10
GR.WPHY-52
(CHARPY)
ELB45 ELBOW.45 .5 1.5 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10
GR.WPB
ELB45 ELBOW.45 2 8 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 10 16 M MSS-SP75 MSS SP-75 BW, 1.5D WBUBH4Z10
GR.WPHY-52
(CHARPY)
TEQ T.EQUAL .5 1.5 M B-16.9 ASTM A 234 BW WEG684ZZ0
GR.WPB
TEQ T.EQUAL 2 8 M B-16.9 ASTM A 234 BW WEGM84ZZ0
GR.WPB
(CHARPY)
TEQ T.EQUAL 10 16 M MSS-SP75 MSS SP-75 BW WEUBH4ZZ0
GR.WPHY-52
(CHARPY)
TRED T.RED .5 1.5 M, M B-16.9 ASTM A 234 BW WRG684ZZ0
GR.WPB
TRED T.RED 2 8 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0
GR.WPB
(CHARPY)
TRED T.RED 10 16 M, M MSS-SP75 MSS SP-75 BW WRUBH4ZZ0
GR.WPHY-52
(CHARPY)
REDC REDUC.CONC .5 1.5 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 2 8 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDC REDUC.CONC 10 16 M, M MSS-SP75 MSS SP-75 BW WUUBH4ZZ0
GR.WPHY-52
(CHARPY)
REDE REDUC.ECC .5 1.5 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 2 8 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)
REDE REDUC.ECC 10 16 M, M MSS-SP75 MSS SP-75 BW WVUBH4ZZ0
GR.WPHY-52
(CHARPY)
CAP CAP .5 1.5 M B-16.9 ASTM A 234 BW WFG684ZZ0
GR.WPB

Package
Report No.
: IPMCS
: 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 928 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 44 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : EA1A Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
CAP CAP 2 8 M B-16.9 ASTM A 234 BW WFGM84ZZ0
GR.WPB
(CHARPY)
O'let Group
WLT WELDOLET .5 .75 M, M MSS-SP97 ASTM A 105 BW YWS024ZZ0

WLT WELDOLET 1 1.5 M, M MSS-SP97 ASTM A 105 BW YWS024ZZ0

WLT/2 WELDOLET 2 4 M, M MSS-SP97 ASTM A 694 GR.F- BW YWSN34ZZ0 127


52 (CHARPY)
WLT/1 WELDOLET 2 3 M, M MSS-SP97 ASTM A 105 BW YWSM74ZZ0 126
(CHARPY)
Bolt Group
BOS BOLT.STUD .5 16 B-18.2 BOLT:A193 GR.B7, BS40404Z0 130
NUT:A194 GR.2H
Gasket Group
GAS GASKET .5 2 B-16.20- SOFT IRON OCT-RING, 1500 GK67238Z0
ANSI B16.5
GAS GASKET 3 16 B-16.20- SOFT IRON OCT-RING, 900 GK67237Z0
ANSI B16.5

Package
Report No.
: IPMCS
: 50 EA1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 929 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 45 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : JA2A Sheet 1 of 5

PIPE CLASS : JA2A


RATING : 150
BASE MATERIAL : CS (Galv.)
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP 0 38 65
PRESS 10.55 10.55 10.55

SERVICE
POTABLE WATER (A/G AND U/G WITH A
BURIAL DEPTH OF 1.5 MTR. MAX.),WATER
SPRAY(A/G & U/G)

NOTES
1 NDT REQUIREMENTS AS PER EIL STANDARD SPECIFICATION 6-44-0016.
19 THREADED JOINTS SHALL BE MADE WITH 1" WIDTH PTFE JOINING TAPE.
20 SURFACES WHERE GALVANISING HAS BEEN BURNT OFF SHALL BE WIRE BRUSHED AND COLD GALVANISED WITH
ZINC COATING COMPOUND.
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).
114 BULK DENSITY OF SOIL = 1.50 T/CUM TO 2.0 T/CUM
199 FOR U/G SERVICES, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PARAMETERS AND BURIAL DEPTH
OF 1500MM.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE 1.5" & BELOW UNIONS (SCRF) TO BE KEPT MINIMUM
JOINTS
2" & ABOVE FLANGED (SCREWED) TO BE KEPT MINIMUM

PIPE JOINTS UPTO 6" SCREWED COUPLING

DRAINS ON LINES <= 1.5" REFER EIL STD 7-44-0350, DC3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D3

VENTS ON LINES <= 1.5" REFER EIL STD 7-440350, VC3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V3

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SCRD NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

PIPE JOINTS ABOVE 6" WELDED

Package : IPMCS
Report No. : 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 930 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 46 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : JA2A Sheet 2 of 5

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. T 12.
10. T P 10.
8.0 T P P 8.0
6.0 T P P P 6.0
5.0 5.0
4.0 T T P P P 4.0
3.5 3.5
3.0 T T T P P P 3.0
2.5 2.5
2.0 T T T T P P P 2.0
1.5 T T T T T H H H 1.5
1.25 1.25
1.0 T T T T T T H H H 1.0
0.75 T T T T T T T H H H 0.75
0.5 T T T T T T T T H H H 0.5
10.000
12.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No. : 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 931 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 47 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : JA2A Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Pipe Group
PIP PIPE .5 6 HVY IS-1239-I IS-1239 (GALV) SCRM, WELDED PI6D599Z0

PIP PIPE 8 12 6.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7E219Z0


(GALV)
NIP NIPPLE .5 1.5 M IS-1239-I IS-1239 (GALV) TOE, WELDED PN6D5G9Z0

Flange Group
FLG FLNG.SCRD .5 6 B-16.5 ASTM A 150, FF/125AARH FTC0721Z0
105(GALV.)
FLG FLNG.SO 8 12 B-16.5 ASTM A 150, FF/125AARH FNC0721Z0
105(GALV.)
FLB FLNG.BLIND .5 12 B-16.5 ASTM A 150, FF/125AARH FBC0721Z0
105(GALV.)
FEF FLNG.FIG.8 .5 8 ASME- ASTM A 150, FF/125AARH FGK0721Z0
B16.48 105(GALV.)
FEF SPCR&BLND 10 12 ASME- ASTM A 150, FF/125AARH FCK0721Z0
B16.48 105(GALV.)
Fitting Group
ELB90 ELBOW.90 .5 1.5 B-16.11 ASTM A SCRF, 3000 WA60882Z0
105(GALV)
ELB90 ELBOW.90 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WALE98ZZ0
(GALV)
ELB90 ELBOW.90 8 12 M B-16.9 ASTM A 234 BW, 1.5D WAG764Z10
GR.WPB-W(GALV)
ELB45 ELBOW.45 .5 1.5 B-16.11 ASTM A SCRF, 3000 WB60882Z0
105(GALV)
ELB45 ELBOW.45 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WBLE98ZZ0
(GALV)
ELB45 ELBOW.45 8 12 M B-16.9 ASTM A 234 BW, 1.5D WBG764Z10
GR.WPB-W(GALV)
TEQ T.EQUAL .5 1.5 B-16.11 ASTM A SCRF, 3000 WE60882Z0
105(GALV)
TEQ T.EQUAL 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WELE98ZZ0
(GALV)
TEQ T.EQUAL 8 12 M B-16.9 ASTM A 234 BW WEG764ZZ0
GR.WPB-W(GALV)
TRED T.RED .5 1.5 B-16.11 ASTM A SCRF, 3000 WR60882Z0
105(GALV)
TRED T.RED 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WRLE98ZZ0
(GALV)
TRED T.RED 8 12 M, M B-16.9 ASTM A 234 BW WRG764ZZ0
GR.WPB-W(GALV)
REDC REDUC.CONC .5 6 IS-1239-II IS-1239(PART-II) SCRF, NA WULE98ZZ0
(GALV)
REDC REDUC.CONC 8 12 M, M B-16.9 ASTM A 234 BW WUG764ZZ0
GR.WPB-W(GALV)

Package
Report No.
: IPMCS
: 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 932 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 48 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : JA2A Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Fitting Group
REDE REDUC.ECC .5 6 IS-1239-II IS-1239(PART-II) SCRF, NA WVLE98ZZ0
(GALV)
REDE REDUC.ECC 8 12 M, M B-16.9 ASTM A 234 BW WVG764ZZ0
GR.WPB-W(GALV)
SWGC SWAGE.CONC .5 3 M, M BS-3799 ASTM A TBE WNH08EZZ0
105(GALV)
SWGE SWAGE.ECC .5 3 M, M BS-3799 ASTM A TBE WPH08EZZ0
105(GALV)
CAP CAP .5 1.5 B-16.11 ASTM A SCRF, 3000 WF60882Z0
105(GALV)
CAP CAP 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WFLE98ZZ0
(GALV)
CAP CAP 8 12 M B-16.9 ASTM A 234 BW WFG714ZZ0
GR.WPB(GALV)
CPLF CPLNG.FULL .5 1.5 B-16.11 ASTM A SCRF, 3000 WJ60882Z0
105(GALV)
CPLF CPLNG.FULL 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WJLE98ZZ0
(GALV)
CPLH CPLNG.HALF .5 1.5 B-16.11 ASTM A SCRF, 3000 WK60882Z0
105(GALV)
CPLH CPLNG.HALF 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WKLE98ZZ0
(GALV)
CPLL CPLNG.LH .5 1.5 B-16.11 ASTM A SCRF, 3000 WL60882Z0
105(GALV)
CPLL CPLNG.LH 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WLLE98ZZ0
(GALV)
CPLR CPLNG.RED .5 1.5 B-16.11 ASTM A SCRF, 3000 WM60882Z0
105(GALV)
CPLR CPLNG.RED 2 6 IS-1239-II IS-1239(PART-II) SCRF, NA WMLE98ZZ0
(GALV)
UNN UNION .5 6 IS-1239-II IS-1239(PART-II) SCRF, NA WQLE98ZZ0
(GALV)
Valves Group
GAV VLV.GATE .5 1.5 IS:778 CL.2 BODY-IS 318 GR.2 SCRF, CL.2, 3000, B- 51080ZZZ0
LEADED TIN 1.20.1, SHT NO.- 51080
BRONZE,TRIM- IS
320 ALLOY HT2
GAV VLV.GATE 2 8 IS:780 BODY-IS 210 FLGD, PN1.6, B-16.1, 51380ZZZ0
GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 51380
GAV VLV.GATE 10 12 IS:780 BODY-IS 210 FLGD, PN1.6, B-16.1, 51390ZZZ0
GR.FG 200,TRIM-IS FF/125AARH, SHT
320 ALLOY HT2 NO.- 51390
GLV VLV.GLOBE .5 1.5 IS:778 CL.2 BODY-IS 318 GR2 SCRF, CL.2, 3000, B- 52080ZZZ0
LEADED TIN 1.20.1, SHT NO.- 52080
BRONZE,TRIM- IS
320 ALLOY HT2

Package
Report No.
: IPMCS
: 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 933 of 4779
JOB SPECIFICATION No.
PIPING MATERIAL
B414-000-83-41-SP-0010
SPECIFICATION
Page 49 of 49

Client : BPCL Dept./Sect. : 83/41


Project : KRISHNAPATNAM HYD PL
Location : KRISHNAPATNAM HYD Pipe Class : JA2A Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Item Lower Upper Sch/ Commodity Note


Input Dmn. STD Material
Type Size Size Thk Description Code No
Id. (Inch) (Inch) (mm)

Valves Group
CHV VLV.CHECK .5 1.5 IS:778 CL.2 BODY-IS 318 GR2 SCRF, CL.2, 3000, B- 53080ZZZ0
LEADED TIN 1.20.1, SHT NO.- 53080
BRONZE,TRIM- IS
320 ALLOY HT2
CHV VLV.CHECK 2 24 API-6D BODY-ASTM A 216 FLGD, 150, B-16.5, 53390ZZZ0 112
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53390
CHV VLV.CHECK 2 6 IS:5312 (PT- BODY-IS 210 FLGD, PN1.6, B-16.1, 53380ZZZ0
1) GR.FG 200,TRIM- FF/125AARH, SHT
IS 320 ALLOY HT2 NO.- 53380
Bolt Group
BOM BOLT.M/C .5 12 B-18.2 BOLT:A307 BM41519Z0
GR.B(GALV),
NUT:A563
GR.B(GALV)
Gasket Group
GAS GASKET .5 6 B-16.21- BUTYL RUBBER FULLFACE, 150, 2 MM GKB0422Z0
ANSI B16.5
GAS GASKET 8 12 B-16.21- GRAPHITE WITH RING, 150, 2 MM GKBAA52Z0
ANSI B16.5 SS316 TANGED
INS

Package
Report No.
: IPMCS
: 50 JA2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 934 of 4779
DOCUMENT No.
ANNEXURE - I
PIPING MATERIAL SPECIFICATION B414-000-83-41-SP-0010
GENERAL NOTES ANNEXURE - I
Page 1 of 10

ANNEXURE – I

PIPING MATERIAL SPECIFICATION


GENERAL NOTES

Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved

Page 935 of 4779


DOCUMENT No.
ANNEXURE - I
PIPING MATERIAL SPECIFICATION B414-000-83-41-SP-0010
GENERAL NOTES ANNEXURE - I
Page 2 of 10

TABLE OF CONTENTS

1.0 SCOPE

2.0 CODES AND STANDARDS

3.0 MATERIAL SPECIFICATIONS

4.0 CLASS DESIGNATION CODE

5.0 PIPELINE

6.0 PIPES

7.0 FITTINGS

8.0 BENDS

9.0 FLANGES

10.0 GASKETS

11.0 BOLTING AND THREADS

12.0 VALVES

13.0 QUICK OPENING END CLOSURE

14.0 HYDROTESTING VENTS AND DRAINS

15.0 PIPELINE SPECIALITY ITEMS

TABLE-1 PIPELINE DETAILS

TABLE-2 PIPELINE SPECIALITY ITEMS

Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved

Page 936 of 4779


DOCUMENT No.
ANNEXURE - I
PIPING MATERIAL SPECIFICATION B414-000-83-41-SP-0010
GENERAL NOTES ANNEXURE - I
Page 3 of 10

1.0 SCOPE

1.1 This specification (PMS) covers various pipeline classes for process piping and
minimum requirements for various pipeline/ piping materials necessary for the
design of the pipeline facilities.
This specification shall be read in conjunction with various Codes and Standards as
applicable.

2.0 CODES AND STANDARDS

2.1 Pipeline and pipeline terminal facilities envisaged as part of this project shall be
designed and engineered primarily in accordance with the provisions of the latest
edition of the following codes:

(i) ASME B 31.4 - Pipeline Transportation Systems for Liquids & Slurries

(ii) ASME B 31.3 - Process Piping

(iii) PNGRB T4S - Technical Standards & Specifications including Safety


Regulations Standards for Petroleum and Petroleum Products
Pipelines

(iv) OISD-STD- - Design, Construction and Inspection Requirements


141 for Cross Country Liquid Hydrocarbon Pipelines

2.2 All codes, standards and specifications referred herein shall be the latest edition of
such documents.
2.3 For sake of brevity, the initials of the society to which the codes are referred may
be omitted in the specifications. For example; B16.5 is a code referring to ASME;
A106 is a standard referring to ASTM.
2.4 In addition, EIL specifications and standards for various piping and pipeline
materials shall also be applicable.

3.0 MATERIAL SPECIFICATIONS

3.1 Individual piping classes have been generally designed to cover a set of service
operating within pressure-temperature consideration as per ASME B16.5/ B16.34
or part of it.
3.2 The PMS shall be strictly adhered to in design, requisitioning, purchasing,
fabrication and testing of the pipeline/ piping system. However, deviations of
material from class specifications may occur due to specific design conditions and /
or availability. These deviations are permissible if they equal or better the
individual class requirements and shall be subjected to approval on case-to-case
basis.
All materials shall conform to detailed specifications listed elsewhere.

4.0 CLASS DESIGNATION CODE

The pipeline class designation shall generally consist of four characters made up of
a letter, letter, number & letter, e.g. AA1A, BA1A, DA1A, EA1A etc. as follows:
First & Second character indicates ASME class rating, e.g.

Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved

Page 937 of 4779


DOCUMENT No.
ANNEXURE - I
PIPING MATERIAL SPECIFICATION B414-000-83-41-SP-0010
GENERAL NOTES ANNEXURE - I
Page 4 of 10

AA - 150 Class DA - 600 Class

BA - 300 Class EA - 900 Class

Third character indicates differences in the specifications within the same class
rating and material, e.g.

Character For Carbon Steel For Stainless Steel

1 CA = 1.5 mm CA = 0 mm

3 CA = 1.5 mm -

5.0 PIPELINE

5.1 Line pipe material grade and wall thickness details are indicated in Table-1.

6.0 PIPES

6.1 Carbon steel pipe shall be made by open hearth, electric furnace or basic oxygen
process only. The steel used shall be fully killed and made with fine grain structure.
The grade and wall thickness of various sizes of pipes shall be as per piping
material specification for the applicable class.
6.2 Pipe dimensions shall be in accordance with ASME B36.10 for carbon steel ASTM
standard pipes, API 5L for carbon steel API 5L Grade pipes & ASME B36.19 for
stainless steel ASTM standard pipes.
6.3 All pipe threads shall conform to American Standard taper as per ASME B1.20.1
NPT, unless otherwise specified.
6.4 For butt weld end, bevel shall be in accordance with API specification 5L or ASME
B16.25, as applicable.

7.0 FITTINGS

7.1 Fully killed carbon steel shall be used in the manufacture of carbon steel fittings
with carbon equivalent not exceeding 0.45, based on check analysis.
7.2 Threaded joints, if used, shall conform to American Standard taper as per ASME
B1.20.1 NPT.
7.3 Dimensions of socket welded / screwed fittings shall conform to ASME B16.11.
Swage shall be as per BS-3799.
7.4 Dimensions of steel butt welded fittings shall be as per ASME B16.9 / MSS-SP75,
as applicable.
7.5 Bore of socket welded fittings shall suit outside diameter (OD) of pipe and its
thickness.
7.6 Butt welding ends shall conform to API specification 5L or ASME B16.25 as
applicable. In case of difference in thickness of matching ends, requirements of
ASME B31.4 shall apply.

Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved

Page 938 of 4779


DOCUMENT No.
ANNEXURE - I
PIPING MATERIAL SPECIFICATION B414-000-83-41-SP-0010
GENERAL NOTES ANNEXURE - I
Page 5 of 10

7.7 Integrally reinforced forged branch fittings such as Sockolet, Weldolet etc. shall be
as per MSS-SP-97. Fittings not covered in ASME B16.9 and MSS-SP-97 shall
conform to manufacturer’s standard.
7.8 Fittings thickness tolerances shall match pipe thickness tolerance.

8.0 BENDS

8.1 Unless otherwise specified for process piping, elbow of radius R = 1.5 D shall only
be used. Bends shall be governed by Standard Specification for Long Radius
Bends for Onshore Pipelines (EIL Specification No. 6-71-0021).
8.2 In order to accommodate changes in vertical and horizontal alignment in piggable
section of pipeline, cold field bends R = 30D (D is nominal dia. of pipe) shall be
used. The radius of cold field bends shall not be less than 30 times the pipe
nominal diameter for pipe size 450 mm (16") NB.
8.3 Limited use of R = 6D bends (shop bends) may be permitted for reason of space
constraints. For induction bends, only LSAW pipe shall be used. Induction bends
shall be used at space constraint locations, station approaches and above ground /
buried transition.
8.4 Miter bends shall not be used.

9.0 FLANGES

9.1 Pressure Temperature rating of flanges shall conform to B16.5 / B16.47 Series-A,
as applicable.

9.2 Dimensions of flanges shall be in accordance with the following standards:

ASME B16.5 : For sizes NPS 1/2 through NPS 24

ASME B16.47 Series-A : For sizes NPS 26 through NPS 50

9.3 Neck of weld neck (WN) flanges shall suit pipe bore and thickness.

9.4 Bore of socket welded (SW) flanges shall suit pipe O.D. and its thickness.

9.5 Threads for screwed flanges, if used, shall conform to American Standard taper as
per ASME B1.20.1 NPT.

9.6 Sizes for blind flanges shall be indicated by nominal pipe size.

9.7 Finish of steel flange faces shall be as follows:

125 AARH : Serrations with 125-250 μin AARH

63 AARH : 32-63 μin AARH

9.8 Butt welding ends of WN flanges shall conform to ASME B16.25.

9.9 Spectacle blind / spacer & blind shall be in accordance with ASME B16.48/ EIL
Standard 7-71-0030.

9.10 Brinnel hardness for RTJ groove shall be at least 140 BHN.

Format No. EIL 1641-1924 Rev. 1 PMS Annexure-I Copyright EIL – All rights reserved

Page 939 of 4779


DOCUMENT No.
ANNEXURE - I
PIPING MATERIAL SPECIFICATION B414-000-83-41-SP-0010
GENERAL NOTES ANNEXURE - I
Page 6 of 10

10.0 GASKETS

10.1 Spiral wound metallic gasket with grafil filler shall conform to B16.20/ B16.5 for
sizes upto 24” and B16.20 / B16.47 Series A for sizes 26” and above. All spiral
wound gaskets shall be provided with carbon steel outer ring. Spiral wound gasket
shall be self aligning type.
10.2 Inner ring of same material as spiral strip material shall be provided for all spiral
wound gaskets for sizes 26” and above.
10.3 Octagonal ring joint gasket shall conform to B16.20.

11.0 BOLTING & THREADS

11.1 Nuts for stud bolts shall be American Standard Hexagon Heavy Series and double
chamfered.
11.2 Dimension and tolerances for stud bolts and nuts shall be as per ASME B18.2.1
and B18.2.2 with full threading to ASME B1.1 Class 2A thread for bolts and Class
2B thread for nuts. Diameter and length of stud bolts shall be as per B16.5 / B16.47
with full threading.
11.3 Threads for nuts shall be as per ASME B1.1

Nuts for stud bolts dia. ¼" to 1" : UNC-2B

Nuts for stud bolts dia. 1⅛" to 3¼" : 8UN-2B

11.4 Threads for stud bolts shall be as per ASME B1.1, as follows:

Stud bolts dia ¼" to 1" : UNC-2A

Stud bolts dia 1⅛" to 3¼" : 8UN-2A

11.5 Threads for threaded pipe, fitting, flanges and valve shall be in accordance with
B1.20.1 taper threads, unless specified otherwise.
11.6 Threaded joints shall be made with 1" wide PTFE jointing tape.

12.0 VALVES

12.1 Valve ends shall be as per valve data sheets for various piping class.
12.2 Sectionalizing valves, Block valves and other isolation valves installed on the main
pipeline shall be ball valves with butt welding ends.
12.3 All buried valves shall be provided with stem extension, sealant, vent/ drain and
shall have butt welded ends as per relevant specification/ data sheet.
12.4 Flange dimensions and face finish of flanged end valves shall conform to clause
9.0 of this specification.

You might also like