12.07.2015 Views

Pipelaying Tender-VOL I - WorleyParsons.com

Pipelaying Tender-VOL I - WorleyParsons.com

Pipelaying Tender-VOL I - WorleyParsons.com

SHOW MORE
SHOW LESS
  • No tags were found...

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Hindustan Petroleum Corporation Ltd.(A Government of India Enterprise)Rewari Kanpur Pipeline ProjectBIDDING DOCUMENTLAYING OF PIPELINE AND ASSOCIATED WORKSTENDER NO.: 13000011-HD-10129Procurement under Global CompetitiveBiddingPrepared and issued by :<strong>WorleyParsons</strong> Sea India Pvt. Ltd,Raheja Plaza First Floor,LBS Marg, Ghatkopar (W),Mumbai – 400086,IndiaTel: 91-22-67818000Fax:91-22-67818080MH2145-C000-PS-RFQ-0020 Page 1 of 334


TABLE OF CONTENTSI Chapter 1 Request for Quotation (RFQ)II Chapter 2 A Instructions To Bidders (ITB)III Chapter 3 A General Terms & Conditions of Works Contract(GTC)Chapter 3 BGeneral Purchase Conditions (GPC)IV Chapter 4 Special Conditions of Contract (SCC) &APPENDICES to SCCV Chapter 5 Agreed Terms & ConditionsVI Chapter 6 AnnexuresVII Chapter 7 Technical PartVIII Chapter 8 Price Bid formatMH2145-C000-PS-RFQ-0020Page 2 of 334


CHAPTER 1REQUEST FOR QUOTATION (RFQ)MH2145-C000-PS-RFQ-0020Page 3 of 334


REQUEST FOR QUOTATION (RFQ)PUBLIC - GLOBAL COMPETITIVE BIDDING1.1 <strong>WorleyParsons</strong> Sea India Pvt Limited ( hereinafter referred as CONSULTANT), onbehalf of Hindustan Petroleum Corporation Limited (HPCL) ( hereinafter referredas OWNER),invites sealed bids under two bid system from Indian Contractors forLaying of Pipeline and Associated Works as detailed in para below forREWARI KANPUR PIPELINE PROJECT.1.2 BRIEF PROJECT DETAILSHindustan Petroleum Corporation Limited (HPCL) intends to lay a crosscountry multiproduct white oil pipeline for the distribution of products in North -Central India. The pipeline is proposed to be laid to transfer EURO-III MS,EURO-IV MS, EURO-III HSD, EURO-IV HSD and SKO from the existing Tapoff location, at Rewari, of Mundra-Delhi Pipeline (MDPL) in Haryana up toKanpur in Uttar Pradesh. The length of the pipeline will be 442 km (approx.).The Pipeline shall be passing through three states namely Haryana, Rajasthanand Uttar Pradesh.1.3 BRIEF SCOPE OF WORKThe Contractor's Scope of work for the pipeline shall consist of, but not limitedto, supply (as required), fabrication, installation, testing, swabbing, drying, EGP,pre-<strong>com</strong>missioning and <strong>com</strong>missioning of the proposed Hydrocarbon pipelinesystem from Launcher to Receiver and hook-up works at stations along with allassociated Mechanical, civil, structural, architectural, electrical, CP System,tele<strong>com</strong>, instrumentation and Fire Protection works. All such works that are notindicated here below but are otherwise required to <strong>com</strong>plete the work in allrespects shall form part of Contractor's Scope of Work.The bidder is advised to visit and examine the site of works and its surroundingand obtain for himself on his own responsibility all information that may benecessary for preparing of the bid and entering into the contract. The cost ofvisiting the site shall be at bidder's own expenses. No extra claim on account ofnon-familiarity of site conditions / inadequate information in the bid documentshall be entertained during execution of works and such claims are notadmissibleMH2145-C000-PS-RFQ-0020Page 4 of 334


Local ConditionsIt will be imperative for each bidder to fully inform himself of all localconditions and factors which may have any effect on the execution of theContract as described in the Bidding Documents. In their own interest,foreign bidders are particularly requested to familiarize themselves with theIn<strong>com</strong>e Tax Act 1961, the Insurance Act, 1938, the Companies Act, 1956,the Customs Act, 1961, Indian Environmental Legislation, including anyamendments thereof and other related acts and laws prevalent in Indiawhich may have influence upon their bid submission.The Company shall not entertain any request for clarification from the bidder,regarding such local conditions and laws.It is the responsibility of the bidder that such factors have properly beeninvestigated and considered while submitting the bid proposals and that noclaim whatsoever including those for financial adjustment to the Contractawarded under the Bidding Documents will be entertained by the Companyand that neither any change in the time schedule of the Contract nor anyfinancial adjustments arising thereof shall be permitted by the Company.Bidder is requested to ensure <strong>com</strong>pliance with the provisions of EPF & MP Act,1952 in respect of international workers engaged by them at their cost.The scope shall be read in conjunction with tender document.The detailed scope of work has been defined elaborately at Chapter (7) SevenTechnical Specification of tender document.The Entire 442 km (approx.) pipeline work from Rewari to Kanpur shall beexecuted by one/two contractors. The Entire works is divided in two parts.Part- I (Rewari to SV-6, Both Inclusive) and Part – II (SV-6 to Kanpur, excludingSV-6 but including Saiyyadpur Pran and Kanpur). For Details refer SchematicDiagram No: MH2145-C000-PL-DSD-0001 enclosed in the tender.Work is envisaged to be executed by opening two spreads in each Part i.e 4Spreads in the entire job of 442 kms.MH2145-C000-PS-RFQ-0020Page 5 of 334


1.4 BRIEF DETAILS OF BID DOCUMENT:iii.a)Type of <strong>Tender</strong>b) Mode of <strong>Tender</strong>ing<strong>Tender</strong> No. (to be referred in allfuture correspondence)PUBLIC GLOBAL COMPETITIVEBIDDINGManual Global13000011-HD-10129iii Item Details Laying of pipeline and associated worksiv. Sale of <strong>Tender</strong> Document From 06.05.2013 @ 1000Hrs.(IST) to03.06.2013 @ 1500 Hrs (IST)v. Bid Due Date Up to 15.00 Hrs. on 04.06.2013vi. Un-Priced Bid Opening From 15.30 Hrs. on 04.06.2013vii<strong>Tender</strong> Document Fee in the form ofcrossed Demand Draft in favour ofHindustan Petroleum Corporation Limited,payable at Delhi ( Refer clause 6.15 ofRFQ)For Indian BiddersRs. 10,000 /-(Rupees Ten ThousandOnly)For Foreign BiddersUSD 200 (US dollar Two Hundred only)viii Pre-bid Meeting At 11.00 hrs on 22.05.2013Venue: <strong>WorleyParsons</strong> Sea India Pvt.Ltd, Raheja Plaza First Floor, LBS Marg ,Ghatkopar(W), Mumbai – 400086.ix.Last date for receipt of bidders queries forpre-bid meetingTwo days prior to Pre-bid meeting i.eby 20.05.2013 upto 17:00 Hrs.x. Price Bid Opening Date & time shall be intimated to techno<strong>com</strong>merciallyaccepted bidders only at alater stage before price bid opening.xi. Basis of Evaluation Refer clause no. 11.9 & 14.2 of ITB.xii. Bid Security (EMD) Refer clause no. 3.0 of RFQ.xiii. Bid Validity 120 days; for details refer clause no. 5.0of ITB & Annexure-G & M of Chapter-6.xiv. Completion Schedule Refer clause no. 4.0 of RFQ.xv. Integrity pact to be submitted; Refer clause no. 21 of ITB.xvi. Request for extension of bid due date. Refer clause no. 4.3 of ITB.xvii. Service Tax Refer clause no.11.15 of ITB and ATC.MH2145-C000-PS-RFQ-0020Page 6 of 334


The tender details including EMD, Bid Qualification Criteria (BQC) can also be viewed at web siteswww.hindustanpetroleum.<strong>com</strong> or http://www.worleyparsons.<strong>com</strong>/mumbaitendersAll revisions, clarifications, corrigenda, addenda, time/due date extensions etc. toabove tenders will be hosted on above referred websites only. Bidders should regularlyvisit above websites to keep themselves updated.Sunil Kumar UpadhyayManager, Procurement & Contracts,<strong>WorleyParsons</strong> Sea India Pvt. Ltd,Raheja Plaza First Floor, LBS Marg , Ghatkopar (W),Tel: 91-22-67818000 Fax:91-22-67818080.Mumbai – 400086,Maharashtra,IndiaEmail : cont-mumbai@<strong>WorleyParsons</strong>.<strong>com</strong>Note: If the particular day is happens to be a declared holiday in WORLEYPARSONS/HPCL,Delhi, the next working day shall be considered.MH2145-C000-PS-RFQ-0020Page 7 of 334


Note:1. In Case, the domestic bidder has executed the works outside India,Purchase orders values for the work are in US Dollar/ in any othercurrency, the value of the same in INR shall be calculated basis theConversion Rate as on 30/04/2013.2. For the vendors who are submitting Purchase orders against bidqualification criteria in a currency other that INR and USD purchaseorder value/Financial statements etc. will be converted into IndianRupees at the TT selling rates as on 30/04/2013, as available in StateBank of India, Mumbai. In case, exchange rate is not available in StateBank of India (Mumbai), alternative sources viz. Economics Times shallbe considered for all the currencies.2.2 FINANCIAL CRITERIAa) The bidder shall have average annual financial turnover during last 3 yearsending 30/04/2012.Bidder Intending toQualify forMinimumAnnualTurnover(in INRLakhs)MinimumAnnualTurnover(in USDthousand)Part-I 2780 5160Part-II 2710 5030Part-I + Part-II 5490 10191b) The net worth of the Bidder during last financial year (i.e. 2011-12 or yearending Dec 2012) shall be positive.Note:-1. The bidder may bid for either Part-I or Part-II or both Parts. The ownerreserves the right to place separate orders on lowest basis for each Part (I or II)provided bidders meet BQC criteria specified in the tender for the respectivePart. In case the same bidder is lowest for both the parts and meets BQCcriterion for Part (I + II) then order shall be placed on him for both the parts.Price bids shall be opened only for Part-I at the first instance and Part-IIsubsequently. If the techno-<strong>com</strong>mercially acceptable lowest bidder for Part-Imeets the BQC criteria for Part (I+II), only then will his bid for Part-II be opened.In case a bidder meets the BQC for Part-I or Part-II individually, 1st the Pricebid of Part-I shall be opened and if such bidder happens to be lowest in Part-I,MH2145-C000-PS-RFQ-0020Page 9 of 334


his bid shall not be considered for Part-II.2. In case of Foreign bidder, if the required documents for establishing thequalification criteria, such as duly audited Balance Sheet, Annual Reports,Purchase Order, Completion certificate etc., are not in English language,then the English translation copy of the same shall be furnished dulycertified, stamped and signed by Local Chamber of Commerce of Bidder’scountry along with the original Balance Sheet, Annual report, PurchaseOrders, Completion Certificate etc. along with the un-priced bid.However, for member countries of Hague Convention 1961, supportingdocument pertaining to pre-qualification criteria certified by “Apostille” ofBidders country shall also be acceptable.In the absence of requisite documents Owner / Consultant reserves theright to carry out evaluation on the basis of the documents submitted by thebidder.3. The foreign Bidders shall submit their quotations directly & notthrough the Indian representative. In case any other services of Indianrepresentative are considered by the bidder, It will be necessary forthe foreign bidder to identify and disclose along with copy of theagreement, the Indian representative, while responding to the tender.4. In the event of any breach or default on the part of the foreign Bidders todisclose the agency arrangements in India, there would be a penalty ofbanning business dealings and also payment of specified sum.2.3 WHO CAN BID:Parties who are affiliates of one another can decide which affiliate will make abid. Only one affiliate may submit a bid. Two or more affiliates are not permittedto make separate bids directly or indirectly. If 2 or more affiliates submit a bid,then any one or all of them are liable for disqualification. However up to 3affiliates may make a joint bid as a consortium, and in which case theconditions applicable to a consortium shall apply to them. “Affiliate” of a partyshall mean any <strong>com</strong>pany or legal entity which:(a)(b)(c)Controls either directly or indirectly a party, orWhich is controlled directly or indirectly by a Party; orIs directly or indirectly controlled by a <strong>com</strong>pany, legal entity orpartnership which directly or indirectly controls a party. “Control” meansactual control or ownership Of at least a 50% voting or other controllinginterest that gives the power to direct, cause the direction of themanagement and material business of the controlled entity.MH2145-C000-PS-RFQ-0020Page 10 of 334


2.3.1 Bids may be submitted by:a) A single person/entity (called sole bidder);b) A newly formed incorporated joint venture (JV) which has not <strong>com</strong>pleted 3financial years from the date of <strong>com</strong>mencement of business;c) A consortium (including an unincorporated JV) having a maximum of 3(three) members;d) An Indian arm of a foreign <strong>com</strong>pany.2.3.2 Fulfillment of Eligibility criteria and certain additional conditions in respect ofeach of the above 4 types of bidders are stated below, respectively:a) The sole bidder (including and incorporated JV which has <strong>com</strong>pleted 3financial years after date of <strong>com</strong>mencement of business) shall fulfill eacheligibility criteria.b) In case the bidder is a newly formed and incorporated joint venture andwhich has not <strong>com</strong>pleted three financial years from the date of<strong>com</strong>mencement of business, then either the said JV shall fulfill eacheligibility criteria or any one constituent member/promoter of such a JV shallfulfill each eligibility criteria. If the bid is received with the proposal that oneconstituent member/promoter fulfills each eligibility criteria, then thismember/promoter shall be clearly identified and he/it shall assume allobligations under the contract and provide such <strong>com</strong>fort letter/guaranteesas may be required by Owner. The guarantees shall over inter alia the<strong>com</strong>mitment of the member/promoter to <strong>com</strong>plete the entire work in allrespects and in a timely fashion, being bound by all the obligations underthe contract, an undertaking to provide all necessary technical and financialsupport to the JV to ensure <strong>com</strong>pletion of the work, etc.c) In case the bidder(s) is/are a consortium (including an unincorporated JV),then the following conditions shall apply:1) Each member in consortium may only be a entity and not an individualperson;2) The bid shall specifically identify an describe each member of theconsortium;3) The consortium member descriptions shall indicate what type of legalentity the member is and its jurisdiction of incorporation (or ofestablishment as a legal entity other than a corporation) and provideevidence by a copy of the articles of corporation (or equivalentdocuments);4) One participant member of the consortium shall be identified as the“Prime member” and contracting entity for the consortium;MH2145-C000-PS-RFQ-0020Page 11 of 334


5) This prime member shall be solely responsible for all aspects of theBid/proposal including the execution of all tasks and performance of allconsortium obligations;6) The prime member shall fulfill each eligibility criteria;7) a <strong>com</strong>mitment shall be given from each of the consortium members inthe form of a letter signed by a duly authorized officer clearly identifyingthe role of the member in the Bid and the member’s <strong>com</strong>mitment toperform all relevant tasks and obligations in support of the Prime/leadmember of the Consortium and a <strong>com</strong>mitment not to withdraw from theconsortium;8) No change shall be permitted in the number, nature or share holdingpattern of the consortium members after pre-qualification, without theprior written permission of the Owner.9) No change in project plans, timetables or pricing will be permitted as aconsequence of any withdrawal or failure to perform by a consortiummember;10) No consortium member shall hold less than 25% stake in a consortium;11) Entities which are affiliates of one another are allowed to bid either as asole bidder or as a consortium only;12) Any person or entity can bid either singly or as a member of only oneconsortium.d) In case the bidder is an Indian arm (subsidiary, authorized agent, branchoffice or affiliate) of a foreign bidder, then the foreign bidder shall have to fullfill each eligibility criteria. If such foreign <strong>com</strong>pany desires that the contractbe entered into with the Indian arm, then a proper back to back continuing(parent <strong>com</strong>pany) guarantee shall be provided by the foreign <strong>com</strong>panyclearly stating that in case of any failure of any supply or performance of theequipment, machinery material or plant or services or <strong>com</strong>pletion of thework in all respects and as per the warranties/guarantees that may havebeen given, then the foreign <strong>com</strong>pany shall assume all obligations under thecontract. Towards this purpose, it shall provide such <strong>com</strong>fortletter/guarantees as may be required by Owner. The guarantees shall coverinter alia the <strong>com</strong>mitment of the foreign <strong>com</strong>pany to <strong>com</strong>plete the entirework in all respects and in a timely fashion being bound by all theobligations under the contract, an undertaking to provide all necessarytechnical and financial support to the Indian arm or to render the samethemselves so as to ensure <strong>com</strong>pletion of the contract when awarded, anundertaking not to withdraw from the contract till <strong>com</strong>pletion of the work etc.2.4 INFORMATION/DOCUMENTS REQUIRED ALONG WITH BID:a) Title, style and postal address of the firm.b) Communication particulars including telephone numbers, fax numbers ande- mail address. Bidder to clearly indicate the part being bid by themMH2145-C000-PS-RFQ-0020Page 12 of 334


(Part-I / and Part-II) while submitting their offer.c) Following documents are required to be submitted as proof of meetingBid-qualification criteria [Clause no. 2 above]:(1) Duly Notarized copies of Audited Financial Statements including BalanceSheet and Profit & Loss Account etc. for the preceding three financial yearsas required under Clause 2.2.(2) Duly Notarized copies of following documents are required to besubmitted as proof of meeting Bidder’s qualification criteria (BQC) [Clauseno. 2.1 & 2.1.1]. Copy of Purchase/work Order from owner /consultantsalong with work <strong>com</strong>pletion certificate / duly certified copies of final bills forthe jobs. The Purchase/work Order and <strong>com</strong>pletion certificate shouldclearly mention the details of jobs carried out by the Bidder meeting thetechnical criteria stipulated above.d) Authorization/ Power of Attorney of the signatory for signing / submissionof the bide) Integrity Pact duly signed & Stamped as per attached format ofAnnexure-G at Chapter 6.f) Declaration with the bid qualification criteria that bidder has not been bannedordelisted by Government of India or any of the Ministries of Government ofIndia.h) EMD shall also be submitted along with the above. Non-submission of EMDshall lead to rejection of bid.All the above documents (EMD, Integrity Pact & BQC, <strong>Tender</strong> Documents etc.)shall be submitted in a sealed envelope super scribed as “EMD / BQC Documents”with Name of the Job, <strong>Tender</strong> No, due date, at the following address so as to reachbefore the Due Date & Time of the <strong>Tender</strong>:Manager - Procurement & Contracts,<strong>WorleyParsons</strong> Sea India Pvt. Ltd,Raheja Plaza First Floor,LBS Marg , Ghatkopar (W),Mumbai – 400086 , IndiaTel: 91-22-67818000 Fax:91-22-67818080Non Submission of the hard copies of the mentioned documents for anyreason including postal delays to below address will lead to rejection of theBid.MH2145-C000-PS-RFQ-0020Page 13 of 334


Note:1. All the information required as required above shall be furnished along withthe bid as indicated above shall be furnished in the same order in the formof duly paginated document. HPCL / WORLEYPARSONS reserves the rightto not take cognizance of information provided in any other manner orelsewhere in the bid.2. HPCL / WORLEYPARSONS reserves the right to <strong>com</strong>plete the evaluationbased on the details furnished without seeking any additional information.The bid evaluation procedure is specified in bidding document.3. HPCL/ WORLEYPARSONS reserves the right to take into accounts the pastperformance of the bidder and assess bidders capability to execute thework using in-house information by taking into account various aspects suchas concurrent <strong>com</strong>mitments and performance during evaluation of bids.3.0 BID SECURITY/ EMD:3.1 Amount of Bid Security shall beNote:-i) DeletedIndian BidderForeignBidderEMD (in INR) (in USD)Part-I 69,00,000 1,28,410Part-II 68,00,000 1,26,550Part-I + Part-II 137,00,000 2,54,960ii) Public Sector Enterprises and Small scale industries (Registered with NSIC) areexempted from submission of Bid Security. However to claim the exemption PublicSector Enterprises shall submit a declaration on their letter head and Small ScaleIndustries shall submit valid copy of NSIC Registration Certificate.iii) Bidder is to enclose along with bid hard copy of the bid security / EMD exemption claimdocument (self-declaration in case of Public Sector Enterprises OR copy of validregistration certificate in of units registered with NSIC) to reach <strong>Tender</strong> Box withinBid Due Date & time.3.1.1 The bid security/EMD is required to protect the Owner against the risk of Bidder’sconduct, which would warrant the security’s forfeiture.EMD shall be accepted in the form of demand draft/ pay order, banker’s cheque (infavour of Hindustan Petroleum Corporation Ltd, payable at Delhi, issued by anyMH2145-C000-PS-RFQ-0020Page 14 of 334


scheduled bank other than cooperative bank or in the form of Irrevocable BankGuarantee issued by any scheduled bank other than cooperative bank, in case ofIndian Bidder and, in case of foreign bidder in the form of demand draft/ pay order,banker’s cheque (in favour of Hindustan Petroleum Corporation Ltd, payable atDelhi) issued by any reputed international bank or in the form of Irrevocable bankguarantee from any reputed international bank with bank guarantee to be confirmedby a scheduled bank other than co-operative bank located in India.In case EMD is submitted in the form of Bank Guarantee by Indian Bidder, it shouldbe made on non-judicial stamp paper of appropriate value (denomination) andshould be valid for SIX (6) months from due date / extended due date of the tender(in the format at Annexure-A of Chapter-6), however, demand draft / payorder/ Banker’s Cheque may be valid for three months for Indian as well asforeign bidders.EMD in any other form shall be treated as offer without EMD and shall not beacceptable.3.1.2 EMD (original instrument : DD/Pay order/ Banker’s Cheque OR BankGuarantee)/EMD exemption document should be kept in separate envelope(super-scribed with tender number, job & due date) and should be deposited bytender due date and time, in the tender box provided in the office ofManager-Procurement & Contracts, <strong>WorleyParsons</strong> Sea India Pvt. Ltd,Raheja Plaza First Floor, LBS Marg , Ghatkopar (W), Mumbai – 400086 , IndiaTel: 91-22-67818000 Fax:91-22-678180803.1.3 In case the EMD (original instrument) is not deposited in the tender box (asmentioned above) by tender due date and time, the offer of bidder shall berejected.Owner / Consultant shall not be responsible for any postal delays or non-receipt ofEMD by tender due date and time, reasons whatsoever.3.1.4 Bidders are requested to advise their BANKS not to post Bank Guarantee/or anyother EMD/Bid security document directly to HPCL/ <strong>WorleyParsons</strong>, as the BidSecurity/EMD is to be submitted as detailed above. However, In case EMD is sentdirectly by the bankers to the tender box it should be sent in an envelopesuperscribed as Envelope – 1 and bearing tender number. In case of non-receipt ofthe Original Bank Guarantee by the tender due date and time, the bid shall berejected.3.1.5 The EMD shall be held interest free and no bank charges shall be payable byOwner / Consultant towards the EMD submitted by the bidders.3.2 EMD FORFEITURE (In case EMD is applicable) AND FURTHER ACTION ASPER CORPORATION’S (HPCL) POLICY:-MH2145-C000-PS-RFQ-0020Page 15 of 334


EMD submitted by the bidder for subject tender shall be forfeited in followingcases:-(i)(ii)(iii)(iv)(v)(vi)(vii)(viii)(ix)(x)Withdrawal of bid in interval between the deadline for submission ofbids and the expiration of the period of bid validity specified by thebidder (To be read in conjunction with clause no. 6.3 of ITB).Unsolicited post bid modification (To be read in conjunction with clauseno.11.4 of ITB).Price changes against technical/<strong>com</strong>mercial clarification, if any, in linewith terms & conditions of enquiry documents. (To be read in conjunctionwith clause no. 11.4b of ITB)Where based on workability assessment by authority (HPCL), the vendor'sbid is found non-workable as per clause 16.2 of ITB.Conditional Price BidsNon –Withdrawal (by evaluated lowest bidder) of deviations mentioned elsewhereother than deviation sheet. (To be read in conjunction with clause no. 25 of ITB)Any new deviation stipulated after tender due date (To be read in conjunction withpoint no. 25 iv of ITB)Unsolicited Post Bid Revision in Taxes & Duties.Violation of Integrity Pact (If Applicable).WRONG INFORMATIONIf the Bidder deliberately gives wrong information in his Bid to create circumstancesfor the acceptance of his Bid, Owner/ WORLEYPARSONS reserves the right toreject his BID without any reference to the Bidder.DISCLAIMER : -Besides above, Owner/Consultant reserves the right to forfeit the EMD of bidder (Incase EMD is applicable) and take further action as per Corporation’s (HPCL’s)policy in case bidder deviates from his submitted offer/adopt unfair practice.3.3 REFUND OF BID SECURITY / EARNEST MONEY DEPOSITUnsuccessful Bidder’s bid security will be discharged/returned as promptly aspossible but not later than 60 days after the expiry of the period of bid validityprescribed by the Owner.The successful Bidder’s bid security will be discharged upon the Bidder’sMH2145-C000-PS-RFQ-0020Page 16 of 334


accepting the Contract/ Purchase Order, and furnishing the requisite bankguarantee/security Deposit in line with the tender terms and conditions.4.0 COMPLETION SCHEDULE:Refer Appendix-II of Special Conditions of Contract, Chapter-4.5.0 PRE BID MEETING5.1 The Bidder(s) or his authorized representative, are invited to attend a pre-bidmeeting, if so stated and date and time as given at RFQ.5.2 The purpose of meeting will be to clarify issues related to tender on anymatter that may be raised at that stage.5.3 The bidders are requested to send clarifications or queries, if any, by courier orby fax or by e-mail to reach WORLEYPARSONS at least two days before thepre-bid meeting. The clarifications shall be provided during the pre-bid meeting.5.4 Pre-bid discussion shall be confined to techno – <strong>com</strong>mercial discussions andsite appraisals and there shall be no revision/discussion to BQC criteria.5.5 WORLEYPARSONS will respond in writing to any request for clarification ofthe Bidding Document, which it receives through e-mail / hard copy atleasttwo days prior to date of Pre-Bid Meeting. Written copies of HPCL/WORLEYPARSONS response (including an explanation of the query butwithout identifying the source of the query) will be uploaded on the websitesof HPCL https://www.hindustanpetroleum.<strong>com</strong> and WORLEYPARSONSwebsite www.worleyparsons.<strong>com</strong>/Mumbai<strong>Tender</strong>s before bid due date.5.6 Any addendum/corrigendum/ clarification to the bidders query thus issuedshall be integral part of the bidding documents, bidders to submit all theaddendum duly signed and stamped along with the original bid also dulysigned and stamped.5.7 Non-attendance of the pre-bid meeting will not be a cause for disqualificationof the Bidder.Note: Pre-bid discussion shall be confined to techno-<strong>com</strong>mercial discussions andthere shall be no revision / discussion to Bid Qualification Criteria (BQC).6.0 GENERAL6.1 Bidder to note that <strong>com</strong>plete <strong>Tender</strong> Document along with Bid Qualification Criteria(BQC), has also been web hosted at https://www.hindustanpetroleum.<strong>com</strong>and at www.worleyparsons/mumbaitender website for viewing / downloading,MH2145-C000-PS-RFQ-0020Page 17 of 334


however, bids in hard copies shall be submitted at following addressManager-Procurement & Contracts,<strong>WorleyParsons</strong> Sea India Pvt. Ltd,Raheja Plaza First Floor,LBS Marg , Ghatkopar (W),Mumbai – 400086 , IndiaTel: 91-22-67818000 Fax:91-22-678180806.2 In case bidder opts to quote on the basis of such downloaded document fromwebsite, the bidder shall enclose the requisite bid document fee by crossedbank draft, along with the Unpriced (Ref clause 6.15 given below).Bidder shallintimate in writing his intent to participate after downloading the document.Corrigendum(s) and Record Notes of pre-bid discussions, if any, shall also beavailable on the referred web sites.No extension in the bid due date shall be considered on account of delay in receiptof bid document by mail.6.3 Bidding Document is non-transferable. Bids received from bidders in whose namebid document has been issued shall only be considered.6.4 OWNER/ CONSULTANT will not be responsible for cost incurred in preparationand delivery of bids, regardless of the conduct of out<strong>com</strong>e of the bidding process.6.5 OWNER/ CONSULTANT reserves the right to extend price / purchase preferenceas per the prevailing guidelines of Government of India.6.6 OWNER/ CONSULTANT reserves the right to accept any tender in whole or in partor reject any or all tenders without assigning any reason. HPCL reserves right toaccept any or more tenders in part. Decision of OWNER/CONSULTANT in thisregard shall be final and binding on the bidder.6.7 OWNER/ CONSULTANT will not be responsible for delay due to any reasonincluding Postal delays in receiving the hard copies of documents as specifiedin the tender from Bidders.6.8 Void6.9 Bidder must buy the bidding document in his own name and submit the biddirectly. Bids received from bidders in whose name bid document has beenpurchased shall only be considered. and the bidder shall enclose the requisite biddocument fee (if applicable) by Crossed Bank Draft from by any Scheduled Bankin India other than Co-operative Bank, along with the bid.6.10 Bidder shall meet the technical as well as <strong>com</strong>mercial qualification criteriaas stated under clause no 2.1 & 2.2 above. Bidder shall furnish necessaryMH2145-C000-PS-RFQ-0020Page 18 of 334


documentary evidence along with the bid, to establish the abovequalification criteria, such as purchase order/ work order, inspectionrelease note/ <strong>com</strong>pletion certificates of relevant previous work carriedout, reference list of previous works and details of plant andequipment/manpower, capability to meet the scope of work under this tender,Annual Report, Balance Sheet etc.. In absence of requisite documents, HPCL/WP reserve the right to reject the Bid without making any reference to theBidder.6.11 Bids sent through Fax/ E-mail / Computer Floppy shall not be accepted.6.12 Time & Date of opening of Price Bids shall be intimated to only qualified and techno<strong>com</strong>merciallyacceptable bidders at a later date. In<strong>com</strong>plete offers shall not beconsidered for evaluation.6.13 Each bidder shall submit only one offer in <strong>com</strong>pliance with the requirements of thebidding document, including the basic technical design as indicated in the drawingand specifications. Alternatives will not be considered. Submission of more thanone bid for one package will cause all the proposals with the bidder’s participationto be disqualified.6.14 Bidder shall send duly filled in “Acknowledgement Cum Consent letter” throughreturn fax to, Manager- Procurement & Contracts, <strong>WorleyParsons</strong> Sea India Pvt.6.15 TENDER FEES:Bid Document (non-transferable) can be purchased from Manager- Procurement &Contracts, <strong>WorleyParsons</strong> Sea India Pvt. Ltd, Raheja Plaza First Floor, LBS Marg ,Ghatkopar (W), Mumbai – 400086, India Tel: 91-22-67818000 Fax:91-22-67818080. on any working day from 1000 hours to 1600 hours against a writtenrequest and payment of requisite document fee by Crossed Bank Draft from a firstclass International Bank or an Indian Nationalized /scheduled Bank (other than Cooperative bank), in favour of Hindustan Petroleum Corporation Limited, payable atDelhi. If any of the day identified above happen to be holiday, the next working dayshall be implied. Bidder can download the Bid Document from HPCL’s websitehttp://www.hindustanpetroleum.<strong>com</strong> or WorleyParson’s websitewww.worleyparsons.<strong>com</strong>/Mumbai<strong>Tender</strong>s In case bidder opts to quote on the basisof such downloaded document from website, the bidder shall enclose the requisitebid document fee by crossed bank draft as explained above, along with the bid.Bidder shall intimate in writing his intent to participate after downloading thedocument.<strong>Tender</strong> fee shall be non refundable.Units registered under NSIC are also entitled to exemption from payment of fee fortender documents and security deposit for performance upto monetary limitsspecified in the NSIC certificate.MH2145-C000-PS-RFQ-0020Page 19 of 334


7.0 A firm which is not a PSU or an associate or a joint venture of a PSU and which hasbeen engaged to provide goods or works for a project and any of its affiliates will bedisqualified from providing consultancy services for the same project. Conversely, afirm which is not a PSU or an associate or a joint venture of a PSU, hired to provideconsultancy services for the preparation or implementation of a project, and anyof its affiliates, will be disqualified from subsequently providing goods or works orservices related to the initial assignment for the same project.Consultants or any of their affiliates who are not PSUs or an associate or a jointventure of a PSU will not be hired for any assignment, which by its nature, may bein conflict with another assignment of the consultants.The above clauses, however, will not be applicable to a firm engaged in preparationof Detailed Feasibility Report (DFR) but will apply to an EPC (EngineeringProcurement Contractor) or PMC (Project Management Consultant)If a contractor submits his bid, qualifies and does not get the contract because ofhis being not the lowest, he will be prohibited from working as a subcontractor forthe contractor who is executing the contract.Manager - Procurement & Contracts<strong>WorleyParsons</strong> Sea India Private LimitedRaheja Plaza First Floor,LBS Marg, Ghatkopar (W),Mumbai – 400086, IndiaTel: 91-22-67818000 Fax:91-22-67818080E-mail: cont-mumbai@worleyparsons.<strong>com</strong>MH2145-C000-PS-RFQ-0020Page 20 of 334


ACKNOWLEDGEMENT CUM CONSENT LETTER(On receipt of tender document/ information regarding the tender, bidder shall acknowledgethe receipt and confirm his intention to bid or reasons for non-participation against the enquiry/tender through e-mail/ fax to concerned executive in WORLEYPARSONS issued the tender,by filling up the format)To,Sunil Kumar UpadhyayManager- Procurement & Contracts, Worley Parsons Sea India Pvt. Ltd,Raheja Plaza First Floor, LBS Marg, Ghatkopar (W),Mumbai – 400086, India Tel: 91-22-67818000 Fax: 91-22-67818080.Sub.: <strong>Tender</strong> No._____________ dated __________for______________________________(Name of Item/ Job)Dear Sir,We hereby acknowledge receipt of a <strong>com</strong>plete set of bidding document alongwith enclosuresfor subject item/ job and / or the information regarding the subject tender.We intend to bid as requested for the subject item / job and furnish following detailswith respect to our quoting office:-Postal Address with Pin Code :Telephone Number :Fax Number :Contact Person :Date :Seal / Stamp :MH2145-C000-PS-RFQ-0020Page 21 of 334


We are unable to bid for the reasons given below:-Reasons for non submission of bidAgency Name :Signature :Name :Designation :Date :Seal / Stamp :Note : Bidder shall send duly filled in “Acknowledgement Cum Consent letter”through return fax or latest by within 7 days of date of issue to Manager-Procurement& Contracts), WORLEYPARSONS, Mumbai.MH2145-C000-PS-RFQ-0020Page 22 of 334


CUT-OUT SLIPDO NOT OPEN- THIS IS A QUOTATION(Envelope No 1 - BID SECURITY& TENDER FEE)Client : Hindustan Petroleum Corporation LimitedProject : Rewari Kanpur Pipeline ProjectBid Document No. : 13000011-HD-10129Item : Laying of Pipeline and associated WorksBid Due date & Time : Upto - 15.00 HRS. (IST) on 04.06.2013From : To :Manager- Procurement & Contracts<strong>WorleyParsons</strong> Sea India Private LimitedRaheja Plaza , First Floor, LBS Marg ,Ghatkopar (W),Mumbai – 400086, India(To be pasted on the outer envelope containing bid securityand <strong>Tender</strong> Fee)MH2145-C000-PS-RFQ-0020Page 23 of 334


CUT-OUT SLIPDO NOT OPEN- THIS IS A QUOTATION(Envelope No 2 – Unpriced bids)(for PART-I)Client : Hindustan Petroleum Corporation LimitedProject : Rewari Kanpur Pipeline ProjectBid Document No. : 13000011-HD-10129Item : Laying of Pipeline and associated WorksBid Due date & Time : Upto - 15.00 HRS. (IST) on 04.06.2013From : To :Manager- Procurement & Contracts<strong>WorleyParsons</strong> Sea India Private LimitedRaheja Plaza , First Floor, LBS Marg ,Ghatkopar (W),Mumbai – 400086, India(To be pasted on the outer envelope containing Unpriced bid,Part-I )MH2145-C000-PS-RFQ-0020Page 24 of 334


CUT-OUT SLIPDO NOT OPEN- THIS IS A QUOTATION(Envelope No 3 – Unpriced bids)(PART-II)Client : Hindustan Petroleum Corporation LimitedProject : Rewari Kanpur Pipeline ProjectBid Document No. : 13000011-HD-10129Item : Laying of Pipeline and associated WorksBid Due date & Time : Upto - 15.00 HRS. (IST) on 04.06.2013.From : To :Manager- Procurement & Contracts<strong>WorleyParsons</strong> Sea India Private LimitedRaheja Plaza , First Floor, LBS Marg ,Ghatkopar (W),Mumbai – 400086, India(To be pasted on the outer envelope containing Unpriced bid,Part-II)MH2145-C000-PS-RFQ-0020Page 25 of 334


CUT-OUT SLIPDO NOT OPEN- THIS IS A QUOTATION(Envelope No. “4”- PRICED BID)(PART-I)Client : Hindustan Petroleum Corporation LimitedProject : Rewari Kanpur Pipeline ProjectBid Document No. : 13000011-HD-10129Item : Laying of Pipeline and associated WorksBid Due date & Time : Upto - 15.00 HRS. (IST) on 04.06.2013.From : To :Manager- Procurement & Contracts<strong>WorleyParsons</strong> Sea India Private LimitedRaheja Plaza , First Floor, LBS Marg ,Ghatkopar (W),Mumbai – 400086, India(To be pasted on the outer envelope containing - Priced bid,part-I)MH2145-C000-PS-RFQ-0020Page 26 of 334


CUT-OUT SLIPDO NOT OPEN- THIS IS A QUOTATION(Envelope No. “5”- PRICED BID)(PART-II)Client : Hindustan Petroleum Corporation LimitedProject : Rewari Kanpur Pipeline ProjectBid Document No. : 13000011-HD-10129Item : Laying of Pipeline and associated WorksBid Due date & Time : Upto - 15.00 HRS. (IST) on 04.06.2013.From : To :Manager- Procurement & Contracts<strong>WorleyParsons</strong> Sea India Private LimitedRaheja Plaza , First Floor, LBS Marg ,Ghatkopar (W),Mumbai – 400086, India(To be pasted on the outer envelope containing - Priced bidpart II)MH2145-C000-PS-RFQ-0020Page 27 of 334


QUOTATION AGAINST TENDERENQUIRY (Envelope containingEnvelope 1 , 2 3, 4 & 5)Client : Hindustan Petroleum Corporation LimitedProject : Rewari Kanpur Pipeline ProjectBid Document No. : 13000011-HD-10129Item : Laying of Pipeline and associated WorksBid Due date & Time : Upto - 15.00 HRS. (IST) on 04.06.2013.From : To :Manager- Procurement & Contracts<strong>WorleyParsons</strong> Sea India Private LimitedRaheja Plaza , First Floor, LBS Marg ,Ghatkopar (W),Mumbai – 400086, India(To be pasted on the outer envelope containingUnpriced bids , Bid security & Priced bids )MH2145-C000-PS-RFQ-0020Page 28 of 334


CHAPTER 2A. INSTRUCTIONS TO BIDDERS (ITB)MH2145-C000-PS-RFQ-0020Page 29 of 334


INDEXSR. NO.ARTICLE DESCRIPTION1.0 COST OF BIDDING2.0 BID DOCUMENT3.0 LANGUAGE OF BID4.0 BID DUE DATE & TIME5.0 PERIOD OF VALIDITY OF BIDS6.0 MODIFICATION & WITHDRAWAL OF BIDS7.0 BID PARTS8.0 DOCUMENTS COMPRISING OF THE BIDS9.0 PREPARATION & SUBMISSION OF BIDS10.0 OPENING OF BIDS11.0 EVALUATION OF BIDS12.0 REJECTION CRITERIA13.0 VOID14.0 COMPARISON OF BID15.0 CONTACTING THE OWNER/CONSULTANT16.0 AWARD CRITERIA17.0 OWNER’S/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANYOR ALL BIDS18.0 NOTIFICATION OF AWARD19.0 ISSUE OF ORDER20.0 LATE BIDS21.0 INTEGRITY PACT22.0 REBATE23.0 APPOINTMENT OF WORLY PARSONS SEA INDIA LIMITED BY OWNER (HPCL)24.0 SUBCONTRACTOR25.0 DEVIATIONS TO TENDER TERMSMH2145-C000-PS-RFQ-0020Page 30 of 334


1.0 COST OF BIDDINGINSTRUCTIONS TO BIDDERS (ITB-2A)The Bidder shall bear all costs associated with the preparation and submission of the bid,including the costs & expenses for visiting site(s). OWNER /CONSULTANT will in no case,be responsible or liable for these costs, regardless of the conduct or out<strong>com</strong>e of the biddingprocess.2.0 BID DOCUMENT2.1 The bidder is expected to examine all instructions, forms, terms and specifications in thebid document. The Invitation for Bids together with all its attachments thereto, shall beconsidered to be read, understood and accepted by the bidder, unless deviations arespecifically stated seriatim by the bidder. Failure to furnish all information required bythe bid document or submission of a bid not substantially responsive to the bid documentsin every respect will be at bidder’s risk and may result in the rejection of his bid.2.2 The bidder's scope of supplies as specified in the Material Requisition/technicalSpecifications shall be in strict <strong>com</strong>pliance with the scope detailed therein and in the biddocument.3.0 LANGUAGE OF BIDThe bid prepared by the Bidder and all correspondence/ drawings and documents relatingto the bid exchanged by Bidder and the Owner/Consultant shall be written in HINDI /ENGLISH language, provided that any printed literature furnished by the Bidder may bewritten in another language so long as ac<strong>com</strong>panied by an ENGLISH translation, in whichcase, for the purpose of interpretation of the bid, the ENGLISH translation shall govern.4.0 BID DUE DATE AND TIME4.1 Bids must be received before due date & time.4.2 The Owner/Consultant may, at its discretion, on giving reasonable notice online in case ofpublic tender, extend the bid due date, in which case all rights and obligations of the Ownerand the Bidders, previously subject to the bid due date, shall thereafter be subject to thenew bid due date as extended.4.3 Request for extension of tender submission due date, if any, shall be considered at the solediscretion of HPCL / WORLEYPARSONS , however, request for extension received withinthree (3) days of tender submission due date /time shall not be considered.4.4 AMENDMENT OF BID DOCUMENTAt any time prior to the bid due date, the Owner/ Consultant may, for any reason, whetherat its own initiative or in response to a clarification requested by a prospective Bidder,MH2145-C000-PS-RFQ-0020Page 31 of 334


modify the Bid Document. The amendment will be notified in writing to all prospectiveBidders who have been issued the Bid Document and will be binding on them.In order to afford prospective Bidder, reasonable time in which to take the amendment intoaccount in preparing their bids, the Owner/ Consultant may, at its discretion, extend the biddue date.5.0 PERIOD OF VALIDITY OF BIDS:5.1 Bids shall be kept valid for 120 days from the final bid due date. A bid valid for shorterperiod shall be rejected as per clause 12.0 (Rejection Criteria) of Chapter – 2 (Instructionsto Bidders). The bidder shall not be entitled during the said period of 120 days, without theconsent in writing of the Owner / Consultant to revoke or cancel its bid or to vary the bidgiven or any term thereof. In case of bidder revoking or cancelling its bid without theconsent of the Owner in writing, the Owner shall forfeit the Bid Security furnished by Bidder.5.2 Notwithstanding above, the Owner may solicit the Bidder’s consent to an extension of theperiod of bid validity. The request and the responses thereto shall be made on line/ orthrough any other means of <strong>com</strong>munication decided by the owner. The bid security/EMDshall also be accordingly extended by the bidder at no extra cost to the owner.6.0 MODIFICATION AND WITHDRAWAL OF BIDS6.1 The Bidder may modify or withdraw his bid after the bid’s submission, provided that themodification/ withdrawal notice is received by the Owner / Consultant prior to the biddue date & time.6.2 No bid shall be modified subsequent to the due date & time or extension, if any, forsubmission of bids. Bidder(s) to note that unsolicited price changes (including changes intaxes, duties mentioned & their applicability) after submission of bid shall not be allowed. Incase any bidder gives unsolicited revised prices/price implication, his bid shall be rejectedand EMD/ Bid security submitted by the bidder shall be forfeited, however, any unilateralrebate shall be dealt as per clause no. 22 of ITB.6.3 No bid shall be allowed to be withdrawn in the interval between the deadline for submissionof bids and the expiration of the period of bid validity specified by the Bidder. Withdrawal ofa bid during this interval shall result in the forfeiture of Bidder’s EMD/Bid security andfurther action as per corporation (HPCL) policy.6.4 No new deviation will be received/ accepted from bidder after bid due date & time. In casebidder submits new deviation, his bid will be rejected. At the sole discretion of the ownerbidder may be given opportunity to withdraw the deviation and in case the same is notwithdrawn by the bidder, the offer of the bidder shall be rejected & EMD/ Bid securitysubmitted by the bidder shall be forfeited.MH2145-C000-PS-RFQ-0020Page 32 of 334


7.0 BID PARTS / SEALING & MARKING OF BID7.1 Bids shall be submitted separately in THREE PARTS in sealed envelopes superscribed with the Bid Document number, bid due date and time, item and nature of bidas under:7.1.1 First Part (Envelope No. 1): Bid Security and <strong>Tender</strong> Fee :Bid security in accordance with Clause no. 3 of RFQ and <strong>Tender</strong> Fees in accordancewith clause no. 1.0 of RFQ. Bidder shall submit their offer on the hard copies of tender.7.1.2 Second Part (Envelope No. 2): Unpriced Bid:One (1) Original in Hard copy +One (1) photocopy of original+ one (1) CD containingsoft copy of <strong>com</strong>plete documents in separate sealed envelope for Part I and Part II,<strong>com</strong>prising of:7.1.2.1 Information and documentary evidence establishing bidder’s claim for meetingqualification criteria as stipulated in RFQ under Chapter -1. This part/envelope shouldnecessarily contain all the required back-up documents for Bid Qualification.7.1.2.2 UNPRICED BID <strong>com</strong>plete with all technical and <strong>com</strong>mercial details and unpricedcopy of price Schedule with prices substituted with ‘QUOTED’ or ‘NOT QUOTED’ or‘NOT APPLICABLE’. Original hard copy & soft copy in CD shall be <strong>com</strong>pletelyidentical in all respects & in case of any variance, original hard copy shall prevail.7.1.2.3 No Rates / Prices shall be submitted in Unpriced Bid.7.1.3 Third Part (Envelope No. 3): Priced Bid:One (original) set of PRICED BID WITH FULL PRICE DETAILS for each, Part I andPart II, sealed in separate envelope. The price bid shall contain prices only in theprescribed price schedule formats given in Chapter–9, without any technical and<strong>com</strong>mercial deviations/conditions. Technical specifications or <strong>com</strong>mercial terms givenin un-priced bid will only be evaluated and the same will be binding on the Bidder.The bidder shall quote the prices along with details of taxes, Cess, duties andother levies in ‘PRICE SCHEDULE FORMAT’ given in Chapter 8 of bid documentONLY. Prices quoted in any other format shall not be considered for evaluation.The ‘FORMAT FOR PRICE BID’ shall be struck-off and enclosed in the Envelope No.3.7.2 The envelopes containing First Part( one envelope), Second Part ( two separateenvelope for part I and Part II of unpriced bids) & Third Part ( two separate envelope forPart I and Part II of priced bids) of bid shall be enclosed in a larger envelope dulyMH2145-C000-PS-RFQ-0020Page 33 of 334


sealed and pasted with the enclosed CUT-OUT Slip and shall bear the name andaddress of the Bidder.7.3 Bidder to note that if Bid Security (in the Proforma attached with thesedocuments) in original OR tender fee (if the Bid Document is downloaded) iskept in Priced bid envelope and not found in envelope no. 1, or 2 or envelopeNo.3 as per clause 7.1.1, the offer of the bidder(s) will be REJECTED duringopening.7.4 Bidder to note that prices are to be quoted in the Format provided in the priceschedule formats provided along with the tender and as given in Chapter-9without any conditions. Price bids submitted in any other format and conditionalprice bids will be liable for rejection. Price bids received in open condition (not insealed envelope) will also be liable for rejection.7.5 If the outer envelope is not sealed and not marked as required, the HPCL/WORLEYPARSONS will assume no responsibility for the Bid's misplacement orpremature opening.7.6 Bidders in their own interest shall ensure that they send their bid <strong>com</strong>plete in allrespects well in time to reach the specified office within the specified bid duedate and time. No relaxation shall be given for delay due to any unforeseenevent in submission of bid.7.7 Central Public Sector Enterprises and Firms registered with NSIC are exemptedfrom submission of Bid Security. Central Public Sector Enterprises arerequested to give a self-declaration on their letter head to this effect, whichshould be submitted in a sealed envelope marked as Bid Security as mentionedin Cl no. 7.1.1 above.7.8 Bidders registered with NSIC are also requested to submit self-declaration ontheir letter head to this effect along with a copy of their Valid Registrationcertificate, specifying limit of volume and other details which should besubmitted in a separate sealed envelope no. 1 marked as Bid security & <strong>Tender</strong>Fee as mentioned in Cl no. 3.1.1 above.( RFQ Chapter 1)7.9 Bid Security strictly in the Proforma attached with these documents shall besubmitted in Original along with the Bid. Bids received without original bidsecurity except PSUs and NSIC (self-declaration in case of Public SectorEnterprises OR copy of valid registration certificate in case of units registeredwith NSIC shall be required ) , shall not be opened for evaluation.8.0 DOCUMENTS COMPRISING THE BIDS8.1 The bid prepared by the Bidder shall <strong>com</strong>prise the following <strong>com</strong>ponents:8.1.1 ORIGINAL BID SECURITY & TENDER FEES (First Part) :Page 34 of 334MH2145-C000-PS-RFQ-0020


Original Bid Security & <strong>Tender</strong> Fee - Original DD/ BG in physical form to be receivedon or before Bid due date and timeIn case Bid Security / EMD is not received as per clause 3.0 of Request for Quotation(RFQ) the offer of the bidder shall be rejected.Bidders are suggested to advise their BANKS not to post Bank Guarantee/or any otherEMD /Bid security document directly to HPCL, as the Bid Security/EMD is to besubmitted as detailed above. However, In case EMD is sent directly by the bankers tothe tender box it should be sent in an envelope superscribed as Envelope – 1 andbearing tender number. In case of non-receipt of the Original Bank Guarantee by thetender due date and time, the bid shall be rejected.8.1.2 UNPRICED BIDS (Second Part): (In two separate envelope for Part I and Part II)a. Documentary evidence in support of Bidder Eligibility criteria (if applicable) stipulated inthe Bid Document.b. Documentary evidence establishing Bidder’s eligibility to bid and that the offered Goodsconform to the Bid Document.c. Integrity Pact - Original in physical form to be received on or before Bid due date andtimed. Power of Attorney in Original in physical form in favour of signatory of the bid.e. <strong>Tender</strong> document including Corrigendum, if any, and subsequent correspondencesduly stamped and signed on each page as a token of acceptance.f. All form and format dully filled in.g. Copies of Purchase/work Orders, Financial Statement (Balance Sheet and Profit &Loss Account) for last three preceding financial years.h. Taxes & Duties Statement – Bidder to furnish only tax structure considered by them inthe format attached as unpriced bid for Tax structure. In case of discrepancy in taxes/duties, mentioned in price bid & unpriced bid, the taxes / duties mentioned in price bidshall prevail.i. voidj. Bidders are advised not to enclose Price Schedule format except as stated at ‘h’ abovewith bid document. Bidder to submit a statement in their letterhead stating they havequoted for all the items as per the provisions of Price Bid format ( enclosed at Chapter-8)k. Agreed Terms & Conditions (Chapter-5) duly filled-in.Page 35 of 334MH2145-C000-PS-RFQ-0020


l. Declaration with the bid qualification criteria that bidder has not been banned ordelisted by any Government or quasi Government agencies or PSU's as per Annexure-D at Section-6 of the Bid Document.m. An Undertaking from the Bidder Confirming that their Plant / Facility has AdequateCapacity to handle Concurrent Orders and the Supplies to be made to HPCL will notget delayed due to the concurrent orders from other Clients as per Annexure-N ofChapter-6.n. Bid Form duly filled, signed & stamped with signature of witness as per Annexure-M ofChapter-6.o. Letter of Authority duly filled, signed & stamped with signature of representatives as perAnnexure-Cp. Deviation sheet as per Annexure-P.q. NSIC certificate details, if applicable as per Annexure-Rr. Certificate for Non-Involvement of Agent as per Annexure or Details of Indian Agent asper Annexure-Ss. Any other information/details/documents/data required as per Bid Document.t. Addenda/Corrigenda to the Bid Document, if issued, must be signed and submittedalong with the bid.8.1.3 PRICED BID (THIRD PART): (PRICE BID FOR PART I & II IN SEPARATE SEALEDENVELOPESBid Form and Price Schedule (Chapter-9 of tender) duly filled along with signed &Stamped by the Bidder.9.1 PREPARATION & SUBMISSION OF BID9.1.1 Bids shall be submitted at the address given in Cut out Slips by the due date &time. Owner/ consultant shall be not responsible for Bids submitted at any other officeof Consultant or the Owner.9.1.2 Documents mentioned in the Bid Document shall be submitted along with thebid by the Bidder.9.1.3 Addenda/Corrigenda to the Bid Document, if issued, must be signed andsubmitted along with the bid.9.1.4 Bidders are advised to submit bids based strictly on the terms & conditionsMH2145-C000-PS-RFQ-0020Page 36 of 334


and specifications contained in the Bid Document and not to stipulate any deviations.Each Bidder shall submit only one bid. A Bidder who submits more than onebid or Alternative bids will be rejected.9.1.5 Bidders to note that the tender is having two <strong>com</strong>ponents one is supply and other isservices ( installation works). Bidders are advised to submit bids based any of thefollowing two options w.r.t Service Tax.Option – 1 : Full Service Tax basisOROption - 2 : SERVICE TAX ON ABATEMENT BASIS:Please refer clause 11.15 below for details.Bids shall be evaluated on the basis of option bidder choose to quote.9.2 FORMAT AND SIGNING OF BID9.2.1 The Bidder shall prepare required number of copies of the bid, clearly markingeach ‘Original Bid’ and ‘Copy of Bid’ as appropriate. In the event of any discrepancybetween them, the ‘Original Bid’ shall govern.9.2.2. The original and all copies of the bid shall be typed or written in indelible ink and shallbe signed by the Bidder or a person or persons duly authorised to sign on behalf of thebidder on all pages of the bid. Such authorization shall be indicated by written Power ofAttorney ac<strong>com</strong>panying the bid. The name and position held by each person signingmust be typed or printed below the signature. The person or persons signing the bidshall initial all pages of the bid, except for un amended printed literature.9.2.3 The <strong>com</strong>plete bid shall be without alterations, interlineations or erasures, exceptas may be necessary to correct errors made by the Bidder, in which case suchcorrections shall be rewritten & initialed by the person or persons signing the bid.9.2.4 Bidder shall submit the Bid document, duly signed and stamped along with theoffer. In case of downloading of bid document from Website, bidder shall submitthe hard copy of the same, duly signed by them along with the offer.9.2.5 All the pages of the priced bid must be signed and stamped by the authorisedsignatory.10.0 OPENING OF BIDS10.1 Bids will be opened by Consultant at <strong>WorleyParsons</strong> Sea India Pvt. Ltd, Raheja PlazaFirst Floor, LBS Marg, Ghatkopar (W), Mumbai – 400086, India Tel: 91-22-67818000MH2145-C000-PS-RFQ-0020Page 37 of 334


Fax:91-22-67818080 in the presence of bidders/bidders authorized representatives(duly authorized by a <strong>com</strong>petent person and having the letter of authority).10.2 BID SECURITY & TENDER FEE (First Part – Envelope No. 1) AND UNPRICED BID(Second Part – Envelope No. 2 & 3):10.2.1 On the day and time of bid opening, Bid security & <strong>Tender</strong> Fee (Envelop 1) andUnpriced Bid (Envelope 2 & 3) shall be opened in presence of bidders.10.2.2 The Bidder’s representatives, who are present, shall sign a register/attendancesheet evidencing their attendance.10.2.3 The Bidder(s) names, presence or absence of requisite bid security will beannounced at the opening.10.2.4 Bidder (s), whose bids are not opened for any reason, including non receipt oforiginal bid security, will not be allowed to be present during bid opening.10.3 PRICED BID OPENING (Third Part):10.3.1 Only those bidders whose are technically/<strong>com</strong>mercially acceptable shall becalled for opening of Priced bid (Envelop 4 & 5) at a later date, informed in advance.In case a bidder is techno-<strong>com</strong>mercially acceptable for Part-I OR Part-II, first the Price-bidof Part-I shall be opened and in case he is lowest for Part-I, his bid shall not be consideredfor Part-II. In case such bidder is not a lowest bidder for Part-I then his bid shall beconsidered for Part-II. In view of above opening of priced bid may occur on different days.10.3.2 The Bidder’s representatives, who are present, shall sign a register/ attendance sheetevidencing their attendance.10.3.3 Bidder(s), whose bids are not opened for any reason, will not be allowed to bepresent during bid opening.11.0 EVALUATION OF BIDS11.1 The Owner/CONSULTANT will examine the bids to determine whether they are <strong>com</strong>plete,whether any <strong>com</strong>putational errors have been made, whether the documents have beenproperly digitally signed and whether the bids are generally in order.11.2 The bids without requisite Bid Security and/or not in the prescribed proforma will not beconsidered and bids of such bidder Bidder(s) shall be rejected at the sole discretion ofConsultant / HPCL.11.3 Qualification of Bidder: The experience details and financial and technical capabilities of theBidder(s) shall be examined to determine whether the Bidder(s) meet the QualificationCriteria mentioned in the Request for Quotation (RFQ).MH2145-C000-PS-RFQ-0020Page 38 of 334


11.4 a) After tender submission due date & time/ extended due date & time (as the case may be)the bidders shall not make any subsequent price changes/Changes on taxes quoted,whether resulting or arising out of any technical / <strong>com</strong>mercial clarifications sought/allowedon any deviations or exceptions mentioned in the bid unless discussed and agreed byHPCL in writing.11.4b) To assist in the examination, evaluation and <strong>com</strong>parison of Unpriced bids, theOwner/Owner’s Consultant may, at its discretion, ask the Bidder clarifications on the bid.The request for such clarifications and the response thereto shall be in writing and shall bebinding on the bidder.Bidder(s) to note that Price changes against Technical/Commercial clarification, if any, inline with terms & conditions of enquiry documents are not allowed. In case, any biddergives revised prices/price implications (including revision in taxes /duties & theirapplicability) against such clarification, it would amount to unsolicited post bid modificationby the bidder and action shall be taken by the owner as per clause “MODIFICATION ANDWITHDRAWAL OF BIDS” mentioned above. However, the owner/Owner’s consultantreserves the right to seek cost implication/revised rates from all the vendors in case of arevision in technical specification/scope of job.11.5 Prior to the evaluation and <strong>com</strong>parison of the bid, the Owner/ Owner’s Consultant willdetermine the substantial responsiveness of each bid to the bidding documents. For thepurpose of this Article, a substantially responsive bid is one, which conforms to all theterms and conditions of the bidding document without material deviations or reservations.The Owner’s determination of a bid responsiveness is to be based on the contents of thebid itself without recourse to the extrinsic evidence.11.6 A bid determined as substantially non-responsive will be rejected by the Owner/Owner’sConsultant and shall not subsequently be allowed by the Owner/Owner’s Consultant to bemade responsive by the Bidder by correction of the non-conformity.11.7 Bidders are requested to accept tender terms/conditions in totality and should avoiddeviations.11.8 In case deviations to tender terms/conditions are unavoidable, the same should bementioned in DEVIATION SHEET. Deviations mentioned elsewhere shall not beconsidered by HPCL/CONSULTANT.11.9 The Price-Bids of techno-<strong>com</strong>mercially accepted bidders shall only be opened. Theevaluation criteria shall be individually lowest delivered cost basis for <strong>com</strong>plete scopeincluding supply and works together for Part-I & Part-II separately. In case a bidder istechno-<strong>com</strong>mercially accepted for “Part-I + Part-II”, his bid shall be considered for bothparts and if he is individually lowest in Part-I and Part-II, he will be considered assuccessful bidder for both parts.In case a bidder is techno-<strong>com</strong>mercially acceptable for Part-I OR Part-II, first the Price-bidof Part-I shall be opened and in case he is lowest for Part-I, his bid shall not be consideredMH2145-C000-PS-RFQ-0020Page 39 of 334


for Part-II. In case such bidder is not a lowest bidder for Part-I then his bid shall beconsidered for Part-II.Note:The Entire works is divided in Part-I (Rewari to SV-6, Both Inclusive) and Part-II (SV-6 toKanpur excluding SV-6 but including Saiyyadpur Pran and Kanpur). For Details referSchematic Diagram No: MH2145-C000-PL-DSD-0001 enclosed in the tender.11.10 No set off (including set off on account of taxes/duties) shall be considered in evaluation fordeciding L1 bidder.11.11 In case, bidder is evaluated L1 bidder and has mentioned deviation to tender terms not indeviation sheet, but elsewhere and is not withdrawing those deviations, HPCL shall forfeitthe EMD/Bid security of the bidder in such cases.11.12 In case any deviations sought by bidder are accepted by Owner / Consultant, Owner /Consultant reserves the right to suitably load the bidder for evaluation purpose only.11.13 Evaluation shall be carried out based on price quoted by bidder including stated taxes &duties as on date of opening of unpriced bid. For import content also, if any, no exchangerate variation / Customs duty variation shall be considered.11.14 All the Sl. Nos. and columns in the ‘Price Schedule’ shall be quoted pertaining to quoteditems / group as the case be. . If no prices is entered for any of the entries against quoteditems /group as the case be, it will be dealt as per following:a) If bidders fills “NIL” or “ Not Applicable” : Its prices shall be deemed to beincluded in the quoted prices for the purpose of evaluation as well as placementof orderb) If bidder fills ‘-‘ or ‘ leaves cell blank’ :i) For Basic Rate or Freight (other than taxes & duties) - Its prices shall be deemedto be included in the quoted prices for the purpose of evaluation as well asplacement of order.ii) For Taxes and Duties - The offer shall be loaded by highest quote by any otherbidder in the tender for the purpose of evaluation. However, same shall be paidextra at actual, in case bidders turn out to be lowest after evaluation.11.15 Bidders to note that the tender is having two <strong>com</strong>ponents one is supply and other isservices (installation works). Bidders are advised to submit bids based on any of thefollowing two options. Bids shall be evaluated on the basis of option bidder choose intheir quotation.MH2145-C000-PS-RFQ-0020Page 40 of 334


OPTION – 1 : FULL SERVICE TAX BASISa The schedule of rates /price schedule given in tender has been divided in twoparts i.e. supply of material and Works (services).Service tax will be applicable on works portion only at full rate currently @ 12.36% andService tax will not be applicable on value of material supplied by the contractor as wellon the free issue material (FIM) issued by HPCL.In respect of the Services covered by this tender, where the bidder is Individual / HUF/Firm / AOP, the service tax liability will be discharged by bidder and HPCL in the ratioof 50 and 50 respectively. Hence bidder should mention his entity status along withnecessary proof supporting the same.In case non-corporate bidder (where the liability for service tax is 50:50) quotes hisportion of service tax in the online price schedule, HPCL portion of service tax shall beloaded for evaluation. Further, in case a non-corporate bidder (where the liability forservice tax is 50:50) quotes full service tax, his offer shall not be loaded however, hewill be reimbursed towards hisliability of service tax and HPCL service tax liability shall be directly paid to StatutoryAuthority by HPCL out of full service tax quoted by the bidder.b. Bidder should quote his applicable service tax rate if any, separately and not asinclusive. Bidder should also indicate HPCL’s service tax portion in his bill, as payableby the recipient (HPCL), however the same will not be added in bill amount. In case ifthe bidder quotes the rate “Inclusive of Service Tax” it would be considered as if thebidder has included his liability alone in the rate.Accordingly HPCL’s liability would be loaded for evaluation purpose. The maximumloading on account of service tax shall be full rate of service tax currently @12.36%OPTION - 2 : SERVICE TAX ON ABATEMENT BASIS:If bidder opts to quote under this option, Service value will be considered at 40% of thegross value of the order ( supply + works, since the tender being in the nature ofOriginal Works,) including free issue material value for the purpose of dischargingliability as stated in clause below. For value of free issue material please refersAppendix-I of SCC.a. In respect of the Services covered by this tender, where the bidder is Individual /HUF/ Firm / AOP, the service tax liability will be discharged by bidder and HPCL in theratio of 50 and 50 respectively. Hence bidder should mention his entity status alongwith necessary proof supporting the same.b. Bidder should quote his portion of service tax rate ( i.e. For Corporate Entity- On40% of the gross value of each item @ 12.36% i.e.4.944% ; For Non Corporate Entity –50% of the service tax applicable on Corporate Entity i.e. 2.472%) against each lineitem of Price Schedule (Supply as well as Works), separately and not as inclusive.MH2145-C000-PS-RFQ-0020Page 41 of 334


In case if the bidder quotes the rate “Inclusive of Service Tax” it would be consideredas if the bidder has included his liability alone in the rate. Accordingly HPCL’s liabilitywould be loaded for evaluation purpose.c. In case of non-corporate entity service tax payable by HPCL, shall be separatelyloaded at for the purpose of evaluation. Further in case a non-corporate bidder (wherethe liability of service tax is 50:50) quotes full service tax ( HPCL + Bidder Liability), hisoffer shall not be loaded, however, he will be reimbursed towards his liability of servicetax and HPCL service tax liability shall be directly paid to statutory authority by HPCLout of full service tax quoted by the bidder.d. The service tax on free issue material value shall be considered on 40% of the grossvalue of each item @ 12.36% i.e.4.944% for evaluation as well as for payment.11.15.1 IN CASE OF FOREIGN BIDDERS (NOT HAVING PERMANENT ESTABLISHMENT ININDIA) THE SERVICE TAX LIABILITY SHALL BE OF HPCL. THEN THEIR OFFERSHALL BE LOADED WITH SERVICE TAX (12.36% OR 4.94%) AS PER THE OPTION 1OR 2 THEY CHOOSE TO QUOTE ON WORKS PORTION OF EACH PART FOREVALUATION & IN CASE OF PO PLACEMENT THE SAME SHALL BE DIRECTLY PAIDTO AUTHORITIES AS PER GOVENING STATUTORY LAW.11.5.2 For Foreign Bidders having permanent establishment in India, the Service Tax liability shallbe of the Bidder (as per the option chosen by them)11.16 Foreign exchange variation/import duty variations shall not be considered during evaluationin case of domestic bidder.11.17 Non acceptance of <strong>com</strong>mercial terms and conditions may result in rejection ofyour offer, or suitable <strong>com</strong>mercial loading e.g. for non-acceptance of price reduction clause(PRS), loading @ as defined for PRS shall be imposed.11.18 Indian Bidders shall be required to quote and arrange transit insurance. In case an IndianBidder quotes transit insurance or states that material shall be delivered atHPCL location at his risk, there would be no loading however if a bidder states that transitinsurance shall be arranged by HPCL, the offer shall be rejected.In all other cases the offer shall be loaded by the highest transit insurance charges quotedby any bidder in the tender.11.19 Indian bidders shall separately quote octroi /entry tax in the price schedule and in case bidderdoes not quote the same, offer shall be suitably loaded with highest of octroi / entry tax quotedby any other bidder in the tender. In case of foreign bidders offer shall be suitably loaded withhighest octroi /entry tax quoted by any Indian bidder in the same tender for evaluation purpose.11.20 REVERSE AUCTIONPlease note that HPCL reserves the right to carry out “ONLINE REVERSE AUCTION”, fordetermining the lowest bidder, for the requirements mentioned in this <strong>Tender</strong> Enquiry.MH2145-C000-PS-RFQ-0020Page 42 of 334


Bidders are requested to submit their “Un-Priced” & “Priced” bids online as per the“Instructions to Bidders” and other documents attached with the tender. The Un-Priced Bidsof the participating bidders will be opened as per the date & time mentioned in the tendercalendar. After Techno-Commercial valuation, in case it is decided to finalise the tenderthrough Online Reverse Auction process, the qualified bidders would be advised regardingthe modalities for participating in the Reverse Auction. In the event of the tender beingfinalized through Reverse Auction process, the online “Priced” bids submitted by thebidders will not be opened.Bidders are requested to confirm their willingness to participate in “Online ReverseAuction”, in the “Agreed Terms & Conditions”, where provision for the same has beenprovided. Please note that non-acceptance to participate in the Reverse Auction processmay lead to rejection of your offer.Bidders are requested to note that the decision to conduct Reverse Auction or not isentirely at the discretion of HPCL, and in case it is decided not to conduct the ReverseAuction, then the “Priced Bids” submitted by the vendors shall be opened and lowest biddershall be determined on the basis of these bids. Bidders are requested to take specific noteof this provision and submit their online “Priced” bids accordingly The Business rule andterms & conditions of reverse auction is given at Annexure-Q of chapter-6 of tenderdocument.At any point during & after the reverse auction, HPCL reserves the right to cancel thereverse auction & proceed for finalization of tender by opening price bids received withoriginal bid.12.0 REJECTION CRITERIA12.1 Bidder’s Bid shall be considered non-responsive and rejected as explained below, if bidderdeviates from the under mentioned provisions of Bid Documents by the Bidder:SL. NOCLAUSE REFERENCE DOCUMENTi) Bid Security (EMD) Clause No.3 of RFQ & Clause no. 7.3 of ITBii) <strong>Tender</strong> Fees as per RFQiii) Mention rates anywhere else in the tender other than Price Bid as per Clause no.12.11 ofITB Chapter 2A.iv) Security Deposit Clause No 4.b of GTCv) Period of validity of bids shorter than specified Clause No 5.0 Chapter 2Avi) Force Majeure Clause No 13 of GTCvii) Defect Liability Period for Works Clause No 5n of GTCviii) Firm Prices Clause No 3.5 of GTC & Clause No 3 of SCCix) Workability clause no.16.2 of ITB Chapter 2A.x) Completion Period / Time Schedule extend beyond stipulated period Clause no. 4 of RFQ.xi) Unsolicited Price change/implication (including revision in taxes / duties & theirapplicability) after bid submission due date / extended due date, however, any unilateralrebate shall be dealt as per clause no. 22 of ITB. & Clause no. 6 of ITB;xii) Payment terms Clause no. 4 of SCCxiii) Integrity Pact Annexure-G, Chapter 6xiv) Arbitration Clause no.14 of GTC & 16 of SCCMH2145-C000-PS-RFQ-0020Page 43 of 334


xv)xvi)xvii)Non Submission of declaration of not banning from of India /ministries of Govt. of IndiaAnnexure D, Chapter 6Non-conformance of scope of work /technical specifications – Technical Part ,Chapter-7Retention Money for Works Clause no. 7.c of GTCFor SL. No. iv) to xvii), OWNER /CONSULTANT reserves the right to provideOpportunity to the bidder to withdraw the deviation. In case bidder fails to withdrawthe deviation within the date & time specified by OWNER / CONSULTANT, the bidshall be liable for rejection.Abbreviation: SCC: Special Conditions of ContractRFQ: Request for QuotationITB : Instructions to BiddersGTC: General Terms & Condition of Works ContractGCP: General Condition of Purchase12.2 Bids that do not meet the Bidder’s Qualification Criteria (BQC) as specified in the biddocument shall also be rejected.12.3 A bid with in<strong>com</strong>plete scope of work/supply and/or which does not meet the technicalrequirements as specified in the bid document shall be considered as non-responsive andrejected.12.4 Conditional price bids shall be liable for rejected. Also price bids submitted in any otherformat or received in open condition (not in sealed envelope) or kept in any other Part ofthe bid (i.e. First Part or Second Part) will also be liable for rejection.12.5 After tender submission due date & time/ extended due date & time (as the case may be)the bidders shall not make any subsequent price changes, whether resulting or arising outof any technical / <strong>com</strong>mercial clarifications sought/allowed on any deviations or exceptionsmentioned in the bid unless discussed and agreed by OWNER / CONSULTANT in writing.12.6 Price must be furnished in the Price Schedule format enclosed and shall be strictly basedon the terms specified under "Bid Prices" & "Taxes & Duties" specified in the bid document.Non-<strong>com</strong>pliance of this requirement shall make the bid liable for rejection.12.7 Non acceptance of <strong>com</strong>mercial terms and conditions may result in rejection of Bidder’soffer, or suitable <strong>com</strong>mercial loading.12.8 Owner / Consultant reserves the right to reject offers not meeting its Technicalrequirements and/ or <strong>com</strong>mercial conditions.12.9 WRONG INFORMATIONMH2145-C000-PS-RFQ-0020Page 44 of 334


If the Bidder deliberately gives wrong information in his Bid to create circumstances for theacceptance of his Bid, Owner/ WORLEYPARSONS reserves the right to reject his BIDwithout any reference to the Bidder.12.10 In case bidder is on the holiday list of HPCL, his offer shall not be considered forevaluation.12.11 Please do not quote / mention rates anywhere else in the tender other than pricebid (Chapter 8). In case bidders quote rates at any other place (other than price bid), THEOFFER OF PARTY SHALL BE REJECTED.13.0 VOID.14.0 COMPARISION OF BID14.1 The Owner / Consultant will evaluate and <strong>com</strong>pare bids previously determined tobe substantially responsive pursuant to the provisions of the bid document.14.2 The “Price Schedule” as quoted for Overall Lowest Part-I & Overall Lowest Part-II basis (asstated in RFQ / Price Schedule) shall be taken up for evaluation.The evaluation of this tender will be on Part wise lowest (L1) on delivered cost basis foreach Part (with all applicable taxes including Service Tax).The Tax not quoted / mentionedby the Bidder shall be considered as inclusive in the rates quoted for evaluation as well asfor Purchase Order placement.It is mandatory to quote for the all items of each part, on failure of which bid shall be liablefor rejected.HPCL shall not be bound to accept the lowest tender. Decision of HPCL in this connectionshall be final.14.3 Arithmetical errors will be rectified on the following basis:-If there is a discrepancy between the unit price and the total price that is obtained bymultiplying the unit price with quantity and with quoted taxes, the unit price shall prevail andthe total price shall be corrected considering the taxes quoted by the bidder andapplicability of taxes / duties defined by the bidder in his bid.If some discrepancies are found between the quoted rates by bidders given in words andfigures of the amount in the tender, the following procedure shall be applied:(a)(b)When there is a difference between the rates in figures and words, the rate whichCorresponds to the amount worked out by the tenderer shall be taken as correct.When the rate quoted by the tenderer in figures and words tallies but the amount isincorrect, the rate quoted by the tenderer shall be taken as correct.MH2145-C000-PS-RFQ-0020Page 45 of 334


(c)When it is not possible to ascertain the correct rate in the manner prescribed abovethe rate as quoted in words shall be adopted.14.4 The <strong>com</strong>parison of price bids for techno-<strong>com</strong>mercially accepted bidders shall bedone as per evaluation criteria defined under clause 11 of ITB.14.5 Conversion to Single Currency: To facilitate evaluation & <strong>com</strong>parison, theOwner/Consultant shall convert all Bid prices of foreign Bidder’s expressed in variouscurrencies, to Indian Rupees at the TT Bill selling rates of State Bank of India as wasapplicable on bid due date / extended bid due date. In case, exchange rate is notavailable of State Bank of India, alternative sources viz. Economics Times shall beconsidered for all the currencies.Foreign exchange variation/import duty variations shall not be considered during evaluationin case of domestic bidder.14.6 Owner’s Consultant/Owner’s evaluation and <strong>com</strong>parison of prices of previouslydetermined substantially responsive bids shall take following in account:-14.6.1 A) In case of Domestic Bidder the evaluated price shall include thefollowing:-i) FOT Dispatch Point Price as quoted for main item includingloading on to trailers / Trucks.ii)All taxes / duties / education Cess as applicable on finishedgoods.CST without Form-‘C’ shall be considered for evaluationpurpose.iii) Freight charges & Insurance as quoted by the bidder and servicetax on freight.iv) Service Tax as per the option selected by bidder ( 12.36% onservice / works portion or 4.94% on total value including POvalue and value of FIM by HPCL, for details refer Clause No11.15 of ITB.v) Entry /Tax Octroi as quoted.B) In case of Foreign Bidders, where supplies are made from local market,the evaluated material price shall include following(i)(ii)FOT Dispatch Point Price as quoted for main item includingloading on to trailers / Trucks.All taxes / duties / education Cess as applicable on finishedgoods.CST without Form-‘C’ shall be considered for evaluationpurpose.MH2145-C000-PS-RFQ-0020Page 46 of 334


(iii)(iv)Freight charges (excluding Octroi / Entry tax) & Insurance asquoted by the bidder and service tax on freight.Entry /Tax Octroi as quoted OR highest quoted rate by anyother Bidder.C) In case of Foreign Bidder the evaluated price shall include theFollowing:-i) FOB Port of Shipment prices (including storage charges) quotedby the bidder.ii)iii)iv)Ocean Freight : Freight charges including unloading of materialas quoted by Bidder OR9% of FOB Value of [(i)] for countries in American Continent and6% of FOB Value of [(i)] for others, in case Bidder has notquoted the freight charges.Marine and inland insurance charges @ 1% of FOB Value of [(i)].Port Levies / Port Handling etc. @ 2% of estimated CIF Valuev) Imports duty at prevailing rates (Merit rate of customs duty)vi)vii)viii)Inland transportation including transit insurance@ 1% of [(i) +(ii)+ (iii) + (iv) + (v)]Letter of Credit (L/C) charges @ 1.05% of FOB pricesService Tax as per the option selected by bidder (12.36% onservice / works portion or 4.94% on total value including POvalue and value of FIM by HPCL).14.7 PURCHASE/PRICE PREFERENCE14.7.1 HPCL will follow purchase / price preference policy as per prevailing guidelines ofGovernment of India. Currently, domestic manufactures of capital goods supplied tofertilizer, power and petroleum projects under international <strong>com</strong>petitive bidding would beaccorded a price preference as explained below under clause 14.7.2 Besides above pricepreference up to 15 % over the lowest tender can be extended to small scale industries(registered with NSIC). The actual quantum of price preference up to maximum 15 % shallbe decided on the merits of each case. However in all cases the SSI certificate shouldcontain the items to be purchased. The situation where price preference shall not begranted to small scale industries (NSIC registered) shall be as per clause 14.7.6MH2145-C000-PS-RFQ-0020Page 47 of 334


14.7.2 To offset Central Sales Tax levied on Indian Manufacturer of capital goods, pricepreference to the extent of 4% or actual whichever is less, would be accorded, subject to30% of local content norm (required documentary evidence will be as decided by Owner).The supplies of materials and equipment by Domestic bidders are eligible, as perGovernment directives to following preference:EXTENT OF DOMESTIC VALUEADDEDEXTENT OF PRICE PREFERENCELess than 30%NIL30% and more Domestic preference shall be limited toOff-setting of Central Sales Tax to the extent of4% or actuals whichever is lower plus Octroi atactuals.The domestic value addition shall be calculated with the following formula:% Value Addition ={Ex-Works price excluding Customs Duty, Excise Duty, Sales tax - CIF value of imports} x 100Ex-Works price excluding Customs Duty, Excise Duty, Sales taxIn the above formula the customs duty shall be considered as applicable on imported rawmaterials/<strong>com</strong>ponents and Excise Duty and Sales Tax shall be considered on finishedgoods.14.7.3 Once quoted the extent of Domestic Value addition shall remain unaltered.Bidder shall submit Chartered Accountant certificate in original, confirming that Domesticvalue addition is more than or equal to 30% as above for availing Domestic preference.14.7.4 The evaluated price of all the domestic Bidders and the evaluated price of all the foreignBidders as stated herein before shall be <strong>com</strong>pared together to arrive at the lowest bid.14.7.5 Owner reserves the option to place order on Foreign Bidder(s) on FOB or on CFR basis.14.7.6 Situations where preference not granted to Small Scale Units (Registered with NSIC):To make the grant of price preference more meaningful, price preference shall beaccorded on a tender to tender basis. The question of granting price preference will notarise in the following situations:MH2145-C000-PS-RFQ-0020Page 48 of 334


(1) Where the Small Scale Unit had succeeded in securing orders for same items, in<strong>com</strong>petition (i.e. without price preference) with the large scale units during thepreceding 12 months. For this purpose the SSI Unit will be required to give adeclaration in writing in case they have obtained orders on the above lines.(2) Where Small Scale Unit is lowest for some items without price preference andlowest for other items with price preference. (In such case, order for items whereSSI is lowest with price preference will be placed only if SSI matches the rates withlowest delivered rates for those items).(3) here <strong>com</strong>petition is amongst Small Scale Units alone.(4) Where the items are exclusively reserved for purchase from the Small Scale Units.(5) Where tenders are received from both Small Scale and Large Scale Units; and thelowest offer is from the Small Scale Unit and its capacity is more than sufficient tomeet the requirement.(6) Where the value of the tender exceeds the value limit given in the certificateproduced by the SSI Unit or where the certificate does not cover the <strong>com</strong>moditytendered for.15.0 CONTACTING THE OWNER/ OWNER’S CONSULTANT15.1 No Bidder shall contact the Owner/Owner’s Consultant on any matter relating to its bid,from the time of bid opening to the time the Order is awarded.15.2 Any efforts by a Bidder to influence the Owner/Owner’s Consultant in the Owner’s/ Owner’sConsultant’s bid evaluation, bid <strong>com</strong>parison or order award decisions may result in therejection of the Bidder’s bid.16.0 AWARD CRITERIA16.1 The Owner will award the Order to the successful Bidder whose bid has been determinedto be the lowest responsive bid evaluated on the basis as clause no. 11 of ITB, subsequentto the bid being declared Techno-Commercially qualified and the bid is determined to beworkable as per workability clause given below (delivered cost basis).Separate Purchase orders for Supply & Installation works (respective Part) may be placedin case bidder quotes service tax under option 1 (Clause no 11.15 of ITB) else single POshall be placed for respective Part.16.2 Workability ClauseWhere the lowest bid is very low <strong>com</strong>pared to the cost estimate and other higher bids, theOwner/ Consultant shall review the lowest offered bid for workability of rates and shallascertain whether Bidder has properly quoted with reference to the scope. In such cases,Owner/ Consultant may require the lowest Bidder to produce detailed price analysis for anyor all items to demonstrate the internal consistency of these prices. After evaluation of theprice analysis, Owner/ Consultant may require that the amount of the performance securityis increased to a level sufficient to protect the Owner against financial loss in the event ofdefault of the successful Bidder under the order and same shall be provided by the bidder.Page 49 of 334MH2145-C000-PS-RFQ-0020


Where based on workability assessment by authority (HPCL), the vendor's bid is foundnon-workable, the same will be rejected and EMD, if any, forfeited.16.3 The price bids of techno-<strong>com</strong>mercially accepted bidders shall only be opened.16.4 In case of foreign bidder, order for supply of material shall be placed on FOB basis.However, Owner reserve the right to convert the same to CFR basis within 3 months fromthe date of award (Date of Letter of Intent (LOI) / Fax of Intent (FOI)17.0 OWNER’S/OWNER’S CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECTANY OR ALL BIDS17.1 Owner/ Owner’s Consultant reserves the right to accept or reject any bid, and to annul thebidding process and reject all bids, at any time prior to award of order, without therebyincurring any liability to the affected Bidder or Bidders or; any obligations to inform theaffected Bidder or Bidders of the ground for the Owner’s/Owner/s Consultant’s action.17.2 The submission of any bid connected with these documents and specifications shallconstitute an agreement that the Bidder shall have no cause for action or claim, against theOwner/ Owner's Consultant for rejection of his bid. The Owner/ Owner's Consultant shallalways be at liberty to reject or accept any bid or bids at his sole discretion and any suchaction will not be called into question and the Bidder shall have no claim in that regardagainst the Owner/ Owner's Consultant.18.0 NOTIFICATION OF AWARD18.1 Prior to the expiration of period of bid validity, the Owner will notify the successful Bidder inwriting or by fax or by e-mail to be confirmed in writing, that his bid has been accepted. TheNotification of Award will constitute the formation of the Order.18.2 Completion Period shall be counted from the date of notification of award (Letter/Fax ofIntent).19.0 ISSUE OF ORDER19.1 After the successful bidder/bidders have been established the owner will sent suchbidder/bidders detailed orders including all the terms & conditions. In case different techno<strong>com</strong>merciallyaccepted bidders are lowest for Part-I & Part-II, separate orders shall beplaced for supply portion and works portion for each Part. In case same techno<strong>com</strong>merciallyacceptable bidder is lowest for Part-I as well as Part-II, two separatePurchase Orders shall be placed i.e. is one for supply portion for “Part-I & II” and anotherfor works portion of “Part-I & Part-II” on the same bidder.19.2 Within 15 days of receipt of the detailed Order, the Bidder shall sign and return it to theOwner, in token of acceptance of the Order.MH2145-C000-PS-RFQ-0020Page 50 of 334


20.0 LATE BIDS20.1 Any bid received by the Consultant after the bid due date and time prescribed in RFQwill not be opened and shall be rejected.20.2 Telex/ Telegraphic/ Telefax/ E-mail offers will not be considered and shall be rejected.21.0 INTEGRITY PACTThe tenderer shall upload duly filled signed & stamped Integrity Pact with Owner as per theenclosed Draft Integrity Pact Agreement. Hard copy of the same duly filled signed, stampedby authorized person and witnessed to be forwarded along with EMD in physical conditionso as to be received at WORLEYPARSONS prior to bid due date and time.The following External Independent Monitor (EIM), has been nominated for this tender:1. Ms. Ranjana Kumar2 . Mr. Dipak Chatterjee22.0 REBATE22.1 If a bidder offers a rebate unilaterally after the closing date and time of the bid, it will not betaken into account for evaluating purposes, but if that bidder emerges as the lowestevaluated, the rebate offered will be taken into account and shall be binding on the bidderfor award of work.23.0 APPOINTMENT OF WORLEYPARSONS SEA INDIA PVT. LTD BY OWNER (HPCL)23.1 WORLEYPARSONS SEA INDIA PVT. LTD will function/act as EPMC consultant for theproject. HPCL has all rights to forward bids to consultant for evaluation purpose.23.2 After placement of order for supply of tendered item, EPMC will take care of all technicalaspects of order, execution of order, inspection etc.24.0 If a contractor submits his bid, qualifies and does not get the order because of his being notthe lowest, he will be prohibited from working as a subcontractor for the contractor who isexecuting the order.25.0 DEVIATIONS TO TENDER TERMS:i) Bidders are requested to accept tender terms/conditions in totality andshould avoid deviations.ii)In case deviations to tender terms/conditions are unavoidable, the sameshould be mentioned in DEVIATION SHEET. Deviations mentionedelsewhere shall not be considered by HPCL.iii) In case, bidder is evaluated L1 bidder and has mentioned deviation toPage 51 of 334MH2145-C000-PS-RFQ-0020


tender terms not in deviation sheet , but elsewhere and is not withdrawingthose deviations, HPCL shall forfeit the EMD (IF APPLICABLE) of thebidder in such cases.iv)No new deviation will be received/ accepted from bidder after bid due date.In case bidder submits new deviation, his bid will be liable for rejection. Atthe sole discretion of the owner bidder may be given opportunity towithdraw the deviation and in case the same is not withdrawn by thebidder, the offer of the bidder shall be rejected & EMD/ bid security (ifapplicable) submitted by the bidder shall be forfeited.25.1 Void25.2 In case any deviations sought by bidder are accepted by HPCL, HPCL reserves the right tosuitably load the bidder for evaluation purpose only.26.0 In case of foreign bidder the tender shall be submitted directly and not through theIndian Representative.In the event of any breach of default on the part of the supplier to disclose the agencyarrangements in India, there would be a penalty of banning business dealings and alsopayment of specified sum.MH2145-C000-PS-RFQ-0020Page 52 of 334


Chapter -3AGENERAL TERMS & CONDITIONS OF WORKSCONTRACT (GTC-Works)MH2145-C000-PS-RFQ-0020Page 53 of 334


INDEXSr. No. Article Description1. Preliminary2. Definitions3. Submission of <strong>Tender</strong>4. Deposits5. Execution of Work5. a. Setting out of work and Site Instruction5. b. Commencement of Work5. c. Subletting of Work5. d. Extension of time5. e. Suspension of work5. f. Owner may do part of Work5. g. Inspection of Work5. h. Samples5. i. Tests for quality of work5. j. Alterations and additions to specifications, designs and works5. k. Provisional acceptance5. l. Completion of work and <strong>com</strong>pletion certificate5. m. Use of material and return of surplus materials5. n. Defect liability period5. o. Damage of property6. Duties and responsibility of Contractor6.a. Employment liability towards workers employed by thecontractor:6.b. Notice to local bodies6.c. First Aid and Industrial injuries6.d. Safety Code6.e. Insurance and labour6.f. Documents Concerning Works7. Payment of Contractor’s bills7.a. Measurement of works:7.b. Billing of works executed7.c. Retention Money7.d. Taxes, duties, Octroi etc:MH2145-C000-PS-RFQ-0020Page 54 of 334


7.e. Material to be supplied by Contractor:7.f. Material to be supplied by the Owner8. Payment of claims and damages8.a. Action and Compensation in case of Bad Work8.b. Inspection and Audit of Contract and Work9. Contractor to indemnify the owner10. Liquidated Damages:11. Defects after taking over or termination of work by owner12. Termination of contract:13. Force majeure:14.15.16.17.Arbitration:generalintegrity pactGrievance Redressal MechanismMH2145-C000-PS-RFQ-0020Page 55 of 334


GENERAL TERMS & CONDITIONS OF CONTRACT1. PRELIMINARY1.1 This is a contract for execution of ______________________worksat_____________________________________(Please fill up the blanks)1.2 The tenderer for the abovementioned item of workis______________________________(Please give the name and address of thetenderer)1.3 The terms and conditions mentioned hereunder are the terms and conditions ofthe Contract for the execution of the work mentioned under item 1.1 above.1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited /Consultant and the tenderer____________(name and address of thetenderer) that in case the tender of _____________(name & address of thetenderer) is accepted by Hindustan Petroleum Corporation Limited and anintimation to that effect is so issued and also a Purchase Order Is placedwith_____________(name and address of the tenderer) this document will be treatedas a Contract between the parties and terms and conditions hereunder would govern theparties interest.1.5 Interpretation of Contract Documents: All documents forming part of the Contractare to be taken mutually explanatory. Should there be any discrepancy,inconsistency, error or omission in the contract, the decision of theOwner/Engineer -in-Charge/Site-in-Charge shall be final and the contractor shallabide by the decision. The foregoing decision shall not be arbitrable. Worksshown upon the drawings but not mentioned in the specification or alternativelydescribed in the specifications without being shown on the drawings shallnevertheless be deemed to be included in the same manner as if they are shownin the drawings and also described in the specifications.1.6 Special conditions of Contract: The special conditions of contract, if any providedand whenever and wherever referred to shall be read in conjunction with GeneralTerms and Conditions of contract, specifications, drawings, and any otherdocuments forming part of this contract wherever the context so requires.Notwithstanding the subdivision of the documents into separate sections, partsvolumes, every section, part or volume shall be deemed to be supplementary or<strong>com</strong>plementary to each other and shall be read in whole. In case of any need toremove confusion / misunderstanding with regard to execution of work at site, thesame shall be referred to the Owner/ Engineer-in-Charge/Site-in-Charge whosedecision shall be final and binding and such a decision shall not be arbitrable.MH2145-C000-PS-RFQ-0020Page 56 of 334


It is the clear understanding that wherever it is mentioned that the Contractorshall do/perform a work and/or provide facilities for the performance of the work,the execution or the performance or the providing of the facilities is at the costand expenses of the work under the contract and not liable to be paid orreimbursed by the Owner.2. DEFINITIONSIn this contract unless otherwise specifically provided or defined and unless acontrary intention appears from the contract the following words and expressionsare used in the following meanings;2.1 The term "Agreement" wherever appearing in this document shall be read as"Contract".2.2 The "Authority" for the purpose of this Contract shall be the Chairman and ManagingDirector or any other person so appointed or authorised.2.3 The "Chairman and Managing Director" shall mean the Chairman andManaging Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or anyperson so appointed, nominated or designated and holding the office of Chairman &Managing Director.2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge ordirectly by Owner to effect additions to or deletion from or alterations into the Work.2.5 The "Construction Equipment" means all appliances and equipment of whatsoevernature for the use in or for the execution, <strong>com</strong>pletion, operation or maintenance ofthe work except those intended to form part of the Permanent Work.2..6 The "Contract" between the Owner and the Contractor shall mean and include alldocuments related thereto like enquiry, tender submitted by the contractor and thepurchase order issued by the owner and other documents connected with the issue ofthe purchase order and orders, instruction, drawings, change orders, directions issuedby the Owner/Engineer-in-Charge/Site-in-Charge for the execution, <strong>com</strong>pletion and<strong>com</strong>missioning of the works and the period of contract mentioned in the Contractincluding such periods of time extensions as may be granted by the owner at therequest of the contractor and such period of time for which the work is continued bythe contractor for purposes of <strong>com</strong>pletion of the work.2. 7 "The Contractor" means the person or the persons, firm or Company whose tenderhas been accepted by the Owner and includes the Contractor's legal heirs,representative, successor(s) and permitted assignees.MH2145-C000-PS-RFQ-0020Page 57 of 334


2. 8 The "Drawings" shall include maps, plans and tracings or prints thereof with anymodifications approved in writing by the Engineer-in-Charge and such other drawingsas may, from time to time, be furnished or approved in writing by the Engineer-in-Charge.2.. 9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed ordesignated as such by the Owner and shall include those who are expressly Authorizedby the owner to act for and on its behalf.2.10 “The Owner" means the HINDUSTAN PETROLEUM CORPORATION LIMITEDincorporated in India having its Registered office PETROLEUM HOUSE, 17,JAMSHEDJI TATA ROAD, MUMBAI - 400020 and Marketing office at New Delhior their successors or assignees.2.11 The "Permanent Work" means and includes works which form a part of thework to be handed over to the Owner by the Contractor on <strong>com</strong>pletion of thecontract.2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN PETROLEUMCORPORATION LIMITED, or any person so appointed, nominated or designated.2.13 The "Site" means the land on which the work is to be executed or carried out andsuch other place(s) for purpose of performing the Contract.2.14 The "Specifications" shall mean the various technical and other specifications attachedand referred to in the tender documents. It shall also include the latest editions,including all addenda/corrigenda or relevant Indian Standard Specifications andBureau of Indian Standards.2.15 The "Sub-Contractor" means any person or firm or Company (other than theContractor) to whom any part of the work has been entrusted by the Contractor withthe prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge and theirlegal heirs, representatives, successors and permitted assignees of such person, firmor Company.2.16 The "Temporary Work" means and includes all such works which are a part of thecontract for execution of the permanent work but does not form part of the permanentwork confirming to practices, procedures applicable rules and regulations relevant inthat behalf.2.17 The "<strong>Tender</strong>" means the document submitted by a person or authority for carrying outthe work and the <strong>Tender</strong>er means a person or authority who submits the tenderoffering to carry out the work as per the stipulated terms and conditions.MH2145-C000-PS-RFQ-0020Page 58 of 334


2.18 The "Work" shall mean the works to be executed in accordance with the Contractor part thereof as the case may be and shall include extra, additional, altered orsubstituted works as maybe required for the purposes of <strong>com</strong>pletion of the workcontemplated under the Contract.3. SUBMISSION OF TENDER3. 1 Before submitting the <strong>Tender</strong>, the <strong>Tender</strong>er shall at their own cost and expenses visitthe site, examine and satisfy as to the nature of the existing roads, means of<strong>com</strong>munications, the character of the soil, state of land and of the excavations, thecorrect dimensions of the work facilities for procuring various construction and othermaterial and their availability, and shall obtain information on all matters andconditions as they may feel necessary for the execution of the works as intended bythe Owners and shall also satisfy of the availability of suitable water for construction ofcivil works and for drinking purpose and power required for fabrication work etc.<strong>Tender</strong>er, whose tender may be accepted and with whom the Contract is entered intoshall not be eligible and be able to make any claim on any of the aforesaid counts inwhat so ever manner for what so ever reasons at any point of time and such a claimshall not be raised as a dispute and shall not be arbitrable.A pre-bid meeting, if applicable, may be held as per the schedule mentioned in the tender.3.2 The <strong>Tender</strong>er shall be deemed to have satisfied fully before tendering as to thecorrectness and sufficiency of his tender for the works and of the rates and pricesquoted in the schedule of quantities which rates and prices shall except as otherwiseprovided cover all his obligations under the contract.3.3 It must be clearly understood that the whole of the conditions and specifications areintended to be strictly enforced and that no work will be considered as extra work andallowed and paid for unless they are clearly outside the scope, spirit, meaning of theContract and intent of the Owner and have been so ordered in writing by Owner and /or Engineer-in-Charge/Site-in-Charge, whose decision shall be final and binding.3.4 Before filling the <strong>Tender</strong> the Contractor will check and satisfy all drawings andmaterials to be procured and the schedule of quantities by obtaining clarification fromthe Owner on all the items as may be desired by the <strong>Tender</strong>er. No claim for anyalleged loss or <strong>com</strong>pensation will be entertained on this account, after submission of<strong>Tender</strong> by the <strong>Tender</strong>er/Contractor and such a claim shall not be arbitrable.3. 5 Unless specifically provided for in the tender documents or any Special Conditions,No escalation in the <strong>Tender</strong> rates or prices quoted will be permitted throughout theperiod of contract or the period of actual <strong>com</strong>pletion of the job whichever is later onaccount of any variation in prices of materials or cost of labour or due to any otherreasons. Claims on account of escalation shall not be arbitrable.MH2145-C000-PS-RFQ-0020Page 59 of 334


3.6 The quantities indicated in the <strong>Tender</strong> are approximate. The approved schedule ofrates of the contract will be applicable for variations upto plus or minus 25% of thecontract value. No revision of schedule of rates will be permitted for such variations inthe contract value, including variations of individual quantities, addition of new items,alterations, additions/deletions or substitutions of items, as mentioned above.Quantities etc. mentioned and accepted in the joint measurement sheets shall alonebe final and binding on the parties.3. 7 Owner reserve their right to award the contract to any tenderer and their decision inthis regard shall be final. They also reserve their right to reject any or all tendersreceived. No disputes could be raised by any tenderer(s) whose tender has beenrejected.3.8 The Rates quoted by the <strong>Tender</strong>er shall include Costs and expenses on all counts vizcost of materials, transportation of machine(s), tools, equipments, labour, power,Administration charges, price escalations, profits, etc. etc. except to the extent of thecost of material(s), if any, agreed to be supplied by Owner and mentioned specificallyin that regard in condition of Contract, in which case, the cost of such material if takenfor preparation of the Contractor's Bill(s) shall be deducted before making payment ofthe Bill(s) of the Contractor. The description given in the schedule of quantities shallunless otherwise stated be held to include wastage on materials, carriage andcartage, carrying in and return of empties, hoisting, setting, fitting and fixing inposition and all other expenses necessary in and for the full and <strong>com</strong>plete executionand <strong>com</strong>pletion of works and in accordance with good practice and recognizedprinciples in that regard.3.9 Employees of the State and Central Govt. and employees of the Public SectorUndertakings, Including retired employees are covered under their respective serviceconditions/rules in regard to their submitting the tender. All such persons shouldensure <strong>com</strong>pliance to the respective/applicable conditions, rules etc. etc. Any personnot <strong>com</strong>plying with those rules etc. but submitting the tender in violation of such rules,after being so noticed shall be liable for the forfeiture of the Earnest Money Depositmade with the tender, termination of Contract and sufferance on account of forfeitureof Security Deposit and sufferance of damages arising as a result of termination ofContract.3.10 In consideration for having a chance to be considered for entering into a contract withthe owner, the tenderer agrees that the <strong>Tender</strong> submitted by him shall remain validfor a period prescribed in the tender conditions, from the date of opening of thetender. The <strong>Tender</strong>er shall not be entitled during the said validity period, to revoke orcancel the tender without the consent in writing from the Owner.In case the tenderer revokes or cancels the tender or varies any of terms of the tenderwithout the Consent of the Owner, in writing, the <strong>Tender</strong>er forfeits the right to theMH2145-C000-PS-RFQ-0020Page 60 of 334


efund of the Earnest Money paid along with the tender.3.11 The prices quoted by the tenderer shall be firm during the validity period of the bidand tenderer agrees to keep the bid alive and valid during the said period.Thetenderer shall particularly take note of this factor before submitting their tender(s).3.12 The works shall be carried out strictly as per approved specifications. Deviations, ifany, shall have to be authorized by the Engineer-in-Charge/Site-in-Charge in writingprior to implementing deviations. The price benefit, if any, arising out of the accepteddeviation shall be passed on to the Owner. The decision of Engineer-in-Charge shallbe final in this matter.3.13 The contractor shall make all arrangements at his own cost to transport the requiredmaterials outside and inside the working places and leaving the premises in a neatand tidy condition after <strong>com</strong>pletion of the job to the satisfaction of Owner. Allmaterials except those agreed to be supplied by the Owner shall be supplied by thecontractor at his own cost and the rates quoted by the Contractor should be inclusiveof all royalties, rents, taxes, duties, octroi, statutory levies, if any, etc.3.14 The Contractor shall not carry on any work other than the work under this Contractwithin the Owners premises without prior permission in writing from theEngineer-in-Charge/Site-in-charge.3.15 The Contractor shall be bound to follow and ensure <strong>com</strong>pliance to all the safety andsecurity regulations and other statutory rules applicable to the area. In the event ofany damage or loss or sufferance caused due to non-observance of such rules andregulations, the contractor shall be solely responsible for the same and shall keep theOwner indemnified against all such losses and claims arising from the same.3.16 At any time after acceptance of tender, the Owner reserves the right to add, amendor delete any work item, the bill of quantities at a later date or reduce the scope ofwork in the overall interest of the work by prior discussion and intimation to theContractor. The decision of Owner, with reasons recorded therefor, shall be final andbinding on both the Owner and the Contractor. The Contractor shall not have right toclaim <strong>com</strong>pensation or damage etc. in that regard. The Owner reserves the right tosplit the work under this contract between two or more contractors without assigningany reasons therefor.3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work under thisContract without the prior consent of the Owner obtained in writing.3.18 All signatures in tender document shall be dated as well as all the pages of allsections of the tender documents shall be initialed at the lower position and signed,MH2145-C000-PS-RFQ-0020Page 61 of 334


wherever required in the tender papers by the <strong>Tender</strong>er or by a person holdingPower of Attorney authorizing him to sign on behalf of the tenderer beforesubmission of tender.3.19 The tender amount should be quoted in English, both in figures as well as in words.The rates and amounts tendered by the <strong>Tender</strong>er in the Schedule of rates for eachitem should be clearly written and in such a way that insertion is not possible. Thetotal tendered amount should also be indicated both in figures and words with thesignature of tenderer.If Some discrepancies are found between the rates given in words and figuresof the amount shown in the tender, the following procedure shall be applied:a) When there is a difference between the rates in figures and words the ratewhich corresponds to the amount worked out by the tenderer shall betaken as correct.b) When the rate quoted by the tenderer in figures and words tallies but theamount is incorrect, the rate quoted by the tenderer shall be taken ascorrect.c) When it is not possible to ascertain the correct rate in the mannerprescribed above the rate as quoted in words shall be adopted.3.20 All corrections and alterations in the entries of tender paper will be signed in full bythe tenderer with date. No erasures or over writings are permissible.3.21 Transfer of tender document by one intending tenderer to another is notpermissible. The tenderer on whose name the tender has been sent alone canquote and use the said tender document.3.22 The <strong>Tender</strong> submitted by a tenderer if found to be in<strong>com</strong>plete in any or all manneris liable to be rejected. The decision of the Owner in this regard shall be final andbinding.4.0 DEPOSITSa) EARNEST MONEY DEPOSIT (EMD)The tenderer will be required to pay a sum as specified in the covering letter,as earnest money deposit alongwith the tender either thru a crossed demanddraft or a non-revokable Bank Guarantee in favour of Hindustan PetroleumCorporation Limited, from any Scheduled Bank (other than a Co-OperativeBank) payable at Delhi in favour of Hindustan Petroleum Corporation Limited,Delhi in the proforma enclosed. The earnest money deposit will be refundedafter finalisation of the contract.Note: Public sector enterprises and small scale units registered with NationalPage 62 of 334MH2145-C000-PS-RFQ-0020


Small Scale Industries are exempted from payment of Earnest MoneyDeposit. Small scale units registered with National Small Scale Industriesshould enclose a photocopy of their registration certificate with theirquotation to make their quotation eligible for consideration. TheRegistration Certificate should remain valid during the period of thecontract that may be entered into with such successful bidder. Suchtenderers should ensure validity of the Registration Certificate for thepurpose.b) SECURITY DEPOSITThe tenderer, with whom the contract is decided to be entered into andintimation is so given will have to make a security deposit of one percent (1%) of the total Contract value in the form of account payee crossed demanddraft drawn in favor of the Owner payable at Mumbai, within 15 days fromthe date of intimation of acceptance of their tender, failing which the Ownerreserves the right to cancel the Contract and forfeit the EMD.1% of the PO/Contract value as security deposit will be acceptable in theform of Demand Draft upto Rs.50000/- and in the form of Demand draft/Bank Guarantee beyond Rs.50000/-.Composite performance bank Guarantee (CPBG) for 10% of the PO valuetowards Performance Bank Guarantee inclusive of Security deposit shall beaccepted (in lieu of deduction of retention money); such CPBG shall bevalid upto a period of 3 months beyond the expiry of defect liability period.Demand Draft shall be drawn on scheduled Banks, other than Co-operativebank.5.0 EXECUTION OF WORKAll the works shall be executed in strict conformity with the provisions of the contractdocuments and with such explanatory details, drawings, specifications and instructionsas may be furnished from time to time to the Contractor by the Engineer-in-Charge/Site-in-Charge, whether mentioned in the Contract or not. The Contractor shall beresponsible for ensuring that works throughout are executed in the most proper andworkman- like manner with the quality of material and workmanship in strict accordancewith the specifications and to the entire satisfaction of the Engineer-in-Charge / Site-in-Charge.The <strong>com</strong>pletion of work may entail working in monsoon also. The contractor mustmaintain the necessary work force as may be required during monsoon and plan toexecute the job in such a way the entire project is <strong>com</strong>pleted within the contracted timeschedule. No extra charges shall be payable for such work during monsoon. It shall bethe responsibility of the contractor to keep the construction work site free from waterduring and off the monsoon period at his own cost and expenses.MH2145-C000-PS-RFQ-0020Page 63 of 334


For working on Sundays/Holidays, the contractor shall obtain the necessary permissionfrom Engineer In charge/Site In charge in advance. The contractor shall be permitted towork beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Chargeand the contractors quoted rate is inclusive of all such extended hours of working andno extra amount shall be payable by the owner on this account.5. a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS:5.a.1.The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the fourcorners of the work site and a level bench mark and the Contractor shall set out theworks and shall provide an efficient staff for the purpose and shall be solely responsiblefor the accuracy of such setting out.5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of allnecessary stakes, templates, level marks, profiles and other similar things and shall takeall necessary precautions to prevent their removal or disturbance and shall beresponsible for consequences of such removal or disturbance should the same takeplace and for their efficient and timely reinstatement. The Contractor shall also beresponsible for the maintenance of all existing survey marks, either existing or suppliedand fixed by the Contractor. The work shall be set out to the satisfaction of theEngineer-in-Charge/Site-in-Charge. The approval thereof or joining in setting out thework shall not relieve the Contractor of his responsibility.5.a.3. Before beginning the works, the Contractor shall, at his own cost, provide all necessaryreference and level posts, pegs, bamboos, flags ranging rods, strings and othermaterials for proper layout of the work in accordance with the scheme, for bearingmarks acceptable to the Engineer-in-Charge/Site-in-Charge. The Centre longitudinal orface lines and cross lines shall be marked by means of small masonry pillars. Eachpillar shall have distinct marks at the centre to enable theodolite to be set over it. Nowork shall be started until all these points are checked and approved by the Engineerin-Charge/Site-in-Chargein writing. But such approval shall not relieve the contractor ofany of his responsibilities. The Contractor shall also provide all labour, materials andother facilities, as necessary, for the proper checking of layout and inspection of thepoints during construction.5.a.4.Pillars bearing geodetic marks located at the sites of units of works under constructionshould be protected and fenced by the Contractor.5 .a.5. On <strong>com</strong>pletion of works, the contractor shall submit the geodetic documents accordingto which the work was carried out.5.a.6. The Engineer-in-Charge/Site-in-Charge/Construction Manager shall <strong>com</strong>municate orconfirm his instructions to the contractor in respect of the executions of work in a "workMH2145-C000-PS-RFQ-0020Page 64 of 334


site order book" maintained in the office having duplicate sheet and the authorizedrepresentative of the contractor shall confirm receipt of such instructions by signing therelevant entries in the book.5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing. TheContractor shall be liable to carry out the instructions without fail.5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/ Site-in-Charge requiring <strong>com</strong>pliance within seven days fails to <strong>com</strong>ply with such drawings or'instructions' or both as the Engineer-in-Charge/Site-in-Charge may issue, owner mayemploy and pay other persons to execute any such work whatsoever that may benecessary to give effect to such drawings or `instructions' and all cost and expensesincurred in connection therewith as certified by the Engineer-in-Charge/ Site-in-Chargeshall be borne by the contractor or may be deducted from amounts due or that maybe<strong>com</strong>e due to the contractor under the contract or may be recovered as a debt5.a.9The Contractor shall be entirely and exclusively responsible for the horizontal andvertical alignment, the levels and correctness of every part of the work and shallrectify effectually any errors or imperfections therein. Such rectifications shall becarried out by the Contractor, at his own cost.5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions,interpretations, statements, calculations of quantities, supply of material rates, etc.etc., the contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge forhis clarification, instructions, guidance or clearing of doubts. The decision of theEngineer-in-Charge/Site-in-Charge shall be final and the contractor shall be bound bysuch a decision.5.a.11. "The Contractor shall take adequate precautions, to ensure that his operations donot create nuisance or misuse of the work space that shall cause unnecessarydisturbance or inconvenience to others at the work site".5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains ofgeological or archaeological discovered on the site of works shall be declared to bethe property of the Owner and Contractor shall take reasonable precautions toprevent his workmen or any other persons from removing or damaging any sucharticles or thing and shall immediately inform the Owner/ Engineer-in-Charge/Site-in-Charge."5.a.13 "Contractor will be entirely and exclusively responsible to provide and maintain at hisexpenses all lights, guards, fencing, etc. when and where ever necessary or/asrequired by the Engineer-in-Charge/Site-in-Charge for the protection of works orsafety and convenience to all the members employed at the site or general public."MH2145-C000-PS-RFQ-0020Page 65 of 334


5.b COMMENCEMENT OF WORKThe contractor shall after paying the requisite security deposit as stipulated in theLetter of Intent, <strong>com</strong>mence work within 15 days from the date of receipt of theintimation of intent from the Owner informing that the contract is being awarded. Thedate of intimation shall be the date/day for counting the starting day/date and theending day/date will be accordingly calculated. Penalty, if any, for the delay inexecution shall be calculated accordingly.Contractor should prepare detailed fortnightly construction programme for approvalby the Engineer-in-Charge within one month of receipt of Letter Of Intent. The workshall be executed strictly as per such time schedule. The period of Contract includesthe time required for testing, rectifications, if any, re-testing and <strong>com</strong>pletion of work inall respects to the entire satisfaction of the Engineer-in-Charge.A Letter of Intent is an acceptance of offer by the Owner and it need not necessarilybe accepted by the contractor. However, the contractor should acknowledge receiptof the purchase order as per contract within 15 days of mailing of the same and anydelay in acknowledging the receipt thereof will be a breach of contract and<strong>com</strong>pensation for the loss caused by such breach will be recovered by the Owner byforfeiting earnest money deposit/bid bond.5.c.SUBLETTING OF WORK5.c.1. No part of the contract nor any share or interest thereof shall in any manner ordegree be transferred, assigned or sublet, by the Contractor, directly or indirectlyto any firm or individual whatsoever, without the prior consent in writing of the Owner.5.c.2. At the <strong>com</strong>mencement of every month the Contractor shall furnish to the Engineerin-charge/Site-in-Charge list of all sub-contractors or other persons or firmsproposed to be engaged by the Contractor.5.c.3 The contract agreement will specify major items of supply or services for which theContractor proposes to engage sub-Contractor/sub-Vendor. The contractor mayfrom time to time propose any addition or deletion from any such list and will submitthe proposals in this regard to the Engineer-in-charge/Designated officer-in-chargein respect thereof for approval well in advance so as not to impede the progress ofwork. Such approval of the Engineer-in-charge/Designated officer-in-charge will notrelieve the contractor from any of his obligations, duties and responsibilities underthe contract.5.c.4.Notwithstanding any sub-letting with such approval as aforesaid andMH2145-C000-PS-RFQ-0020Page 66 of 334


notwithstanding that the Engineer-in-Charge shall have received copies of anysub-contract, the Contractor shall be and shall remain solely to be responsible forthe quality and proper and expeditious execution of the works and theperformance of all the conditions of the contract in all respects as if suchsubletting or sub-contracting had not taken place and as if such work had beendone directly by the Contractor.5.c.5 The contractor would not be entitled to make any changes in its constitution duringthe course of continuation of the contract unless the Owner grants writtenpermission in respect thereof on such terms that the Owner may stipulate. Thedecision of the Owner in this regard shall be final and binding on the contractor.Any contravention in this regard may hit at the root of the Contract entailing punitiveaction as may be determined and imposed by the Owner on the Contractor and sucha decision of the Owner shall be final, binding and not arbitrable and/or challengeablebefore any authority or the Court of Law.5. d EXTENSION OF TIME1 If the Contractor anticipates that he will not be able to <strong>com</strong>plete the work within theContractual delivery / <strong>com</strong>pletion date (CDD), then the Contractor shall make a requestfor grant of time extension clearly specifying the reasons for which he seeks extensionof time and demonstrating as to how these reasons were beyond the control of thecontractor or attributable to the Owner. This request should be made well before theexpiry of the Contractual Delivery / Completion Date (CDD).2 If such a request for extension is received with a Bank Guarantee for the full LiquidatedDamages amount calculated on the Total Contract Value, the concerned GeneralManager of the Owner shall grant a Provisional extension of time, pending a decisionon the request.3 The concerned General Manager of the Owner shall expeditiously decide upon therequest for time extension and decide the levy of liquidated damages within amaximum period of 6 months from the CDD or date of receipt of the request, whicheveris later.4 Grant of any extension of time shall be by means of issuance of a Change Order.5 In order to avoid any cash crunch to the Contractor, a Bank Guarantee could beaccepted against LD, as stated above. Once a decision is taken, the LD shall berecovered from any pending bills or by encashment of the BG. Any balance sum ofMH2145-C000-PS-RFQ-0020Page 67 of 334


Contractor or the BG (if LD is fully recovered from the bills) shall be promptlyrefunded / returned to the Contractor.5. e. SUSPENSION OF WORKS5 .e. 1. Subject to the provisions of the contract, the contractor shall if ordered in writing by theEngineer- in-Charge/Site-in-Charge for recorded reasons suspend the works or anypart thereof for such period and such time so ordered and shall not, after receivingsuch order, proceed with the work therein ordered to be suspended until he shall havereceived a written order from the same authority or the Owner to re-start. TheContractor shall be entitled to claim extension of time for that period of time the workwas ordered to be suspended. Neither the Owner nor the Contractor shall be entitled toclaim <strong>com</strong>pensation or damages on account of such an extension of time.5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-Charge/Site-in-Charge, for a period of 30 days, the Owner shall have the option to terminate theContract as provided under the clause for termination hereto. The Contractor shall notbe at liberty to remove from the site of the works any plant or materials belonging tohim and the Employer shall have lien upon all such plant and materials.5.e.3.The contractor shall, in case of suspension under 5.e.2 above, have the right to raise adispute and have the same arbitrated as per Arbitration clause hereto,, however, shallnot have the right to have the work stopped from further progress and <strong>com</strong>pletion eitherby the owner or through other contractor appointed by the owner.5.f.OWNER MAY DO PART OF WORKNotwithstanding anything contained elsewhere in this contract, the owner upon failure ofthe Contractor to <strong>com</strong>ply with any instructions given in accordance with the provisions ofthis contract, may for timely <strong>com</strong>pletion of entire work, place additional labour force, tools,equipment and materials on such parts of the work, as the Owner may decide or at itssole discretion engage another Contractor to carry-out the balance of work. In suchcases, the Owner shall have the right to deduct from the amounts payable to theContractor the difference in cost of such work and materials with ten percent overheadadded to cover all departmental charges. Should the total amount thereof exceed theamount due to the contractor, the Contractor shall pay the difference to the Owner within15 days of making demand for payment failing which the Contractor shall be liable to payinterest at 24% p.a. on such amounts till the date of payment.5.g.INSPECTION OF WORKSMH2145-C000-PS-RFQ-0020Page 68 of 334


5.g.1.The Engineer-in-Charge / Site-in-Charge and Officers from Central or StateGovernment will have full power and authority to inspect the works at any timewherever in progress, either on the site or at the Contractor's premises/workshops ofany person, firm or Owner where work in connection with the contract may be in handor where the materials are being or are to be supplied, and the Contractor shall afford orprocure for the Engineer-in-Charge/Site-in-Charge every facility and assistance to carryout such inspection. The Contractor shall, at all times during the usual working hoursand at all other times at which reasonable notice of the intention of the Engineer-in-Charge/ Site-in-Charge or his representative to visit the works shall have been given tothe Contractor, either himself be present to receive orders and instructions, or have aresponsible agent, duly accredited in writing, present for the purpose. Orders given to theContractor's agent shall be considered to have the same force as if they had been givento the Contractor himself. The Contractor shall give not less than seven days’ notice inwriting to the Engineer-in-Charge/Site-in-Charge before covering up or otherwise placingbeyond reach of inspection and measurement any work in order that the same may beinspected and measured. In the event of breach of above, the same shall be takenuncovered at Contractor's expense for carrying out such measurement and/orinspection.5.g.2. No material shall be removed and dispatched by the Contractor from the site without theprior approval in writing of the Engineer-in-charge. The contractor is to provide at alltimes during the progress of the work and the maintenance period proper means ofaccess with ladders, gangways, etc. and the necessary attendance to move and adaptas directed for inspection or measurements of the works by the Engineer- in- Charge /Site-in-Charge.5.h.5.h.15.h.2.SAMPLESThe contractor shall furnish to the Engineer-in-charge/Site-in-Charge for approval whenrequested or required adequate samples of all materials and finishes to be used in thework.Samples shall be furnished by the Contractor sufficiently in advance and beforeCommencement of the work so that the Owner can carry out tests and examinationsthereof and approve or reject the samples for use in the works. All material samplesfurnished and finally used/applied in actual work shall fully be of the same quality as thatof the approved samples.5.i.TESTS FOR QUALITY OF WORK5.i.1. All workmanship shall be of the respective kinds described in the contractdocuments and in accordance with the instructions of the Engineer-in-Charge / Site-in-Charge and shall be subjected from time to time to such tests at Contractor'scost as the Engineer-in-Charge/Site-in-Charge may direct at the place ofMH2145-C000-PS-RFQ-0020Page 69 of 334


manufacture or fabrication or on the site or at all or any such places. The Contractorshall provide assistance, instruments, labour and materials as are normally required forexamining, measuring and testing any workmanship as may be selected andrequired by the Engineer-in-Charge/Site-in-Charge.5. i. 2. All the tests that will be necessary in connection with the execution of the work asdecided by the Engineer-in- charge/Site-in-Charge shall be carried out at the contractorscost and expenses.5.i.3.If any tests are required to be carried out in connection with the work or materials orworkmanship to be supplied by the owner, such tests shall be carried out by theContractor as per instructions of Engineer-in-Charge/Site-in-Charge and expensesfor such tests, if any, incurred by the contractor shall be reimbursed by the Owner.The contractor should file his claim with the owner within 15 (fifteen) days ofinspection/test and any claim made beyond that period shall lapse and be notpayable.5 .j ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS ANDWORKS5.j.1.5.j.2.5.j.3.The Engineer-in-Charge/Site-in-Charge shall have powers tomake any alterations,additions and/or substitutions to the schedule of quantities, the originalspecifications, drawings, designs and instructions that may be<strong>com</strong>e necessary oradvisable or during the progress of the work and the Contractor shall be bound tocarry out such altered/extra/new items of work in accordance with instructions whichmay be given to him in writing signed by the Engineer-in-Charge/Site- in-Charge.Such alterations, omissions, additions or substitutions shall not invalidate thecontract. The altered, additional or substituted work which the Contractor may bedirected to carryon in the manner as part of the work shall be carried out by theContractor on the same conditions in all respects on which he has agreed to do thework. The time for <strong>com</strong>pletion of such altered added and/or substituted work may beextended for that part of the particular job. The rates for such additional altered orsubstituted work under this Clause shall, be worked out in accordance with the followingprovisions:If the rates for the additional, altered or substituted work are specified in the contractfor similar class of work, the Contractor is bound to carryout the additional, altered orsubstituted work at the same rates as are specified in the contract.If the rates for the additional, altered or substituted work are not specifically provided inthe contract for the work, the rates will be derived from the rates for similar class ofwork as are specified in the contract for the work. In the opinion of the Engineer-in-Charge/Site-in-Charge as to whether or not the rates can be reasonably so derivedfrom the items in this contract, will be final and binding on the Contractor.MH2145-C000-PS-RFQ-0020Page 70 of 334


5.j.4.If the rates for the altered, additional or substituted work cannot be determined in themanner specified above, then the Contractor shall, within seven days of the date ofreceipt of order to carry out the work, inform the Engineer-in-Charge/ Site-in-Chargeof the rate at which he intends to charge for such class of work, supported byanalysis of the rate or rates claimed and the Engineer-In-Charge/ Site-in-Chargeshall determine the rates on the basis of the prevailing market rates for both materialand labour plus 10% to cover overhead and profit of labour rates and pay theContractor accordingly. The opinion of the Engineer-in- Charge/Site-in-Charge asto current market rates of materials and the quantum of labour involved per unit ofmeasurement will be final and binding on the contractor.5.j.5.5.j.6In case of any item of work for which there is no specification supplied by the Ownerand is mentioned in the tender documents, such work shall be carried out in accordancewith Indian Standard Specifications and if the Indian Standard Specifications do notcover the same, the work should be carried out as per standard Engineering Practicesubject to the approval of the Engineer-in-Charge/ Site-in-Charge.In case of any item of work for which there is no specification supplied by the Ownerand is mentioned in the tender documents, such work shall be carried out inaccordance with Indian Standard Specifications and if the Indian StandardSpecifications do not cover the same, the work should be carried out as per standardEngineering Practice subject to the approval of the Engineer-in-Charge/ Site-in-Charge.5.k.PROVISIONAL ACCEPTANCEAcceptance of sections of the works for purposes of equipment erection, piping,electrical work and similar usages by the Owner and payment for such work or parts ofwork shall not constitute a waiver of any portion of this contract and shall not beconstrued so as to prevent the Engineer-in-charge from requiring replacement ofdefective work that may be<strong>com</strong>e apparent after the said acceptance and also shall notabsolve the Contractor of the obligations under this contract. It is made clear that suchan acceptance does not indicate or denote or establish to the fact of execution of thatwork or the Contract until the work is <strong>com</strong>pleted in full in accordance with the provisionsof this Contract.5.l.COMPLETION OF WORK AND COMPLETION CERTIFICATEAs soon as the work is <strong>com</strong>pleted in all respects, the contractor shall give notice of such<strong>com</strong>pletion to the site in charge or the Owner and within thirty days of receipt of suchnotice the site in charge shall inspect the work and shall furnish the contractor with acertificate of <strong>com</strong>pletion indicating:MH2145-C000-PS-RFQ-0020Page 71 of 334


a. defects, if any, to be rectified by the contractorb. items, if any, for which payment shall be made in reduced ratesc. the date of <strong>com</strong>pletion.5.m.USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of thiscontract, where any materials for the execution of the contract are procured with theassistance of Government either by issue from Government stocks or purchasemade under orders or permits or licenses issued by Government, the contractor shall usethe said materials economically and solely for the purpose of the contract and shall notdispose them of without the permission of the Owner.5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after the<strong>com</strong>pletion of the contract or at its termination for any reason whatsoever, theContractor shall deliver the said product to the Owner without any demur. The price tobe paid to the Contractor, if not already paid either in full or in part, however, shall notexceed the amount mentioned in the Schedule of Rates for such material and incases where such rates are not so mentioned, shall not exceed the CPWD scheduledrates. In the event of breach of the aforesaid condition the contractor shall be<strong>com</strong>eliable for contravention of the terms of the Contract.5.m.3. The surplus (serviceable) and unserviceable products shall be determined by jointmeasurement. In case where joint measurement has failed to take place, the Ownermay measure the same and determine the quantity.5.m.4.It is made clear that the Owner shall not be liable to take stock and keep possessionand pay for the surplus and unserviceable stocks and the Owner may direct theContractor to take back such material brought by the Contractor and be<strong>com</strong>ingsurplus and which the Owner at its sole discretion may decide to keep and not to payfor the same.5.n.DEFECT LIABILITY PERIODThe contractor shall guarantee the work executed for a period of 12 months from thedate of <strong>com</strong>pletion of the job. Any damage or defect that may arise or lie undiscoveredat the time of <strong>com</strong>pletion of the job shall be rectified or replaced by the contractor at hisown cost. The decision of the Engineer In-charge/Site-Incharge/Owner shall be the finalin deciding whether the defect has to be rectified or replaced.Equipment or spare parts replaced under warranty/guarantees shall have furtherMH2145-C000-PS-RFQ-0020Page 72 of 334


warranty for a mutually agreed period from the date of acceptance.The owner shall intimate the defects noticed in writing by a Registered A.D. letter orotherwise and the contractor within 15 days of receipt of the intimation shall start therectification work and <strong>com</strong>plete within the time specified by the owner failing which theowner will get the defects rectified by themselves or by any other contractor and theexpenses incurred in getting the same done shall be paid by the Contractor under theprovision of the Contract.Thus, defect liability is applicable only in case of job/works contract (civil, mechanical,electrical, maintenance etc.) where any damage of defect may arise in future (i.e.within 12 months from the date of <strong>com</strong>pletion of job) or lie undiscovered at the timeof <strong>com</strong>pletion of job.In other words, in case of service contracts (like car hire etc.) where there is no questionof damage or defect arising in future, the defect liability clause is not applicable.5.o. DAMAGE TO PROPERTY5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner anyloss of and any damage to all structures and properties belonging to the Owner or beingexecuted or procured by the Owner or of other agencies within the premises of the workof the Owner, if such loss or damage is due to fault and/or the negligence or willful actsor omission of the Contractor, his employees, agents, representatives or subcontractors.5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for damageto Owner's property arising under or by reason of this contract.6. .0 DUTIES AND RESPONSIBILITIES OF CONTRACTOR6.a.6.a.1EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THECONTRACTORThe Contractor shall be solely and exclusively responsible for engaging or employingpersons for the execution of work. All persons engaged by the contractor shall be onContractor's payroll and paid by Contractor. All disputes or differences between theContractor and his/their employees shall be settled by Contractor.6.a.2.Owner has absolutely no liability whatsoever concerning the employees of theContractor. The Contractor shall indemnify Owner against any loss or damage or liabilityarising out of or in the course of his/their employing persons or relation with his/theiremployees. The Contractor shall make regular and full payment of wages and on any<strong>com</strong>plaint by any employee of the Contractor or his sub contractor regarding non-Page 73 of 334MH2145-C000-PS-RFQ-0020


payment of wages, salaries or other dues, Owner reserves the right to make paymentsdirectly to such employees or sub- contractor of the Contractor and recover the amountin full from the bills of the Contractor and the contractor shall not object and/or claim any<strong>com</strong>pensation or reimbursement thereof. The Contractor shall <strong>com</strong>ply with the MinimumWages Act applicable to the area of work site with regard to payment of wages to hisemployees and/or workmen and also to employees and/or contract labour or workmenof his sub contractor.6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his employeeand employees of sub-contractors and any other person engaged by him that theirappointment/employment is not by the Owner but by the Contractor and that theirpresent appointment is only in connection with the construction contract with Owner andthat therefore, such an employment/appointment would not enable or make themeligible for any employment/appointment with the Owner either temporarily and/or onpermanent basis.6.b.NOTICE TO LOCAL BODIESThe contractor shall <strong>com</strong>ply with and give all notices required under any Governmentauthority, instruction, rule or order made under any act of parliament, state laws or anyregulations or by-laws of any local authority relating to the works.6.c.FIRST AID AND INDUSTRIAL INJURIES6..c. 1 Contractor shall maintain first aid facility for his employees and those of his subcontractors.6.c.2. Contractor shall make arrangements for ambulance service and for the treatment ofall types of injuries. Names and telephone numbers of those providing such servicesshall be furnished to Owner prior to start of construction and their name board shallbe prominently displayed in Contractor's field office.6.c.3. All industrial injuries shall be reported promptly to owner and a copy of contractor's reportcovering each personal injury requiring the attention of a physician shall be furnished to theOwner.6.d.SAFETY CODE6.d. 1. The Contractor shall at his own expenses arrange for the Safety provisions as may benecessary for the execution of the work or as required by the Engineer-in-Charge inrespect of all labours directly or indirectly employed for performance of the works andshall provide all facilities in connections therewith. In case the contractor fails to makearrangements and provide necessary facilities as aforesaid, the Owner shall bePage 74 of 334MH2145-C000-PS-RFQ-0020


entitled but not bound to do so and recover the cost thereof from the Contractor.6.d.2. From the <strong>com</strong>mencement to the <strong>com</strong>pletion of the works, the contractor shall take fullresponsibility for the care thereof and of all the temporary works (defined as meaning alltemporary works of every kind required in or for the execution, <strong>com</strong>pletion ormaintenance of the works). In case damage, loss or injury shall happen to the worksor to any part thereof or to temporary works due to any cause whatsoever thecontractor shall repair at his (Contractor's) own cost and make good the same so thatat the time of <strong>com</strong>pletion, the works shall be in good order and condition and inconformity in every respect with the requirement of the contract and Engineer-in-Charge's instructions.6.d.3 In respect of all labour, directly or indirectly employed in the work for theperformance of the Contractor's part of this agreement, the contractor shall at hisown expense arrange for all the safety provisions as per relevant Safety Codes ofC.P.W.D, Bureau of Indian Standards, the Electricity Act/I.E. Rules. The Mines Actand such other Acts as applicable.6.d.4. The Contractor shall observe and abide by all fire and safety regulations prescribedby the local government and/or the Owner. Before starting construction work, theContractor shall consult the Owner's Safety Engineer or Engineer-in-Charge/Site-in-Charge and must make good to the satisfaction of the Owner any loss or damagedue to fire to any portion of the work done or to be done under this agreement or toany of the Owner's existing property.6.d.5. The Contractor will be fully responsible for <strong>com</strong>plying with all relevant provisions ofthe Contract Labour Act and shall pay rates of Wages and observe hours ofwork/conditions of employment according to the provisions under the applicableLaw and rules in force from time to time.6.d.6. The Contractor will be fully responsible for <strong>com</strong>plying with the provision includingdocumentation and submission of reports on the above to the concerned authoritiesand does hereby indemnify the Owner from any such lapse for which theGovernment may take action against them.6.d.7. Owner shall on a report having been made by an inspecting Office as defined in theContract Labour Regulations have the power to deduct from the money due to theContractor any sum required or estimated to be required for making good the losssuffered by a worker(s) by reasons of non-fulfillment of conditions of contract for thebenefit of workers, non-payment of wages or of deductions made from his or theirwages which are not justified by the terms of contract or non-observance of the saidcontractor's labour RegulationMH2145-C000-PS-RFQ-0020Page 75 of 334


6.e.INSURANCE AND LABOURContractor shall at his own expense obtain and maintain an insurance policy with aNationalized Insurance Company to the satisfaction of the Owner as providedhereunder.6. e.1. EMPLOYEES STATE INSURANCE ACTi. The Contractor agrees to and does hereby accept full and exclusive liability for the<strong>com</strong>pliance with all obligations imposed by Employees State Insurance Act, 1948,and the Contractor further agrees to defend, indemnify and hold Owner harmlessfrom any liability or penalty which may be imposed by the Central, State or localauthority by reason of any asserted violation by Contractor, or sub-contractor of theEmployees' State Insurance Act, 1948 and also from all claims, suits or proceedingsthat may be brought against the Owner arising under, growing out of or by reason ofthe work provided for by this contract whether brought by employees of theContractor, by third parties or by Central or State Government authority or anypolitical sub-division thereof.ii.The Contractor agrees to file with the Employees State Insurance Authority, theDeclaration forms and all forms which may be required in respect of the Contractor'sor sub-contractor's employee whose aggregate remuneration is within the specifiedlimit and who are employed in the work provided or those covered by ESI Act underany amendment to the Act from time to time.The Contractor shall deduct and secure the agreement of the sub-contractor todeduct the employee's contribution as per the first schedule of the Employee's StateInsurance Act from wages and affix the employee's contribution cards at wagespayment intervals. The Contractor shall remit and secure the agreement of the subcontractorto remit to the State Bank of India, Employee's State InsuranceOwner Account, the Employee's contribution as required by the Act.iii. The Contractor agrees to maintain all records as required under the Act inrespect of employees and payments to be made and the Contractor shall secure theagreement of the sub-contractor to maintain such records. Any expenses incurredfor the contributions, making contribution or maintaining records shall be to theContractor's or sub-contractor's account.iv. The Owner shall retain such sum as may be necessary from the total contract valueuntil the Contractor shall furnish satisfactory proof that all contributions as required bythe Employees State Insurance Act, 1948, have been paid.MH2145-C000-PS-RFQ-0020Page 76 of 334


v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITYINSURANCEThe contractor shall provide Insurance for all the Contractor's employees engaged inthe performance of this contract. If any of the work is sublet, the Contractor shallensure that the sub-contractor provides workmen's <strong>com</strong>pensation and Employer'sLiability Insurance for the latter's employees who are not covered under theContractor's insurance.vi. AUTOMOBILE LIABILITY INSURANCEContractor shall take out Insurance to cover all risks to Owner for each of hisvehicles plying on works of this contract and these insurances shall be valid for thetotal contract period. No extra payment will be made by the owner for thisinsurance. Owner shall not be liable for any damage or loss not made good by theInsurance Company, should such damage or loss result from unauthorized use ofthe vehicle. The provisions of the Motor Vehicle Act would apply.vii. FIRE INSURANCEContractor shall within two weeks after award of contract insure the Works, Plantand Equipment and keep them insured until the final <strong>com</strong>pletion of the Contractagainst loss or damage by accident, fire or any other cause with an insurance<strong>com</strong>pany to be approved by the Owner/Consultant of the owner in the joint namesof the Owner and the Contractor (name of the former being placed first in thePolicy). Such Policy shall cover the property of the owner only.6. e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BYOWNERi. Contractor shall also provide and maintain any and all other insurance which maybe required under any law or regulations from time to time. He shall also carry andmaintain any other insurance which may be required by the Owner.ii. The aforesaid insurance policy/policies shall provide that they shall not becancelled till the Owner or Engineer-in-Charge has agreed in writing to theircancellation.iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from time totime that he has taken out all insurance policies referred to above and has paid thenecessary premium for keeping the policies alive till the expiry of the defectsliability period.MH2145-C000-PS-RFQ-0020Page 77 of 334


iv. The contractor shall ensure that similar insurance policies are taken out by hissub-contractor (if any) and shall be responsible for any claims or losses to theOwner resulting from their failure to obtain adequate insurance protections inconnection thereof. The contractor shall produce or cause to be proceed by hissub-contractor (if any) as the case may be, the relevant policy or policies andpremium receipts as and when required by the Engineer-in-Charge/Site-in-Charge.6.e.3.LABOUR AND LABOUR LAWSi. The contractor shall at his own cost employ persons during the period of contract andthe persons so appointed shall not be construed under any circumstances to be inthe employment of the Owner.ii.iii.iv.All payments shall be made by the contractor to the labour employed by him inaccordance with the various rules and regulations stated above. The contractor shallkeep the Owner indemnified from any claims whatsoever inclusive of damages/costsor otherwise arising from injuries or alleged injuries to or death of a person employedby the contractor or damages or alleged damages to the property.No labour below the age of eighteen years shall be employed on the work. TheContractor shall not pay less than what is provided under the provisions of thecontract labour (Regulations and Abolition) Act, 1970 and the rules made thereunder and as may be amended from time to time. He shall pay the required depositunder the Act appropriate to the number of workman to be employed by him orthrough sub-contractor and get himself registered under the Act. He shall producethe required Certificates to the Owner before <strong>com</strong>mencement of the work. TheOwner recognizes only the Contractor and not his sub-contractor under theprovisions of the Act. The Contractor will have to submit daily a list of his workforce.He will also keep the wage register at the work site or/and produce the same to theOwner, whenever desired. A deposit may be taken by the Owner from theContractor to be refunded only after the Owner is satisfied that all workmenemployed by the Contractor have been fully paid for the period of work in Owner'spremises at rates equal to or better than wages provided for under the MinimumWages Act. The contractor shall be responsible and liable for any <strong>com</strong>plaints thatmay arise in this regard and the consequences thereto.The Contractor will <strong>com</strong>ply with the provisions of the Employee's Provident FundAct and the Family Pension Act as may be applicable and as amended from time totime.v. The Contractor will <strong>com</strong>ply with the provisions of the payment of Gratuity Act, 1972,as may be applicable and as amended from time to time.MH2145-C000-PS-RFQ-0020Page 78 of 334


vi. IMPLEMENTATION OF APPRENTICES ACT, 1961The Contractor shall <strong>com</strong>ply with the provisions of the Apprentices Act, 1961 and theRules and Orders issued there under from time to time. If he fails to do so, his failurewill be a breach of the contract and the Owner and/or Engineer-in-Charge may, at hisabsolute discretion, cancel the contract. The Contractor shall also be liable for anypecuniary liability arising on account of any violation by him of the provision of the Act.vii. MODEL RULES FOR LABOUR WELFAREThe Contractor shall at his own expenses be duty bound to <strong>com</strong>ply with or cause to be<strong>com</strong>plied with Model rules for Labour Welfare as appended to those conditions or rulesframed by the Government from time to time for the protection of health and for makingsanitary arrangements for worker employed directly or indirectly on the works. In casethe contractor fails to make arrangements as aforesaid the Engineer-in-Charge/Site-in-Charge shall be entitled to do so and recover the cost thereof from the contractor.6.f.6.f.1.Documents Concerning WorksAll documents including drawings, blue prints, tracings, reproducible models, plans,specifications and copies, thereof furnished by the Owner as well as all drawings,tracings, reproducible, plans, specifications design calculations etc. prepared by thecontractor for the purpose of execution of works covered in or connected with thiscontract shall be the property of the Owner and shall not be used by the contractorfor any other work but are to be delivered to the Owner at the <strong>com</strong>pletion orotherwise of the contract.6.f.2.The Contractor shall keep and maintain secrecy of the documents, drawings etc.issued to him for the execution of this contract and restrict access to such documents,drawings etc. and further the Contractor shall execute a SECRECY agreement fromeach or any person employed by the Contractor having access to such documents,drawings etc. The Contractor shall not issue drawings and documents to any otheragency or individual without the written approval by the Engineer-in-Charge/Site-in-Charge.6.f.3.Contractor will not give any information or document etc. concerning details of thework to the press or a news disseminating agency without prior written approvalfrom Engineer-in-charge/ Site-in-Charge. Contractor shall not take any pictures onsite without written approval of Engineer-in-Charge/Site-in-Charge.MH2145-C000-PS-RFQ-0020Page 79 of 334


7. PAYMENT OF CONTRACTOR'S BILLS7. 1 Payments will be made against Running Accounts bills certified by the Owner'sEngineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of thecertified bill.7.2. Running Account Bills and the final bill shall be submitted by the Contractortogether with the duly signed measurements sheet(s) to the Engineer-in-Charge/Site-in Charge of the Owner in quadruplicate for certification. The Bills shallalso be ac<strong>com</strong>panied by quantity calculations in support of the quantities containedin the bill along with cement consumption statement, actual/theoretical, whereverapplicable duly certified by the Engineer-in-Charge/ Site-in-Charge of the Owner.7.3. All running account payments shall be regarded as on account payment(s) to befinally adjusted against the final bill payment. Payment of Running Account Bill(s)shall not determine or affect in any way the rights of the Owner under this Contractto make the final adjustments of the quantities of material, measurements of workand adjustments of amounts etc. in the final bill.7.4. The final bill shall be submitted by the Contractor within one month of the date of<strong>com</strong>pletion of the work fully and <strong>com</strong>pletely in all respects. If the Contractor fails tosubmit the final bill accordingly Engineer-in-Charge/Site-in-Charge may make themeasurement and determine the total amount payable for the work carried out bythe Contractor and such a certification shall be final and binding on the Contractor.The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance of anoutside party for taking the measurement, the expenses of which shall be payableby the Contractor.7. 5. Payment of final bill shall be made within 30 days from the date of receipt of thecertified bill by the Disbursement Section of the owner.7.6 Wherever possible, payment shall be tendered to the contractor in electronicmode (e-payment) through any of the designated banks. The contractor will<strong>com</strong>ply by furnishing full particulars of bank account (mandate) to which thepayments will be routed. Owner reserves the right to make payment in anyalternate mode also.7.a.MEASUREMENT OF WORKS7.a.1.All measurements shall be in metric system. All the works will be jointly measuredby the representative of the Engineer-in-Charge/Site-in-Charge and the Contractoror their authorized agent progressively. Such measurement will be recorded in thePage 80 of 334MH2145-C000-PS-RFQ-0020


Measurement Book/Measurement Sheet by the Contractor or his authorizedrepresentative and signed in token of acceptance by the Owner or theirauthorized representative.7.a.2.For the purpose of taking joint measurement, the Contractor/representative shallbe bound to be present whenever required by the Engineer-in-Charge/Site-in-Charge.If, however, they are absent for any reasons whatsoever, the measurement will betaken by the Engineer-in-Charge/Site-in-Charge or his representative and the samewould be deemed to be correct and binding on the Contractor.7.a.3.7.b.In case of any dispute as to the mode of measurement for any item of work, thelatest Indian Standard Specifications shall be followed. In case of any furtherdispute on the same the same shall be as per the certification of an outsidequalified Engineer/ Consultant. Such a measurement shall be final and binding onthe Owner and the Contractor.BILLING OF WORKS EXECUTEDThe Contractor will submit a bill in approved proforma in quadruplicate to theEngineer-in-Charge/Site-in-Charge of the work giving abstract and detailedmeasurement for the various items executed during a month, before the expiry ofthe first week of the succeeding month. The Engineer-in-Charge/Site-in-Chargeshall take or cause to be taken the requisite measurements for the purpose ofhaving the bill verified and/or checked before forwarding the same to thedisbursement office of the Owner for further action in terms of the Contract andpayment thereafter. The Engineer-in-Charge/ Site-in-Charge shall verify the billswithin 7 days of submission of the Bill by the Contractor.7.c.RETENTION MONEY10% of the total value of the Running Account and Final Bill will be deducted andretained by the Owner as retention money on account of any damage/defectliability that may arise for the period covered under the defect liability periodclause of the Contract free of interest. Any damage or defect that may arise or lieundiscovered at the time of issue of <strong>com</strong>pletion certificate connected in any waywith the equipment or materials supplied by contractor or in workmanship shall berectified or replaced by the contractor at his own expense failing which the Ownershall be entitled to rectify the said damage/defect and payment in respect thereofshall be made from the retention money. Any excess of expenditure incurred bythe Owner on account of damage or defect shall be payable by the Contractor.The decision of the Owner in this behalf shall not be liable to be questioned andMH2145-C000-PS-RFQ-0020Page 81 of 334


shall be final and binding on the Contractor.Thus, deduction towards retention money is applicable only in case of job/workscontracts (civil, mechanical, electrical, maintenance etc.) where any damage or defectmay arise in future (i.e. within 12 months from the date of <strong>com</strong>pletion of job) or lieundiscovered at the time of issue of <strong>com</strong>pletion certificate.7.d TAXES, DUTIES, OCTROI ETC:7.d. 1 The Contractor accepts full and exclusive liability for the payment of any and all taxes,duties, octroi, rates, cess, levies, and statutory payments payable under all applicableActs/Laws and/or any of the statutes etc.Variation of taxes and duties arising out of the amendments to the Central/State enactments, in respect of sale of goods/ services covered under this bidshall be to Owner’s account, so long as :• They relate to the period after the opening of the price bid, but before thecontracted <strong>com</strong>pletion period (excluding permitted extension due to delay onaccount of contractors, if any) or the actual <strong>com</strong>pletion period, whichever isearlier; and• The vendor furnishes documentary evidence of incurrence of such variations,in addition to the invoices/ documents for claiming Cenvat / Input Tax credit,wherever applicable.All contributions and taxes for unemployment <strong>com</strong>pensation, insurance and old agepensions or annuities now or hereafter imposed by Central or State Governmentalauthorities which are imposed with respect to or covered by the wages, salaries orother <strong>com</strong>pensations payable to the persons employed by the Contractor shall beborne by and the Contractor shall also be responsible for the <strong>com</strong>pliance with allobligations and restrictions imposed by the Labour Laws or any other law affectingemployer-employee relationship and the Contractor further agrees to <strong>com</strong>ply with andto secure the <strong>com</strong>pliance of all sub-contractors with all applicable Central, State,Municipal and local laws, and regulations and requirements of any Central, State orLocal Government agency or authority.Contractor further agrees to defend, indemnify and hold harmless from any liability orpenalty which may be imposed by the Central, State or Local authorities by reason ofany violation by Contractor or sub-contractor of such laws, regulations or requirementsand also from all claims, suits or proceedings that may be brought against the Ownerarising under, growing out of, or by reasons of the work provided for under this contractby third parties, or by Central or State Government authority or any administrative subdivisionthereof. The Contractor further agrees that in case any such demand is raisedMH2145-C000-PS-RFQ-0020Page 82 of 334


against the Owner, and Owner has no way but to pay and pays/makes payment of thesame, the Owner shall have the right to deduct the same from the amounts due andpayable to the Contractor. The Contractor shall not raise any demand or dispute inrespect of the same but may have recourse to recover/receive from the concernedauthorities on the basis of the Certificate of the Owner issued in that behalf.7.d.2.7.d.3.7.d.47.d.5The rates quoted should be inclusive of all rates, cess, taxes and sales tax onworks contracts wherever applicable. However, wherever the sales tax on workscontract is applicable and is to be deducted at source, the same will be deductedfrom the bills of the Contractor and paid to the concerned authorities. The proof ofsuch payments of sales tax on works contract will be furnished to the contractor.In<strong>com</strong>e tax will be deducted at source as per rules at prevailing rates, unlesscertificate, if any, for deduction at lesser rate or nil deduction is submitted in advanceby the Contractor from appropriate authority.The contractor shall provide accurate particulars of PAN number as required,under section 206AA of In<strong>com</strong>e Tax Act 1961.The contractors having their ‘tax residency status’ outside India shall provide TaxResidency certificate (TRC), issued by Government of the Country or the specifiedterritory where the Contractor is a Resident. Rule 21AB of the In<strong>com</strong>e Tax Rules, 1962has prescribed the contents of a TRC. This would enable the corporation to deduct taxat source by duly considering the ‘treaty relief’ if any, under Double Taxation AvoidanceAgreement (DTAA) entered into between GOI and the respective country/ specifiedterritory in which the Contractors’ ‘tax residency status’ is currently in force.7.e.7.e.1.7.e.2.7.e.3.MATERIALS TO BE SUPPLIED BY CONTRACTORThe Contractor shall procure and provide the whole of the materials required forconstruction including tools, tackles, construction plant and equipment for the<strong>com</strong>pletion and maintenance of the works except the materials viz. steel and cementwhich may be agreed to be supplied as provided elsewhere in the contract. Thecontractor shall make arrangement for procuring such materials and for thetransportation thereof at their own cost and expenses.The Owner may give necessary re<strong>com</strong>mendation to the respective authority if sodesired by the Contractor but assumes no responsibility of any nature, TheContractor shall procure materials of ISI stamp/certification and supplied byreputed suppliers borne on DGS&D list.All materials procured should meet the specifications given in the tender document. TheEngineer-in-charge may, at his discretion, ask for samples and test certificates for anybatch of any materials procured. Before procuring, the Contractor should get theapproval of Engineer-in-Charge/Site-in-Charge for any materials to be used for theworks.MH2145-C000-PS-RFQ-0020Page 83 of 334


7.e.4.Manufacturer's certificate shall be submitted for all materials supplied by theContractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Chargeany tests are required to be conducted on the material supplied by the Contractor,these will be arranged by the Contractor promptly at his own cost.7.f.MATERIALS TO BE SUPPLIED BY THE OWNER7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against payment byContractor from either godown or from the site or within work premises itself and thecontractor shall arrange for all transport to actual work site at no extra cost.7.f.2. The contractor shall bear all the costs including loading and unloading, carting fromissue points to work spot storage, unloading, custody and handling and stacking thesame and return the surplus steel and cement to the Owner's storage point after<strong>com</strong>pletion of job.7.f.3. The contractor will be fully accountable for the steel and cement received from theOwner and contractor will give acknowledgement/receipt for quantity of steel andcement received by him each time he uplifts cement from Owner's custody.7.f.4.7.f.5.For all <strong>com</strong>putation purposes, the theoretical cement consumption shall beconsidered as per CPWD standards.Steel and Cement as received from the manufacturer/stockists will be issued to thecontractor. Theoretical weight of cement in a bag will be considered as 50 Kg. Bagsweighing upto 4% less shall be accepted by the contractor and considered as 50 Kg.per bag. Any shortage in the weight of any cement bag by more than 4% will be to theOwner's account only when pointed out by the Contractor and verified by Engineer-in-Charge/Site in Charge at the time of Contract or taking delivery.7.f.6. The contractor will be required to maintain a stock register for receipt, issuance andconsumption of steel and cement at site. Cement will be stored in a warehouse at site.Requirement of cement on any day will be taken out of the warehouse. Cement issuedshall be regulated on the basis of FIRST RECEIPT to go as FIRST ISSUE.7.f.7Empty cement bag shall be the property of the Contractor. Contractor shall bepenalised for any excess/under consumption of cement. The penal rate will be twicethe rate of issue of cement for this work.7.f.8. All the running bills as well as the final bills will be ac<strong>com</strong>panied by cementconsumption statements giving the detailed working of the cement used, cementreceived and stock-on-hand.7.f.9. The Contractor will be fully responsible for safe custody of cement once it is receivedby him and during transport. Owner will not entertain any claims of the contractor fortheft, loss or damage to cement while in their custody.MH2145-C000-PS-RFQ-0020Page 84 of 334


7.f.10. The contractor shall not remove from the site any cement bags at any time.7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21 daysbefore exhausting the Cement stocks already held by Contractor to ensure that suchdelays do not lead to interruptions in the progress of work.7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles, precastcement jali and any other bought out items which consume cement and for temporaryworks.7.f.13. Cement in bags and in good usable condition left over after the <strong>com</strong>pletion of work shallbe returned by the contractor to the Owner. The Owner shall make payment to theContractor at the supply rate for such stocks of cement they accept and receive. Anyrefused stock of cement shall be removed by the Contractor from the site at his costand expenses within 15 days of <strong>com</strong>pletion of the work.8.0 PAYMENT OF CLAIMS AND DAMAGES8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid theamount so paid and the costs incurred by the Owner shall be charged to and paid bythe Contractor and the Contractor shall not be entitled to raise any dispute or questionthe right of the Owner to make such payments notwithstanding the fact that the samemay have been paid without his consent or authority or in law or otherwise to thecontrary.8.2. In every case in which by virtue of the provisions of Workmen's Compensation Act,1923, or other Acts, the Owner is obliged to pay Compensation to a Workmanemployed by the Contractor in execution of the works, the Owner will recover from theContractor the amount of <strong>com</strong>pensation so paid and without prejudice to the rights ofOwner under the said Act. Owner shall be at liberty to recover such amount or any partthereof by deducting it from the security deposit or from any sum due to the Contractorwhether under this contract or otherwise. The Owner shall not be bound to contest anyclaim made under Section 12 sub section (1) of the said Act, except on the writtenrequest of the Contractor and upon his giving to the Owner full security for all costs forwhich the owner might be<strong>com</strong>e liable in consequence of contesting such claim.8.a.ACTION AND COMPENSATION IN CASE OF BAD WORKIf it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has beenexecuted with bad, imperfect or unskilled workmanship, or with materials, or that anymaterials or articles provided by the Contractor for execution of the work are not ofstandards specified/inferior quality to that contracted for, or otherwise not inMH2145-C000-PS-RFQ-0020Page 85 of 334


accordance with the contract, the CONTRACTOR shall on demand in writing from theEngineer-in-Charge/Site-in-Charge or his authorized representative specifying thework, materials or articles <strong>com</strong>plained of, notwithstanding that the same may havebeen inadvertently passed, certified and paid for, forthwith rectify or remove andreconstruct the work so specified and at his own charge and cost and expenses and inthe event of failure to do so within a period of 15 days of such intimation/information/knowledge, the Contractor shall be liable to pay <strong>com</strong>pensation equivalentto the cost of reconstruction by the Owner. On expiry of 15 days period mentionedabove, the Owner may by themselves or otherwise rectify or remove and re-executethe work or remove and replace with others, the materials or articles <strong>com</strong>plained of asthe case may be at the risk and expenses in all respects of the Contractor. Thedecision of the Engineer-in-Charge/ Site-in-Charge as to any question arising underthis clause shall be final and conclusive and shall not be raised as a dispute and shallnot be arbitrable.8.b.INSPECTION AND AUDIT OF CONTRACT AND WORKThis project is subject to inspection by various Government agencies of Government ofIndia. The contractor shall extend full cooperation to all the Government and otheragencies in the inspection of the works, audit of the Contract and the documents ofContract Bills, measurements sheets etc. etc. and examination of the records of worksand make enquiries interrogation as they may deem fit, proper and necessary. Uponinspection etc. by such agencies if it is pointed out that the contract work has not beencarried out according to the prescribed terms and conditions as laid down in the tenderdocuments and if any recoveries are re<strong>com</strong>mended, the same shall be recovered fromthe contractors running bills/final bill/from ordered/suggested SecurityDeposit/retention money. The Contractor shall not raise any dispute on any suchaccount and the same shall not be arbitrable.9.0 CONTRACTOR TO INDEMNIFY THE OWNERThe Contractor shall indemnify the Owner and every member, officer and employee ofthe Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all theactions, proceedings, claims, demands, costs, expenses, whatsoever arising out of orin connection with the works and all actions, proceedings, claims, demands, costs,expenses which may be made against the Owner for or in respect of or arising out ofany failure by the Contractor in the performance of his obligations under the contract.The Contractor shall be liable for or in respect of or in consequence of any accident orinjury to any workmen or other person in the employment of the Contractor or his subcontractorand Contractor shall indemnify and keep indemnified the Owner against allsuch damages, proceedings, costs, charges and expenses whatsoever in respectthereof or in relation thereto.MH2145-C000-PS-RFQ-0020Page 86 of 334


10.0 LIQUIDATED DAMAGESIn case of any delay in <strong>com</strong>pletion of the work beyond the CDD, the Owner shall beentitled to be paid Liquidated Damages [LD] by the Contractor. The liquidateddamages shall be initially at the rate 0.5% (half percent) of the total contract value forevery week of the delay subject to a maximum of 5 % of the total contract value. Theliquidated damages shall be recovered by the Owner out of the amounts payable tothe Contractor or from any Bank Guarantees or Deposits or retention moneysfurnished by the Contractor or the Retention Money retained from the Bills of theContractor, either under this contract or any other contract.10.1 The Contractor shall be entitled to give an acceptable unconditional Bank Guarantee inlieu of such a deduction if Contractor desires any decision on a request for timeextension.10.2 Once a final decision is taken on the request of the Contractor or otherwise, the LDshall be applicable only on the basic cost of the contract and on each full <strong>com</strong>pletedweek(s) of delay (and for part of the week, a pro-rata LD amount shall be applicable.)10.3 This final calculation of LD shall be only on the value of the unexecuted portion/quantityof work as on the CDD.10.4 Contractor agrees with the Owner, that the above represents a genuine pre-estimateof the damages which the Owner will suffer on account of delay in the performance ofthe work by contractor. The Contractor further agrees that the LD amount is over andabove any right which owner has to risk purchase under Clause 12.4 and any right toget defects in the work rectified at the cost of the contractor.11.0 DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACTBY OWNERThe Contractor shall remain responsible and liable to make good all losses ordamages that may occur/appear to the work carried out under this Contract within aperiod of 12 months from date of issue of the Completion Certificate and/or the date ofOwner taking over the work, whichever is earlier. The Contractor shall issue a BankGuarantee to the Owner in the sum of 10% of the work entrusted in the Contract, fromany Scheduled Bank( other than a Co-Operative Bank) acceptable to the Owner and ifhowever, the Contractor fails to furnish such a Bank Guarantee the Owner shall haveright to retain the Security Deposit and Retention Money to cover the 10% of theGuarantee amount under this clause and to return/refund the same after the expiry ofthe period of 12 months without any interest thereon. (Please refer to clause 4.Deposits)MH2145-C000-PS-RFQ-0020Page 87 of 334


12.0 TERMINATION OF CONTRACT12.1 The owner may terminate the contract at any stage of the construction for reasons tobe recorded in the letter of termination.12.2 The Owner inter alia may terminate the Contract for any or all of the following reasonsthat the contractora) has abandoned the work/Contract.b) has failed to <strong>com</strong>mence the works, or has without any lawful excuse under theseconditions suspended the work for 15 consecutive days.c) has failed to remove materials from the site or to pull down and replace the workwithin 15 days after receiving from the Engineer written notice that the saidmaterials or work were condemned and/or rejected by the Engineer under specifiedconditions.d) has neglected or failed to observe and perform all or any of the terms acts,matters or things under this Contract to be observed and performed by theContractor.e) has to the detriment of good workmanship or in defiance of the Engineer'sinstructions to the contrary sub-let any part of the Contract.f) has acted in any manner to the detrimental interest, reputation, dignity, name orprestige of the Owner.g) has stopped attending to work without any prior notice and prior permission for aperiod of 15 days.h) has be<strong>com</strong>e untraceable.i) has without authority acted in violation of the terms and conditions of this contractand has <strong>com</strong>mitted breach of terms of the contract in best judgment of theowner.j) has been declared insolvent/bankrupt.k) in the event of sudden death of the Contractor.12.3 The owner on termination of such contract shall have the right to appropriate theSecurity Deposit, Retention Money and invoke the Bank Guarantee furnished by thecontractor and to appropriate the same towards the amounts due and payable by thecontractor as per the conditions of Contract and return to the contractor excess money,if any, left over.12.4 In case of termination of the contract owner shall have the right to carry outthe unexecuted portion of the work either by themselves or through anyother contractor(s) at the risk and cost of the contractor. In view of paucity oftime, Owner shall have the right to place such unexecuted portion of thework on any nominated contractor(s). However the overall liability of theContractor shall be restricted to 100% of the total contract Value.12.5 The contractor within or at the time fixed by the Owner shall depute his authorizedMH2145-C000-PS-RFQ-0020Page 88 of 334


epresentative for taking joint final measurements of the works executed thus farand submit the final bill for the work as per joint final measurement within 15 daysof the date of joint final measurement. If the contractor fails to depute theirrepresentative for joint measurement, the owner shall take the measurement withtheir Engineer-in-Charge/ Site-in-Charge or any other outside representatives.Such a measurement shall not be questioned by the Contractor and no dispute canbe raised by the Contractor for purpose of Arbitration.12.6 The Owner may enter upon and take possession of the works and all plant, tools,scaffoldings, sheds, machinery, power operated tools and steel, cement and othermaterials of the Contract at the site or around the site and use or employ the samefor <strong>com</strong>pletion of the work or employ any other contractor or other person orpersons to <strong>com</strong>plete the works. The Contractor shall not in any way object orinterrupt or do any act, matter or thing to prevent or hinder such actions, otherContractor or other persons employed for <strong>com</strong>pleting and finishing or using thematerials and plant for the works. When the works shall be <strong>com</strong>pleted or as soonthereafter the Engineer shall give a notice in writing to the Contractor to removesurplus materials and plant, if any, and belonging to the Contractor except asprovided elsewhere in the Contract and should the Contractor fail to do so within aperiod of 15 days after receipt thereof the Owner may sell the same by publicauction and shall give credit to the contractor for the amount realized. The Ownershall thereafter ascertain and certify in writing under his hand what (if anything)shall be due or payable to or by the Owner for the value of the plant and materialsso taken possession and the expense or loss which the Owner shall have been putto in procuring the works, to be so <strong>com</strong>pleted, and the amount if any, owing to theContractor and the amount which shall be so certified shall thereupon be paid bythe Owner to the Contractor or by the Contractor to the Owner, as the case may,and the Certificate of the Owner shall be final and conclusive between the parties.12.7 When the contract is terminated by the Owner for all or any of the reasons mentionedabove the Contractor shall not have any right to claim <strong>com</strong>pensation on account ofsuch termination.13.0 FORCE MAJEURE13.1. Any delay in or failure of the performance of either party hereto shall not constitutedefault hereunder or give rise to any claims for damage, if any, to the extent suchdelays or failure of performance is caused by occurrences such as Acts of God oran enemy, expropriation or confiscation of facilities by Government authorities, actsof war, rebellion, terrorism, sabotage or fires, floods, explosions, riots, or strikes.The Contractor shall keep records of the circumstances referred to above andbring these to the notice of the Engineer-in-Charge/Site-in-Charge in writingimmediately on such occurrences. The amount of time, if any, lost on any of thesecounts shall not be counted for the Contract period. The considered decision ofthe Owner arrived at after consultation with the Contractor, shall be final andbinding. Such a determined period of time be extended by the Owner to enable theMH2145-C000-PS-RFQ-0020Page 89 of 334


Contractor to <strong>com</strong>plete the job within such extended period of time.13.2. If Contractor is prevented or delayed from performing any of its obligations underthis Agreement by Force Majeure, then Contractor shall notify Owner thecircumstances constituting the Force Majeure and the reasons for which theperformance is thereby delayed or prevented, within seven days of the occurrenceof the events.14.0 ARBITRATION14.1 All disputes and differences of whatsoever nature, whether existing or which shallat any time arise between the parties hereto touching or concerning theagreement, meaning, operation or effect thereof or to the rights and liabilities of theparties or arising out of or in relation thereto whether during or after <strong>com</strong>pletion ofthe contract or whether before or after determination, foreclosure, termination orbreach of the agreement (other than those in respect of which the decision of anyperson is, by the contract, expressed to be final and binding) shall, after writtennotice by either party to the agreement to the other of them and to the AppointingAuthority hereinafter mentioned, be referred for adjudication to the Sole Arbitratorto be appointed as hereinafter provided.14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominatesome officer/retired officer of Hindustan Petroleum Corporation Limited (referred toas owner or HPCL) or a retired officer of any other Government Company in the OilSector of the rank of Ch. Manager & above or any retired officer of the CentralGovernment not below the rank of a Director, to act as the Sole Arbitrator toadjudicate the disputes and differences between the parties. The contractor/vendorshall not be entitled to raise any objection to the appointment of such person as theSole Arbitrator on the ground that the said person is/was an officer and/orshareholder of the owner, another Govt. Company or the Central Government orthat he/she has to deal or had dealt with the matter to which the contract relates orthat in the course of his/her duties, he/she has/had expressed views on all or anyof the matters in dispute or difference.14.3 In the event the Arbitrator to whom the matter is referred to, does not accept theappointment, or is unable or unwilling to act or resigns or vacates his office for anyreasons whatsoever, the Appointing Authority aforesaid, shall nominate anotherperson as aforesaid to act as the Sole Arbitrator.14.4 Such alternate person nominated as the Sole Arbitrator shall be entitled to proceedwith the arbitration from the stage at which it was left by his predecessor. It isexpressly agreed between the parties that no person other than the AppointingAuthority or a person nominated by the Appointing Authority as aforesaid, shall actas an Arbitrator. The failure on the part of the Appointing Authority to make anPage 90 of 334MH2145-C000-PS-RFQ-0020


appointment on time shall only give rise to a right to a Contractor to get such anappointment made and not to have any other person appointed as the SoleArbitrator.14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to theAgreement.14.6 The work under the Contract shall, however, continue during the Arbitrationproceedings and no payment due or payable to the concerned party shall bewithheld (except to the extent disputed) on account of initiation, <strong>com</strong>mencement orpendency of such proceedings.14.7 The Arbitrator may give a <strong>com</strong>posite or separate Award(s) in respect of eachdispute or difference referred to him and may also make interim award(s) ifnecessary.14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equallyby the parties unless the Sole Arbitrator otherwise directs in his award withreasons. The lumpsum fees of the Arbitrator shall be R 40,000/- per case fortransportation contracts and R 60,000/- for engineering contracts and if the soleArbitrator <strong>com</strong>pletes the arbitration including his award within 5 months ofaccepting his appointment, he shall be paid R 10,000/- additionally as bonus.Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shallbe paid stagewise i.e. 25% on acceptance, 25% on <strong>com</strong>pletion ofpleadings/documentation, 25% on <strong>com</strong>pletion of arguments and balance on receiptof award by the parties14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996or any statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.14.10 The Contract shall be governed by and constructed according to the laws in forcein India. The parties hereby submit to the exclusive jurisdiction of the Courtssituated at Mumbai for all purposes. The Arbitration shall be held at Mumbai andconducted in English language.14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum CorporationLimited.15.0 GENERAL15.1. Materials required for the works whether brought by or supplied by the Owner shallbe stored by the contractor only at places approved by Engineer-in-Charge/Site-in-Charge. Storage and safe custody of the material shall be the responsibility of theContractor.15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract,Page 91 of 334MH2145-C000-PS-RFQ-0020


shall be entitled at any time to inspect and examine any materials intended to beused in or on the works, either on the site or at factory or workshop or at otherplace(s) of manufacture or at any places where these are lying or from which theseare being obtained and the contractor at his cost and expenses shall give facilitiesas may be required for such inspection and examination.15.3. In case of any class of work for which there is no such specification supplied by theOwner as is mentioned in the tender documents, such work shall be carried out inaccordance with Indian Standard Specifications and if the Indian StandardSpecifications do not cover the same the work should be carried out as perstandard Engineering practice subject to the approval of the Engineer-in-Charge/Site-in-Charge.15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause thecontractor shall take all precautions necessary for the protection of the work andat his own expense shall make good any damages arising from any of these causes.15.5 The contractor shall protect whole of the work from any injury or damage including alltemporary doors and windows whether such work has been executed by himself orspecial tradesmen or sub-contractors etc. and any damage caused has to be madegood by the Contractor at his own cost and expenses.15.6 If the contractor has quoted the items under the deemed exports, then it will be theresponsibility of the contractor to get all the benefits under deemed exports from theGovernment. The Owner’s responsibility shall only be limited to the issuance ofrequired certificates. The quotation will be unconditional and phrases like “subject toavailability of deemed exports benefit” etc. will not find place in it.16.0 INTEGRITY PACTEffective 1 st September, 2007, all tenders and contracts shall <strong>com</strong>ply with therequirements of the Integrity Pact (IP) if the value of such tenders or contracts isRs. 1 crore & above. Failure to sign the Integrity Pact shall lead to outright rejectionof bid.17.0 Grievances of parties participating or intend to participate in the tender shall beaddressed in writing to the officer designate of the Grievance Redressal Cell wherethe tenders have to be submitted within the stipulated period. Detailed mechanismof Grievance Redressal is available on the HPCL website.Grievance Redressal Mechanism: In line with instructions received from MOP&NG,a Grievances Redressal Mechanism for parties participating in HPCL tenders hasbeen developed and is also available on the Corporation's website(www.hindustanpetroleum.<strong>com</strong>.)The Grievance Redressal Mechanism should be followed in the event of anyrepresentation received from the parties to the Corporation's tenders. All tenderdocuments shall contain a clause indicating the availability of the GrievanceRedressal Mechanism for parties participating in the tender.MH2145-C000-PS-RFQ-0020Page 92 of 334


CHAPTER 3BGENERAL PURCHASE CONDITIONS (GPC)MH2145-C000-PS-RFQ-0020Page 93 of 334


INDEX1. DEFINITION2. REFERENCE FOR DOCUMENTATION3. CONFIRMATION OF ORDER4. SALES CONDITIONS5. COMPLETE AGREEMENT6. INSPECTION-CHECKING-TESTING7. OFFICIAL INSTITUTIONAL TESTING8. EXPEDITING9. WEIGHTS AND MEASUREMENTS10. DISPATCH INSTRUCTIONS11. OILS & LUBRICANTS12. SPARE PARTS13. PACKING AND MARKING14. SHIPMENT/DESPATCH AND SHIPMENT NOTICES15. CONTROL REGULATIONS16. TRANSIT RISK17. RESPECT FOR DELIVERY DATES18. VOID19. VOID20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER22. PRICE23. TERMS OF PAYMENT24. INVOICING25. RECOVERY OF SUMS DUE26. CHANGES27. CANCELLATION28. PATENTS AND ROYALTIES29. VOID30. NONWAIVER31. NON ASSIGNMENT32. VOID33. VENDORS DRAWINGS AND DATA REQUIREMENT34. TECHNICAL INFORMATION35. SERVICES OF VENDORS PERSONNEL36. VENDORS LIABILITY37. OWNERS MATERIAL38. HEADINGS39. VOID40. VOID41. SUBSTITUTION AND WRONG SUPPLIES42. EFFECT AND VALIDITY OF OFFERMH2145-C000-PS-RFQ-0020Page 94 of 334


1. DEFINITIONSThe following expressions used in the Order shall have meaning indicated againsteach of these:1.1 “OWNER/ PURCHASER” means Hindustan Petroleum Corporation Limited, a<strong>com</strong>pany incorporated in India having its registered office at 17, Jamshedji TataRoad, Mumbai -400 020, and shall include its successors and assignees.1.2 “OWNER’s CONSULTANT/ CONSULTANT” means M/s WORLEYPARSONSappointed for the Project of REWARI KANPUR PIPELINE (RKPL) byHPCL.1.3 "GOODS / MATERIALS" shall mean any of the articles, materials, machinery,equipments, supplies, drawings, data and other property and all servicesincluding but not limited to design, delivery, installation, inspection, testing and<strong>com</strong>missioning specified to <strong>com</strong>plete the order.1.4 "VENDOR / SELLER" shall mean the person, firm or corporation to whom thisOrder is issued. The terms Vendor includes its successors and assigns.1.5 "CONTRACTUAL DELIVERY DATE" shall mean the date on which goods shallbe Delivered at agreed delivery point/ destination in accordance with the termsof the Purchase Order. This contractual delivery date / period is inclusive of allthe lead time for engineering, procurement of raw materials, manufacturing,inspection, testing packing and any other activity whatsoever required to beac<strong>com</strong>plished for affecting the delivery at the agreed delivery point.1.6 "PROCUREMENT COORDINATORS / MANAGERS and CONSULTANTS" shallmean Owner’s/ Purchaser’s authorized representatives appointed asProcurement Coordinator / Managers & Consultants'.1.7 "INSPECTORS" shall mean Inspectors deputed by Owner or ProcurementCoordinator / Managers & Consultants.1.8 "PROJECT" means REWARI KANPUR PIPELINE of HINDUSTANPETROLEUM CORPORATION LIMITED.1.9 The terms ‘Bidder’, ‘Contractor’, `Seller’, `Supplier’ or ‘Vendor’ stated anywherein the Bid Document carry the same meaning.1.10 The terms `Client’, Owner’, Purchaser’ stated anywhere in the Bid Documentrefer to Hindustan Petroleum Corporation Limited (HPCL).1.11 The term Contract’, Order’ or Purchase Order’ stated anywhere in the BidDocument carry the same meaning.1.12 The term MR means Material Requisition’ containing technical requirementsPage 95 of 334MH2145-C000-PS-RFQ-0020


and scope of work (technical), GPC means General Purchase Conditions’containing <strong>com</strong>mercial terms & conditions, PR means PurchaseRequisition’ issued after award of contract incorporating agreed deviations inMR, ATC means Agreed Terms & Conditions’ , RFQ means Request ForQuotation’.1.13 For the purpose of contract, the trade terms FOB, CFR and C&F shall have themeanings as assigned to them by INCOTERMS 2000 published by ICC, Paris.2. REFERENCE FOR DOCUMENTATIONOrder number must appear on order continuation, correspondence, drawings,invoices, shipping notes, pickings and on any documents or papers connectedwith the order.3. CONFIRMATION OF ORDERThe Vendor shall acknowledge the receipt of the Order within 15 (Fifteen) daysfollowing the mailing of this order and shall thereby confirm his acceptance of thisOrder in its entirety without exceptions. The acknowledgment will bear on both Orderand General Purchase Conditions.4. SALES CONDITIONSWith Vendor's acceptance of provisions of this Purchase Order, he waives andconsiders as cancelled any of his general sales conditions. Vendor's standard salesconditions, If any, shall not be applicable to the offer and only the Purchaser's“General Purchase Conditions” shall apply with the exception deviations specificallyagreed between the vendor and the Purchaser and brought out in the PurchaseOrder.5. COMPLETE AGREEMENTThe terms and conditions of this Order shall constitute the entire agreementbetween the parties hereto. Changes will be binding only if the amendments aremade in writing and signed by an authorized representative of the Owner and theVendor.6. INSPECTION-CHECKING-TESTINGThe equipment, materials and workmanship covered by the Order shall be subject toinspection and testing at any time prior to shipment and or dispatch and to finalinspection within a reasonable time after arrival at the place ofdelivery. Inspectorsshall have the right to carry out the inspection and testing which will include the rawmaterials at manufacturer’s shop, at fabricator's shop and at the time of actualdispatch before and after <strong>com</strong>pletion of packing. All tests, mechanical and othersand particularly those required by codes will be performed at the Vendor's expensesand in accordance with Inspector's instructions. The Vendor will also bear theexpenses concerning preparation and rendering of tests required by BoilerInspectorate or such other statutory testing agencies or by any other reputedinspection agencies as may be nominated by the Owner.The salaries and fees of Inspectors and their travelling, lodging and boardingPage 96 of 334MH2145-C000-PS-RFQ-0020


expenses will not be borne by the Vendor unless inspection be<strong>com</strong>es infructuousdue to any omission or <strong>com</strong>mission on the part of the Vendor. Before shipping ordispatch, the equipment and or materials will have to be checked and stamped byinspectors who are authorized also to forbid the use and dispatch of any equipmentand / or materials which during tests and inspection fail to <strong>com</strong>ply with thespecifications, codes and testing requirements.The vendor shall inform Procurement Coordinators / Managers at least eight days inadvance of the exact place, date and time of rendering the equipment or materialsfor required inspection.Provide free access to inspectors during normal working hours to Vendor's or his/itssubVendor's works and place at their disposal all useful means of performing,checking, marking, testing, inspection and final stamping.Even if the inspections and tests are fully carried out, Vendor would not be absolvedto any degree from his responsibilities to ensure that all equipments and materialssupplied <strong>com</strong>ply strictly with requirements as per agreement both duringconstruction, at the time of delivery, inspection, on arrival at site and after itserection or start-up and guarantee period as stipulated in clause 29 hereof.The Vendor's responsibility will not be lessened to any degree due to any <strong>com</strong>mentsmade by Procurement Coordinators / Managers and Inspectors on the Vendor'sdrawings or by Inspectors witnessing any chemical or physical tests.In any case, the equipment and materials must be in strict accordance with theOrder and/or its attachments failing which the Owner shall have the right to rejectthe goods and hold the Vendor liable for non-performance of contract.7. OFFICIAL INSTITUTIONAL TESTINGIn addition to testing and inspection by Inspectors mentioned above, nominatedagencies or similar institutional agencies like Boiler Inspectorate may be assignedfor official testing of all coded equipment. The Vendor shall ensure that allProcedures for preparation and performance of tests prescribed by such Institutionsshall be <strong>com</strong>pleted scrupulously.The Vendor is required to send to such institutions as may be designed by theOwner at least three sets of construction drawings for each equipment andcalculations. All manufacturer's mill's tests certificates and analytical reports frommaterial laboratories in respect of all raw materials and <strong>com</strong>ponents employed shallhave to be presented to such institution's Inspectors in the number of copiesrequired. Vendor shall be responsible for any delay in submission of necessarycertificates. The Vendor shall maintain close liaison with Procurement Coordinatorsand Institution's Inspectors to maintain schedule and delay, if any in this process willnot be taken into consideration as a cause of Force Majeure.8. EXPEDITINGProcurement Coordinators / Managers have been assigned to expedite bothmanufacture and shipment of equipment and materials covered by the PurchaseOrder. The Procurement Coordinators / Managers shall have free access toVendor's shop and/or sub suppliers' shop at any time and they shall be provided allthe necessary assistance and information to help them perform their job.MH2145-C000-PS-RFQ-0020Page 97 of 334


In order to facilitate over-all execution of the order within the contractual deliverydate, Vendor shall furnish to Procurement Coordinators / Managers within 4 weeksof' receipt of Order the required number of copies of documents such as, but notlimited to, schedules/pert charts. Unpriced copies of sub orders / subcontracts,phased program of item wise manufacturing, testing and delivery and any otherinformation / documentation as may be called for the correspondence procurementco-ordinators / Managers. All post order correspondence shall be addressed to theChief Manager - RKPL PIPELINE PROJECT, HPCL, / WORLEYPARSONS(CONSULTANT).9. WEIGHTS AND MEASUREMENTSAll weights and measurements recorded by Procurement Coordinators / Managerson receipt of goods at site will be treated as final.Vendor's shipping/ dispatch documents and invoices must contain the followingdata:I) Unit net weightII) Unit gross weight (packing included)III) Dimensions of packing.10. DISPATCH INSTRUCTIONS10.1 Unless otherwise specifically advised in writing, goods shall not bedispatched without prior inspection, testing and Release Order / MaterialsAcceptance Certificates issued by Inspectors.10.2 In case dispatch by rail is specified in the Purchase Order. Vendor shallexercise due care and ensure that the consignment shall be booked underappropriate railway classification, failing which, any additional freightincurred by Owner due to Vendor's booking the material under a wrongclassification shall be to Vendor's account.10.3 The goods shall be consigned in the name of consignee, which will beinformed in due course, by the most economical road transport as specifiedin Purchase Order.Owner’s warehouse is open to receive Material between 9 AM and 3 P.M onall working days. No goods will be accepted after 3 PM.10.4 Owner / Procurement Coordinators / Managers reserve the right to adviseany change in dispatching point / destination and / or mode of transport, asmay be required.11. OILS & LUBRICANTS (IF APPLICABLE)The first filling of oils and lubricant, if any, required for every equipment shall beincluded in the price and appropriate product manufactured by HindustanPetroleum Corporation Ltd. shall be used. The Vendor shall also re<strong>com</strong>mend thequality / quantity of oils and lubricants required for one year continuous operation.MH2145-C000-PS-RFQ-0020Page 98 of 334


12. SPARE PARTS (IF APPLICABLE)The Vendor must furnish itemised price list of spare parts required for two yearsoperation of the main equipment and prime movers also. The Vendor shall providethe necessary cross sectional drawing to identity the spare parts numbers andtheir location as well as inter-changeability chart.13. PACKING AND MARKINGAll fragile and all exposed parts will be packed with care and the packages shallbear the words: "WITH CARE" both in English and Hindi.All nozzles, pipes and all sheets shall be marked with strips bearing progressivenumbers.All holes and openings as also all delicate surfaces, shall be carefully protectedagainst bad weather.All threaded fittings shall be greased and provided with plastic caps.All manufactured surface shall be painted with rust proof paint.All small pieces shall be packed in cases.The Vendor shall be held liable for all damages or breakage to the goods due todetective or insufficient packing as well as for corrosion due to insufficientprotections. On three sides of the packages, the following marks shall appearclearly visible and in indelible paint and at Vendor's care and expenses:From :For : Hindustan Petroleum Corporation Limited, PIPELINES ProjectDestination :Order No. :Rev. No. :Item :Net weight :Gross Weight :Case No. :Of total cases :MH2145-C000-PS-RFQ-0020Page 99 of 334


Dimensions :For every order and every shipment, package must be marked with serialprogressive numbering. All packages that require special handling and transportshould have their centres of gravity and points at which they may be slung orgripped clearly indicated and marked: "ATTENTION SPECIAL LOAD HANDLEWITH CARE" both in Hindi and English language.14. SHIPMENT/ DESPATCH AND SHIPMENT/ DESPATCH NOTICESThe Vendor shall make shipment/ dispatch only after prior approval by Inspectorswhenever specifically mentioned. In the event of the Vendor having been advisedto hold shipment(s)/ dispatch for any reason whatsoever the Vendor shall hold thematerials in his/its warehouse for at least 30 days without any <strong>com</strong>pensation; orwithout prejudice to any reduction in price already accrued on account of delay.Immediately after shipment/ dispatch, Vendor shall inform dispatch particulars toOwner / Procurement Coordinators as under1(one) Copy of dispatch advice to Dy. General Manager – RKPL PIPELINEPROJECT Copy of dispatch advice to Manager-Procurement & ContractsCONSULTANT2(two) Copies of dispatch advice to Resident Construction Manager,CONSULTANT C/o. HPCL as applicable.The Vendor shall carefully note the destination of materials.The demurrage or other expenses incurred owing to any negligence, delay, defaulton the part of the Vendor will be to Vendor's account.15. CONTROL REGULATIONSThe supply, dispatch and delivery of goods shall be arranged by the Vendor instrict conformity with the statutory regulations including provision of Industries(Development and Regulation) Act 1951 and may amendment thereof asapplicable from time to time. The Owner disowns any responsibility for anyirregularity or contravention of any of the statutory regulations in manufacture orsupply of the stores covered by this order.16. TRANSIT RISKTransit Risk insurance shall be in the scope of vendor and shall be covered by theVendor in his quoted price.17. RESPECT FOR DELIVERY DATESTime of delivery as mentioned in the Order shall be the essence of the contractand no variation shall be permitted except with prior authorization in writing fromthe Owner. Goods should be delivered securely packed and in good order andcondition at the place and within the time specified in the Order for their delivery.Where no delivery period is expressly stated, it shall be construed as seven daysMH2145-C000-PS-RFQ-0020Page 100 of 334


from the date of placing the order. The Owner reserves the right to defer theperiod of delivery in writing. Where no delivery is expressly stated, it shall beconstrued as seven days (from the date of LOI).18. VOID19. VOID20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENTIn case the testing and inspection at any stage by Inspectors reveal theequipment, material and workmanship do not <strong>com</strong>ply with specification andrequirements, the same shall he removed by the Vendor at his its own expenseand risk within the time allowed by the Owner. The Owner shall be at liberty todispose of such rejected goods in such manner as may think appropriate. In theevent, the Vendor fails to remove the rejected goods within the period asaforesaid, all expenses incurred by the Owner for such disposal shall be to theaccount of the Vendor. The freight paid by the Owner, if any, on the inward journeyof the rejected materials shall be reimbursed by the Vendor to the Owner beforethe rejected materials are removed by the Vendor.The Vendor will have to proceed with the replacement of that equipment or part ofequipment without claiming any extra payment if so required by the Owner.The time taken for replacement in such event will not be added to the contractualdelivery period.21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNERThe transfer of property shall be deemed to have taken place as FOR destinationlocation: On taking delivery from the transporters at the destination location.22. PRICEUnless otherwise agreed to in the terms of the Order the price shall be:Firm and not subject to escalation for any reason whatsoever till the execution ofentire order, even though it might be necessary for the order execution to takelonger than the delivery period specified in the order.23. TERMS OF PAYMENTPlease refer Special Condition of Purchase.24. INVOICINGPlease refer Special Condition of Purchase.25. RECOVERY OF SUMS DUEWhenever any claim against the Vendor for payment of a sum of money arises outof or under tile contract, the Owner shall be entitled to recover such sums from anysum due to them or which at any time thereafter may be<strong>com</strong>e due from the Vendorunder this or any other contract with the Owner and should this sum be notsufficient to cover tile recoverable amount, tile Vendor shall pay to the Owner ondemand tile balance remaining due.MH2145-C000-PS-RFQ-0020Page 101 of 334


26. CHANGESThe Owner has the option at any time to make changes in quantities ordered or inspecification and drawings. If such changes cause an increase or decrease in theprice or in the time required for supply, an equitable adjustment under thisprovision must be finalized within 10 days from the date when change is ordered.27. CANCELLATIONThe Owner reserves the right to cancel this Order or any part thereof and shall beentitled to rescind the contract wholly or in part in a written notice to the Vendor if,(i) The Vendor fails to <strong>com</strong>ply with the terms of this Order.(ii) The Vendor fails to deliver the goods on time and or replace the Rejectedgoods promptly.(iii) The Vendor be<strong>com</strong>es bankrupt or goes into liquidation.(iv) The Vendor makes a general assignment for the benefit of creditors.(v) A receiver is appointed for any of the property owned by the Vendor.Upon receipt of the said cancellation notice, the Vendor shall discontinue all workon the Order and matters connected with it.The Owner in that event will be entitled to procure the requirement in the Openmarket and recover the excess payment over the Vendor's agreed price, if any,from the Vendor, reserving to itself the right to forfeit the security deposit, if anymade by the Vendor against the contract.The Vendor is aware that the said goods are required by the Owner for theultimate purpose of materials production and that non delivery may cause loss ofproduction and consequently loss of profit to the Owner, In the event of the Ownerexercising the option to claim damages for non-delivery other than by way ofdifference between the market price and the contract price, the Vendor shall pay tothe Owner the fair <strong>com</strong>pensation to be agreed upon between the Owner and theVendor.The provision of this clause shall not prejudice the right of tile Owner from invokingthe provisions of clause' Delayed Delivery/ Price Reduction Schedule as stated inthe tender.The Owner may terminate the order at any time if the Vendor does not adhere toor all agreed terms and conditions. In such case the Owner has the option to buy<strong>com</strong>plete or in<strong>com</strong>plete <strong>com</strong>ponents with or without verification/Inspection atmutually agreed prices.28. PATENTS AND ROYALTIESVendor shall protect and fully indemnify the purchaser from any claims forinfringement of patents, copy right, trade make or the like.Page 102 of 334MH2145-C000-PS-RFQ-0020


Vendor shall also protect and fully indemnify the Purchaser from any claims fromVendor's Work men employees, their heirs, dependents, representatives etc. orfrom any other person/persons or bodies/<strong>com</strong>panies etc. for any act of<strong>com</strong>mission or omission while executing the order.Vendor shall be responsible for <strong>com</strong>pliance with all requirements under the lawsand shall protect and indemnify <strong>com</strong>pletely the Purchaser from any claim/penalties arising out of any infringements.On acceptance of this order, the Vendor will be deemed to have entirelyindemnified the Owner and Procurement Coordinators/Managers from any legalaction or claims regarding <strong>com</strong>pensation for breach of any patent rights.29. VOID30. NON WAIVERFailure of the Owner/Procurement Coordinators/consultants to insist upon any ofthe terms or conditions incorporated in the Order or failure or delay to exercise anyright or remedies or by law or failure to properly notify Vendor in the event ofbreach, or the acceptance of, or payment of any goods hereunder or approval ofdesign shall not release tile Vendor and shall not be deemed a waiver of any rightof the owner or procurement Coordinators / Managers to insist upon the strictperformance thereof or of any of his or their rights or remedies as to any suchgoods regardless of when goods are shipped, received or accepted nor shall anypurported oral modification or revision of the order by Procurement Coordinators /Managers act as waiver of tile terms hereof.31. NON ASSIGNMENTThe Order shall not be assigned to any other agency by the Vendorwithoutobtaining prior written consent of Owner. Any assignment of this Order or of anyof the rights hereunder in any manner or under any certificates by operation of thelaw or otherwise shall be void without prior written consent at the Purchaser.32. VOID33. VENDOR'S DRAWINGS AND DATA REQUIREMENTThe Vendor shall submit drawings, data and documentation in accordance with butnot limited to what is specified in the requisition and / or in Vendor drawings anddata form attached to the Order as called for in clause 8, viz, 'Expediting' above.The types, quantities and time limits of submitting this must be respected in itsentirety failing which the Order shall not be deemed to have been executed for allpurposes including settlement of payment since the said submission is an integralpart of Order execution. For all purposes the Owner reserve the right to withholdand / or deduct from any payments due to the seller.MH2145-C000-PS-RFQ-0020Page 103 of 334


34. TECHNICAL INFORMATIONDrawings, specifications & details shall be the property of the Owner and shall bereturned by the Vendor on demand. The Vendor shall not make use of drawingand specifications for any purpose at any time save and except for the purpose ofthe Owner.The Vendor shall not disclose the technical information furnished to or gained bythe Vendor under or by virtue or as a result of the implementation of this Order toany person, firm or body or corporate authority and shall make all endeavors toensure that the technical information is kept CONFIDENTIAL.The technical information imparted and supplied to the Vendor by the Owner shallat all times remain the absolute Property of the Owner.35. SERVICES OF VENDOR'S PERSONNEL (NOT APPLICABLE FOR THISTENDER)Upon two weeks advance notice, the Vendor shall depute the necessarypersonnel to site for supervision of erection and start-up of the equipment and trainfew of the Owner's personnel for the operation and maintenance of the equipmentif required, by the Owner. The terms and conditions for the services of the Vendorshall be mutually settled.36. VENDOR'S LIABILITYThe Vendor's workmen or employees shall under no circumstances be deemed tobe in Owner's employment and the Vendor shall hold himself responsible for anyclaim or claims which they or their heirs, dependents, personal representativesmay have or make for damages or <strong>com</strong>pensation for anything done or <strong>com</strong>mittedto be done in the course of carrying out the work covered by this Order whetherarising on Owner premises or elsewhere and agrees to indemnify the Owneragainst any such claim or claims if made against the Owner and all cost (between attorney and client) of proceedings, suits or action which the Ownermay incur / sustain in respect of the same. The Vendor shall also procure andkeep in force at his own cost <strong>com</strong>prehensive Automobile Liability insurance foradequate coverage in respect of all his vehicles visiting or plying in projectpremises. The Vendor shall also be responsible for <strong>com</strong>pliance of existing laws inrespect of their workman and employees.37. OWNER'S MATERIAL(a) Owner's material shall be delivered to the Vendor against submission of BankGuarantee for indemnifying the full value there of strictly in the manner and asper proforma of bank Guarantee approved by the Owner.(b) Wherever possible the material shall be consigned to Vendor's siding. In theevent the Vendor does not have any siding, materials shall be consigned to thePublic siding/goods depot to be specifically confirmed by Vendor Loading /Unloading and any handling from the siding/destination shall be arranged bythe Vendor at his responsibility and cost.MH2145-C000-PS-RFQ-0020Page 104 of 334


(c) The Vendor shall give a firm and binding list of Owner issue materials and thedesired schedule of its delivery to Shop floor strictly in accordance with thesequence of fabrication vis-a-vis the contract delivery period.(d) Unused material or scrap from material supplied by the Owner to the Vendorshall be returned by the Vendor to the Owner.38. HEADINGSThe headings of the conditions hereof shall not affect construction thereof:39. VOID40. VOID41. SUBSTITUTION AND WRONG SUPPLIESUnauthorised substitution or materials delivered in error or of wrong description orquality or supplied in excess quantity or rejected goods shall be returned to theVendor at the Vendors cost and risk.42. EFFECT AND VALIDITY OF OFFER:The submission of any bid with connected documents and specification containedunder’s request for quotation shall constitute a bid and the vendor shall have nocause for action or claim against the consultant / purchaser for rejection of his Bid.The consultant / purchaser shall always be at liberty to accept or reject any or allbids at their sole discretion and any such action will not be called into question andthe vendor shall have no claim in this regard against consultant / purchaser.MH2145-C000-PS-RFQ-0020Page 105 of 334


Chapter: 4SPECIAL CONDITIONSOFCONTRACTMH2145-C000-PS-RFQ-0020Page 106 of 334


MH2145-C000-PS-RFQ-0020Page 107 of 334INDEX1.0 GENERAL2.0 SCOPE OF WORK / SUPPLY3.0 BID PRICES, TAXES & DUTIES AND VARIATION THEREOF4.0 PAYMENT TERMS5.0 INSURANCES6.0 INSURANCE FOR FREE ISSUE MATERIAL7.0 COMPLIANCE WITH LAWS8.0 ROYALTY9.0 PROVIDENT FUND, LABOUR, LABOUR LAWS AND SITEREQUIREMENTS10.0 SITE FACILITIES11.0 ROUNDING OFF12.0 ADDITIONAL / EXTRA WORKS13.0 CONTRACTOR's BILLING SYSTEM14.0 AUDITS OF CONTRACT15.0 LIABILITY CLAUSE - GOVERNMENT OF INDIA NOT LIABLE16.0 ARBITRATION17.0 SUB-CONTRACTOR18.0 BREACH OF CONTRACT19.0 MOBILIZATION ADVANCE20.0 INDEMNITY BOND21.0 VOID22.0 OVERALL LIABILITY23.0 JURISDICTIONS24.0 SELLER'S STANDARD CONDITIONS25.0 PATENTS, INFRINGEMENT & INDEMNITY26.0 SUPPLY OF WATER, POWER & OTHER UTILITIES27.0 TIME OF COMPLETION28.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES29.0 COMPOSITE PERFORMANCE BANK GUARANTEE30.0 SUBSEQUENT LEGISLATION31.0 IMPORT LICENCE32.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS33.0 INTELLECTUAL PROPERTY34.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS35.0 STATUTORY APPROVALS36.0 SINGLE POINT RESPONSIBILITY37.0 MEASUREMENTSOF WORKS38.0 QUALITY ASSURANCE/ QUALITY CONTROL39.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT40.0 SITE CLEANING41.0 COMPLETION DOCUMENTS42.0 COORDINATION WITH OTHER AGENCIES43.0 ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL


44.0 DRAWINGS AND DOCUMENTS45.0 HOUSE KEEPING46.0 PROTECTION OF EXISTING FACILITIES47.0 WORK FRONT48.0 CONTRACTOR's SITE OFFICE AND STORES49.0 CONSTRUCTION50.0 CONSTRUCTION EQUIPMENT AND ORGANIZATION51.0 MECHANISED CONSTRUCTION52.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION53.0 REPAIR OF PIPE DEFECTS54.0 LOCATION OF STORAGE YARD55.0 WORKING HOURS56.0 TESTS AND INSPECTION57.0 INSPECTION OF SUPPLY ITEMS / MATERIALS58.0 FINAL INSPECTION59.0 TEMPORARY WORKS60.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE61.0 UNDERGROUND AND OVERHEAD STRUCTURES62.0 TEST CERTIFICATES63.0 EXECUTION OF ELECTRICAL WORKS64.0 HYDROSTATIC TESTING65.0 MAKE OF MATERIALS66.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM67.0 RESPONSIBILITY OF CONTRACTOR68.0 CHECKING OF LEVELS69.0 STORAGE FACILITIES70.0 WORK PERMIT71.0 DELETED72.0 GOVT. ACTS/ REGULATIONS73.0 SUBSTITUTION, WRONG SUPPLIES AND SHORT SUPPLIES 74.0CEMENT & STEEL75.0 CONSTRUCTION RIGHT OF USE AND PERMITS:76.0 DELETED77.0 COMPENSATION FOR DELAY/ LIQUIDATED DAMAGES FOR WORKS78.0 PRICE REDUCTION FOR DELAY IN DELIVERY FOR SUPPLY79.0 QUANTITY VARIATION FOR SUPPLY80.0 RECOVERY OF FAILURE OF ITEMS FOR SUPPLY81.0 SUBMISSION OF COLOURED PHOTOGRAPHS & VIDEOTAPE82.0 PRICE ADJUSTMENT DUE TO DELAYED MOBILIZATION OR SHORTFALLIN MOBILISATION OF MINIMUM EQUIPMENT AND MANPOWER83.0 SPECIFIC REQUIREMENTS84.0 REGISTRATION OF THE CONTRACT WITH STATUTORYAUTHORITIES85.0 LABOUR RATESMH2145-C000-PS-RFQ-0020Page 108 of 334


1 GENERAL1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions ofContract (GTC) and General Purchase Conditions (GPC) also referred to as General Terms &Conditions of Contract, Schedule of Rates, specifications of work, drawings and any otherdocument forming part of this Contract wherever the context so requires.1.2 Notwithstanding the sub-division of the document into these separate Chapter and volumes,every part of each shall be deemed to be supplementary of every other part and shall be readwith and into the Contract so far as it may be practicable to do so.1.3 Where any portion of the GTC is repugnant to or at variance with any provisions of the SpecialConditions of Contract, then unless a different intention appears, the provision(s) of the SpecialConditions of Contract shall be deemed to override the provision(s) of GTC only to the extent thatsuch repugnancies or variations in the Special Conditions of Contract are not possible of beingreconciled with the provisions of GTC.1.4 Wherever it is stated in this Bidding Document that such and such a supply is to be affected orsuch and such a work is to be carried out, it shall be understood that the same shall be affectedand/or carried out by the CONTRACTOR at his own cost, unless a different intention isspecifically and expressly stated herein or otherwise explicit from the context. Contract Price shallbe deemed to have included such cost.1.5 The materials, design & workmanship shall satisfy the applicable relevant International / IndianStandards, the job specifications contained herein & codes referred to. Where the jobspecifications stipulate requirements in addition to those contained in the standard codes andspecifications, these additional requirements shall also be satisfied. In the absence of anyStandard / Specifications / Codes of practice for detailed specifications covering any part of thework covered in this bidding document, the instructions / directions of HPCL /WORLEYPARSONS will be binding upon the CONTRACTOR.1.6 In case of contradiction between relevant International / Indian standards, GTC, SpecialConditions of Contract, Specifications, Drawings and Price Schedule / Schedule of Rates, thefollowing shall prevail in order of precedence.i) Purchase Order along with Statement of Agreed Variations, if any, and its enclosures.ii) Price Schedule / Schedule of Rates with Quantities.iii) Fax of Intent (FOI)/Letter of Intent (LOI)iv) Scope of Workv) Technical Specificationsvi) Drawingsvii) Special Conditions of Contract (SCC)MH2145-C000-PS-RFQ-0020Page 109 of 334


viii) General Terms & Conditions of Works Contract (GTC) / General Condition of Purchase(GPC)ix) Instructions to Bidders (ITB)x) Relevant Indian / International Standards/ Specifications.1.7 DEFINITIONS / NOTES1.7.2 The terms 'Client', 'Owner', 'Purchaser' stated anywhere in the Bid Document refer to HindustanPetroleum Corporation Limited (HPCL).1.7.3 The term 'Consultant' shall mean WORLEYPARSONS.1.7.4 The term 'Contract', 'Order' stated anywhere in the Bid Document carry the same meaning.1.7.5 Any reference to the Govt. Acts / Regulations etc. in the Bid Document is only indicative, and itis entirely for the Bidder to ascertain the applicable Acts/Regulations.1.7.6 TOTAL CONTRACT VALUE/TOTAL ORDER VALUEThe total contract value / total order value would mean the total cost inclusive of taxes, levies andall other costs at which the contract is awarded but exclusive of value of items in scope of HPCL'ssupply (i.e. free issue material value).1.7.7 Part - I shall <strong>com</strong>prise of Pipe laying works from Rewari to SV-6 (both inclusive). Each part shallbe executed in 2 spreads to maximize the output/ productivity.1.7.8 Part - II shall <strong>com</strong>prise of Pipe laying works from SV-6 to Kanpur (i.e, excluding SV-6 but includingSaiyyadpur Pran and Kanpur).Each part shall be executed in 2 spreads to maximize the output/productivity.2.0 SCOPE OF WORK / SUPPLYThe scope of work covered in this Contract will be as described in Particular job specifications,Standard Specifications, Schedule of Rates etc. The scope of supply covered in this Contract willbe as described in Appendix-I, Particular Job Specifications, Standard Specifications, Scheduleof Rates etc. It is however, explicitly understood that scope described is not limiting, in so far asthe responsibilities of the contractor are concerned and shall include, interalia, carrying out anyand all works and providing any and all facilities as are required to <strong>com</strong>plete the works in allrespect.3.0 BID PRICES, TAXES & DUTIES AND VARIATION THEREOF3.1 BID PRICESMH2145-C000-PS-RFQ-0020Page 110 of 334


3.1.1 Prices shall be furnished strictly in the appropriate price Schedule format enclosed with the biddocument.3.1.2 Quoted prices for supply/ services shall remain firm and fixed till <strong>com</strong>plete execution oforder irrespective of any change in cost of raw material, labour, statutory or otherwise andor variation in quantities.3.1.3 Bidder's quoted prices shall be deemed to include entire scope of work and all obligations andresponsibilities to be carried out/ executed by the Bidder as per terms of bid document.3.1.4 The supplier / contractor agrees to and does hereby accept full and exclusive liability for thepayment of Anti-Dumping Duty now or hereafter imposed, increased, modified. Tax deductionswill be made as per the rules and regulations in force in accordance with acts prevailing from timeto time.3.1.5 Quoted prices must be net of discount, if any.3.2 TAXES & DUTIES3.2.1 The following shall be appended as sub clause no.7.d.6 is appended to clause 7.d of GTC:3.2.1.1 This is vendor's responsibility to correctly ascertain all applicable taxes & duties (includingentity tax and Octroi if applicable) for subject tender and should quote accordingly. The biddershall be exclusively responsible for taxes & duties quoted in the offer and evaluation (on thebasis as defined at point no. 1.0 of RFQ) as well as payment shall be made against the quotedtaxes & duties (including entity tax and Octroi if applicable) only.3.2.1.2 Bidder shall not be allowed to change taxes/duties after tender due date/extended due datewithout the written consent of HPCL.3.2.2 In<strong>com</strong>e Tax / Corporate Tax:3.2.2.1 As regards In<strong>com</strong>e Tax, Surcharge on In<strong>com</strong>e Tax or any other Corporate Tax payable by theBidder for reason of the contract awarded, and / or on their expatriate personal, the Owner shallnot bear any Tax liability whatsoever, irrespective of the mode of construction of contract / order.The Bidder shall be liable and responsible for payment of such tax, if attracted under theprovision of Indian In<strong>com</strong>e Tax Act.3.2.2.2 Bidder may note that if any tax is deductible at source as per Indian In<strong>com</strong>e Tax Law, or anyother Law applicable as per Govt. of India the same will be so deducted before releasing anypayment to the Bidder and a TDS (Tax deducted at source) certificate will be furnished to theBidder. Accordingly, Bidder shall have the responsibility to check and include such provision oftaxes in the prices.3.2.2.3 In case of delay in delivery due to reasons attributable to bidder, any new or additional taxes orMH2145-C000-PS-RFQ-0020Page 111 of 334


duties levied by statutory authorities during this period shall be borne by the Bidder.3.3 VARIATIONS OF TAXES AND DUTIESi) WorksVariation of taxes & duties quoted in the bid arising out of the amendments to the Central / Stateenactments and introduction of new tax on finished goods in respect of sale of goods / servicescovered under this bid shall be to HPCL’s account, so long as :a) They relate to the period after the opening of the un-price bid, but before the contracted<strong>com</strong>pletion period (excluding permitted extensions due to delay on account of thecontractors, if any) or the actual <strong>com</strong>pletion period, whichever is earlier. The words statedas “opening of the price bid” at 2 nd bulleted point under clause no.7.d.1 of GTC shallbe read as “opening of the un-priced bid”.b) The vendor furnishes documentary evidence of incurrence of such variations.c) The variation as above shall be paid for any new statutory tax/levy introduced for the firsttime as per the above referred period.ii) SupplyVariations of taxes and duties quoted in the bid and arising out of the amendments to theCentral / State enactments and introduction of new tax on finished goods, in respect of saleof goods / services covered under this bid shall be to HPCL's account, so long as :• They relate to the period after the opening of the un-price bid, but before thecontracted <strong>com</strong>pletion period (excluding permitted extensions due to delay on account ofthe contractors, if any) or the actual <strong>com</strong>pletion period, whichever is earlier; and• The vendor furnishes documentary evidence of incurrence of such variations.• The variation as above shall be paid for any new statutory tax/levy Introduced for the firsttime as per the above referred period.3.3.1 However, any increase in the rate of these taxes and duties beyond the contractual deliveryperiod shall be to Contractor's / Bidder’s account.3.3.2 In case of delay in delivery/Delay in <strong>com</strong>pletion due to reasons attributable to bidder, any new oradditional taxes or duties levied by statutory authorities during this period shall be borne by theBidder.3.3.3 Any decrease in the rate of these taxes and duties shall be passed on to the Purchasereven after contractual delivery period.3.3.4 Irrespective of taxes/duties quoted by bidder in the tender, bidder shall be fully responsible forMH2145-C000-PS-RFQ-0020Page 112 of 334


the payment of any and all taxes, duties, octroi, rates, cess, levies, including taxes applicablebased on location of site and statutory payments payable under all or any of the statutes etc.3.3.5 Towards service tax / VAT quoted, bidder would be required to submit tax invoice (with servicetax / VAT registration number) at the time of payment (in case job is awarded to the bidder).3.3.6 However if any new taxes etc. is in substitute of existing taxes, same will be considered on meritof each case.3.3.7 BIDDERS TO QUOTE CONSIDERING CST/VAT/SALES TAX APPLICABLE AT FULLRATES SINCE FOR THIS TENDER HINDUSTAN PETROLEUM CORPORATION LIMITEDSHALL NOT ISSUE "C" FORM.3.3.8 Until & unless specified explicitly in tender, Road Permit shall not be issued by HPCL.3.3.9 For considering statutory variation in taxes & duties, the bidder's quoted rate shall beceiling.3.3.10 CUSTOM DUTY & CIF COMPONENT3.3.10.1 The Contract Price shall include the following duties i.e Custom Duties, CVD, additional CVD forall materials and consumables envisaged to be imported for incorporation in the permanentworks. It shall be clearly understood by the Contractor that custom duty shall neither be paid norreimbursed by Employer/Consultant. Contractor shall be fully responsible for port clearanceincluding stevedoring, handling, unloading, loading, storage, inland transportation and receipt ofmaterials at site etc. and cost thereof shall be included in the contract price. The contractor shallalso be fully responsible for any delays, penalties, demurrages, shortages and other chargesand losses, if any, in this regard.3.3.10.2 In case bid is based on certain imported raw materials/<strong>com</strong>ponents required for manufacture ofoffered goods, such Bidder shall furnish his prices based on the basis of Merit Rate of customduty and same shall be included in the quoted price.3.3.10.3 Bidder shall furnish the quantum of imports involved for imports of necessary raw materials and<strong>com</strong>ponents giving CIF value on unit basis of imports considered and included in quoted FOTdispatch point prices.3.3.10.4 In case of bidder's proposal on the basis of Merit Rate of Customs Duty for their built-in importcontent, bidder shall ascertain the applicable merit rate(s) of Customs duty, and shall be solelyresponsible towards applicability and correctness of such rates.3.3.10.5 The bidder is required to check the applicability of Customs duty, CVD, Education Cess etc. at thepresent rates at the time of bid. Bidder shall be solely responsible for obtaining such benefits, underthe above said notification, which were considered in their bid and in case of failure to receive suchbenefits; the Owner will not <strong>com</strong>pensate the bidder. Further <strong>com</strong>pliance of necessary statutoryMH2145-C000-PS-RFQ-0020Page 113 of 334


stipulations including obtaining requisite license and liasioning with statutory authorities for<strong>com</strong>pleting all formalities in this regard shall be solely the bidder's responsibility. Owner shall not beresponsible for any non-<strong>com</strong>pliance and/or lack of information on the part of bidder in this respect.Also, Indian Bidder shall produce documents to the satisfaction of Customs Authorities/ Owner/Owner's consultant that the materials imported have been exclusively and fully utilized for theexecution of the supplies covered in the Order only.3.3.10.6 Any foreign exchange rate variation on the actual CIF value of import content but subject to themaximum of such variation payable on quoted CIF value, as applicable on the date of bill of lading(TT Selling rate) of import content, shall be to Owner's account. However, any increase in CIF valueof import content on account of such exchange rate variation beyond the contractual delivery period,shall be to Bidder's account and any decrease shall be passed on to Owner.3.3.10.7 In the event raw materials/<strong>com</strong>ponent's procurement is delayed beyond the contractual deliverySchedule, foreign exchange rate and customs duty rate prevailing on the last date of suchcontractual delivery Schedule, or actuals, whichever is lower shall be taken as the base for paymentof variation on these accounts.3.3.10.8 Bidder shall consider the exchange rate (TT selling rate) of the date, as on one week prior to bid duedate/ extended due date (as per SBI, Mumbai) for conversion of built-in CIF import content in theirquoted FOT dispatch point prices.3.3.10.9 Foreign Exchange rate variation and Customs duty variation on CIF content as referred above shallbe payable on documentary evidence like Bill of Entry, Bank advice etc. or any other document assought by HPCL shall be submitted by the bidder along with each invoice for such adjustment.3.3.10.10 Any statutory variation in the rate of customs duty on the date of actual imports(including anyconsequential variation in customs duty on account of foreign exchange rate variation) on the actualCIF value of import content, but subject to maximum of such duty payable on quoted CIF value, shallbe to Owner's account. However, any increase in the rate of customs duty beyond the contractualdelivery period shall be to Bidder's account and any decrease shall be passed on to Owner.No variation in CVD shall be payable by Owner.3.3.10.11 It is the responsibility of Bidder to take into consideration the applicable rates for Customs duty,CVD, Education Cess etc. and indicate rates considered along with the customs classification.3.3.10.12 In case, there is no Import Content in the quoted prices, Bidders to mention "NA" (NotApplicable) in the relevant columns of related format)3.3.11. No set off (including set off on account of taxes/duties) shall be considered in evaluation fordeciding L1 bidder.MH2145-C000-PS-RFQ-0020Page 114 of 334


4.0 PAYMENT TERMS4.1 Payment Terms for Works4.1.1 Basis and terms of payment shall be as set out in Appendix-IV to SCC.4.1.2 Progress payment shall be made to the Contractor against running bills as per Order whilewithholding retention money as per the General Terms & Conditions of Work Contract.Note :(i) All payments except final bill can be released in 2 (two) stages as follows :75% of bill amount duly re<strong>com</strong>mended by WORLEYPARSONS/ HPCL shall be paid in 7days of receipt of certified bill at HPCL disbursement section. Balance 25% to be paid afterverification / certification within 30 days of receipt of certified bill at HPCL disbursementsection.Final bill which shall be paid within 30 days of receipt of certified bill at HPCLdisbursement section, <strong>com</strong>plete in all respects as per tender.(ii) Wherever possible payment shall be tendered to Contractor in electronic mode ( e-payment ) through any of the designated banks. The Contractor will <strong>com</strong>ply by furnishingthe particulars of Bank account (mandate — as per Proforma Annexed) to which paymentwill be routed. Owner reserves the right to make payment in any alternate mode also. TheContractor shall provide accurate particulars of PAN number as required to enableissuance of TDS certificate.IN CASE THE ORDER IS FINALISED ON BIDDER AND THE MANDATE FORPROCESSING E-PAYMENT HAS NOT BEEN SUBMITTED BY BIDDER, THEN THEPAYMENT MAY NOT BE EFFECTED TILL THE SUBMISSION OF E-MANDATE BYBIDDER AND UPDATION OF NECESSARY AT OUR END. ANY CONSEQUENT DELAYSIN PAYMENT WILL BE TO BIDDER’S ACCOUNT AND HPCL SHALL NOT BERESPONSIBLE FOR THE SAME.IN CASE THE E-MANDATE HAS BEEN SUBMITTED EARLIER THE SAME IS NOTREQUIRED TO BE RE-SUBMITTED.(iii)(iv)(v)No Interest charges for delay in payments, if any, shall be payable by the Owner.Security Deposit / Performance Bank Guarantee shall be provided as per theprovisions contained in General Terms and Conditions of Contract.Bidders to note that Advance Payment is not permissible in the contract.MH2145-C000-PS-RFQ-0020Page 115 of 334


4.1.3 Unless otherwise stated the tender is on item rate basis. The quantities in the Schedule ofQuantities approximately indicate the total extent of work. Payment will be made on the actualquantities executed at site. Contractor shall prepare the Bills/ Invoices State & Spread wise.4.1.4 Documents to be submitted along with Running Account (RA) Bill.A. Bill Specifici) Invoice in quadruplicateii) Measurement sheet duly signed by contractor and certified by WORLEYPARSONS( or HPCL)iii) Abstract of measurement sheet and work done till previous bill, the running andcumulative quantity certified by WORLEYPARSONS / HPCL.i v) Documentary evidence towards payment of ESI , EPF etc. as per statute.v) Wage sheets for the labour engaged.vi) Undertaking that Contractor has <strong>com</strong>plied with all statutory requirements includingupdation of QA/QC, CTE and other Registers as required under the Order duringthe period for which the progress payment has been claimed.vii) MTC, IRN for supply items.viii) Details / statement of Payments made to all sub-vendors along with relevantacquitances pertaining to the paymentsix) Documents in support of reimbursement claimed on account of Entry Tax &Octroi for movement of free issue Material Supplied by HPCL.B. Generali) Copy of valid Contractor's "All Risk Policy"(if applicable)ii) Copy of Indemnity Bond for Free Issue Material (if FIM applicable)iii) Copy of valid Employee Insurance Policy.iv) Copy of valid Workman Compensation Insurance Policy.v) Power of Attorney in the name of person signing the bill & person signingthe Indemnity bond.vi) Any other document as required by WORLEYPARSONS / HPCL.4.1.5 Documents to be submitted along with Final Bill.i ) Invoice in quadruplicatei i) Measurement Sheet duly signed by contractor and certified by WORLEYPARSONS /HPCLi ii) Abstract of measurement sheet with cumulative quantity certified by WORLEYPARSONS /HPCL.i v) No-Claim Certificate declaring that there are no balances or pending Claims from HPCLtowards the subject Orderv) No-Due declaration indicating that there are no balance dues to his sub-vendor / subcontractorsalong with the Final Bill.vi) Copies of statutory documents as required by WORLEYPARSONS / HPCL.vii) Reconciliation statement of HPCL supplied materialMH2145-C000-PS-RFQ-0020Page 116 of 334


viii) Site clearance including dismantling of temporary store / office as instructed byWORLEYPARSONS / HPCL.i x) All required technical documents stated elsewhere in the tender document.x) Documents in support of reimbursement claimed on account of Entry Tax & Octroi formovement of free issue Material Supplied by HPCL.4.2 Payment Terms for Supply4.2.1 Basis and terms of payment shall be as set out in Appendix-IV of SCC.4.2.2 Payment against invoice shall be made on receipt of equipment / materials at site againstsubmission of following documents along with your Bill / Invoice:4.2.3 Deletedi) Delivery Challan / Lorry Receiptii) Manufacturer's Test Certificateiii) Third Party inspection / Clearance reportiv) Manufacture's Guarantee Certificatev) Copy of Performance Bank Guarantee for 10% Basic Order Valuevi) Any other document specified in the Order.The financial settlement of Vendor's invoice is liable to be withheld in the event the Vendor hasnot <strong>com</strong>plied with submission of drawing data and such documentation as called for in Order and/ or as required otherwise.4.2.4 Bidders to note that Advance Payment is not permissible in the contract.4.2.5 Payment shall be made in accordance with the following provisions:The time for payment of invoices shall run only from the date of approval specified in the order orfrom the date of receipt of Vendor's correct invoices, whichever is later.Wherever possible, payment shall be tendered to the contractor in electronic mode (e-payment)through any of the designated banks. The contractor will <strong>com</strong>ply by furnishing full particulars ofBank account (mandate) to which the payments will be routed. Owner reserves the right to makepayment in any alternate mode also.IN CASE THE ORDER IS FINALISED ON BIDDER AND THE MANDATE FOR PROCESSING E-PAYMENT HAS NOT BEEN SUBMITTED BY BIDDER, THEN THE PAYMENT MAY NOT BEEFFECTED TILL THE SUBMISSION OF E-MANDATE BY BIDDER AND UPDATION OFNECESSARY AT OUR END. ANY CONSEQUENT DELAYS IN PAYMENT WILL BE TOBIDDER’S ACCOUNT AND HPCL SHALL NOT BE RESPONSIBLE FOR THE SAME.IN CASE THE E-MANDATE HAS BEEN SUBMITTED EARLIER THE SAME IS NOT REQUIREDTO BE RE-SUBMITTED.MH2145-C000-PS-RFQ-0020Page 117 of 334


4.2.6 No Interest charges for delay in payments, if any, shall be payable by the Owner.4.2.7 Performance Bank Guarantee (PBG) shall be provided as per the provisions containedin GTC. PBG shall be released only after receipt of clearance in the form of NO duesfrom the Sub-vendors.4.2.8 INVOICINGCENVATABLE Invoices and other documents such as TR/RR/GC note, delivery challan etc. shallbe sent as hereunder:Original + 2 copies to Sr. Manager (Finance), Project Finance Dept. HPCL, 8 th Floor Scope Minar,Laxminagar, New Delhi-110092.2 copies to Resident Construction Manager of the Project1 copy to Project Dept. of the Consultant1 copy to Project Manager, SiteThe bills will be reduced by the amount recoverable, if applicable, towards Price Reduction fordelay in delivery.4.2.8 Service tax quoted by Bidder under option-2 clause no.11.15 of ITB with abatement ifapplicable) on value of free issue material, shall be paid extra at actual against submission ofcenvatable invoice.4.2.8.1 Bidder should also indicate HPCL's service tax portion in his bill, if payable by therecipient (HPCL), however the same will not be added in bill amount.4.2.8.2 Entry Tax & Octroi shall be reimbursed for movement of free issue Material Supplied byHPCL. The contractor shall furnish documentary evidence based on which payment will be done.4.3 Payment OfficePayment will be released towards submission of duly certified Running Account Bills atDisbursement section atFinance Department - RKPL Project,Hindustan Petroleum Corporation Limited,8th Floor, North TowerSCOPE Minar, Laxmi Nagar District CentreDelhi-110092MH2145-C000-PS-RFQ-0020Page 118 of 334


5.0 INSURANCESComprehensive MCE Insurance shall be taken by HPCL excluding transit insurance whichshall be arranged & borne by bidder.6.0 INSURANCE FOR FREE ISSUE MATERIALComprehensive MCE Insurance shall be taken by HPCL.7.0 COMPLIANCE WITH LAWSThe Contractor shall abide by all applicable rules, regulations, statutes, laws governing theperformance of works in India, including but not limited to the following:i) Contract Labour (Regulation & Abolition) Act 1970 & the centre rules,1971 framed there under.ii) Payment of Wages Act.iii) Minimum Wages Act.iv) Employer's Liability Act.v) Factory Act.vi) Apprentices Act.vii) Workman's Compensation Act.viii) Industrial Dispute Act.ix) Environment Protection Act.x) Wild life Act.xi) Maritime Act.xii) Building and other works contract act 1996xiii) Any other Statute, Act, Law as may be applicable.8.0 ROYALTY8.1 All royalties etc., as may be required for any Entry permits, including right of way etc., to bearranged by CONTRACTOR shall be deemed to have been included in the quoted prices. HPCLwill not be able to obtain exemption from payment of Royalty charges. Bidders have to take care of thisaspect while submitting their bids.8.2 CONTRACTOR's quoted rates should include the royalty on different applicable items as per theprevailing State Government rates. Any increase in prevailing rate of royalty shall be borne by theCONTRACTOR at no extra cost to the HPCL / WORLEYPARSONS.8.3 Documentary Evidence to be furnished by CONTRACTOR along with the Bills.MH2145-C000-PS-RFQ-0020Page 119 of 334


9.0 PROVIDENT FUND, LABOUR, LABOUR LAWS AND SITE REQUIREMENTS9. 1 Provident Funds9.1.1 The clause no. 6.e.3 iv) of GTC shall be appended with the following:-The CONTRACTOR shall deposit Employees and Employers contributions to the RegionalProvident Fund Commissioner (RPFC) every month. The CONTRACTOR shall furnish along witheach Running bill, the challan / receipt for the payment made to the RPFC for the precedingmonth. The CONTRACTOR shall furnish the code number allotted by the RPFC Authority to theHPCL/WORLEYPARSONS before <strong>com</strong>mencing the work.9. 2 Labour License9.2.1 The following shall be appended as sub clause no. 6.e.3 viii) to clause no. 6.e.3 of GTCBefore starting of work, CONTRACTOR shall obtain a license from concerned authorities underthe Contract Labour (Abolition and Regulation) Act 1970, and furnish copy of the same to HPCL /WORLEYPARSONS.9. 3 Labour Relations9.3.1 The following shall be appended as sub clause no. 6.a.4 to clause no. 6.a of GTCIn case of labour unrest/labour dispute arising out of non-implementation of any law, theresponsibility shall solely lie with the CONTRACTOR and he shall remove/resolve the samesatisfactorily at his cost and risk.9.3.2 The following shall be appended as sub clause no. 6.a.5 to clause no. 6.a of GTCThe CONTRACTOR shall at all times take all reasonable precautions to prevent any unlawful,riotous or disorderly conduct by or amongst his staff and labour and to preserve peace andprotection of persons and properly in the neighborhood of the Works against such conduct.9.4 Employment of LabourThe following shall be appended as sub clause no. 6.a.6 to clause no. 6.a of GTCThe CONTRACTOR shall not recruit personnel of any category from among those who arealready employed by other agencies working at site but shall make maximum use of local labouravailable.MH2145-C000-PS-RFQ-0020Page 120 of 334


10.0 Site FacilitiesBesides providing site facilities as per law of land, Site Camps with all related amenities shallbe provided in line with the requirements of all Regulations/Acts and the Statutory Authoritiesalong with the following facilities at all work places where workmen are deployed / engaged bycontractor:i) Arrangement for First Aid.ii) Arrangement for clean & potable drinking water & Tea ,etc.iii) A creche where 10 or more women workers are having children below the age of 6 years.iv) Any other facility/utility as may be required under the Contract as per the existinglegislation.v) Rest rooms / toilets for site staff / labour.11.0 Rounding offAll payments to and recoveries from the CONTRACTOR shall be rounded off to the nearestrupee. Wherever the amount to be paid / recovered consists of a fraction of a rupee (paise), theamount shall be rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise ormore and if the faction of a rupee is less than 50 (fifty) paise, the same shall be ignored.12.0 Additional / Extra WorksHPCL reserves the right to execute any additional works / extra works, during the execution ofwork, either by themselves or by appointing any other agency, even though such works areincidental to and necessary for the <strong>com</strong>pletion of works awarded to the CONTRACTOR. TheCONTRACTOR identified vide this tender shall not raise any objections, whatsoever to all suchsteps taken by HPCL. In the event of such decisions taken by Employer/Consultant Contractor isrequired to extend necessary cooperation, and act as per the instructions of Engineer-in-Charge.13.0 CONTRACTOR's Billing System13.1 HPCL will provide an approved format for Measurement sheets, Bill Summary and Bill Abstract.CONTRACTOR has to ensure that these data are updated for each subsequent RA and Final Bill.CONTRACTOR has to capture measurements, Abstract and Bill on format provided by HPCL inSoft & Hard copy as well ( in Minimum 2 Sets).13.2 HPCL will utilize these data for processing and verification of the CONTRACTOR's bill.14.0 Audits of Contract:The project is subject to inspection by various audit/vigilance agencies of government ofIndia/Hindustan Petroleum Corporation Ltd., if any inspection of works is carried by suchagencies, CONTRACTOR shall extend his full cooperation to these agencies in examiningrecords, works etc. On inspection by such agencies, if it is pointed out that CONTRACTOR hasMH2145-C000-PS-RFQ-0020Page 121 of 334


not carried out work according to guidelines laid down in the tender document, immediaterectifications shall be taken up at no extra cost; and also if any recoveries against some items arepointed out therein, the same shall be recovered from CONTRACTOR's RA bills/final bill. Theitems under dispute shall not be paid in full till the job is <strong>com</strong>pleted to satisfaction of the inspectionagency.15.0 Liability Clause - Government of India Not LiableIt is expressly understood and agreed by and between Bidder and M/s Hindustan PetroleumCorporation Limited, (Indian Public Sector Undertaking) that M/s Hindustan PetroleumCorporation Limited is entering into this agreement solely on its own behalf and not on behalf ofany other person or entity. In particular, it is expressly understood and agreed that theGovernment of India is not a party to this agreement and has no liabilities, obligations or rightshereunder. It is expressly understood and agreed that M/s Hindustan Petroleum CorporationLimited is an independent legal entity with power and authority to enter into contracts solely on itsown behalf under the applicable Laws of India and general principles of Contract Law. The Bidderexpressly agrees, acknowledges and understands that M/s Hindustan Petroleum CorporationLimited. is not an agent, representative or delegate of the Government of India. It is furtherunderstood and agreed that the Government of India is not and shall not be liable for any acts,omissions, <strong>com</strong>missions, breaches or other wrongs arising out of the contract. Accordingly Bidderhereby expressly waives, releases and foregoes any and all actions or claims, including crossclaims, impleader claims or counter claims against the Government of India arising out of thiscontract and covenants not to sue to Government of India as to any manner, claim, cause ofaction or thing whatsoever arising of or under this agreement.16.0 Arbitration: Public Sector vs Government Dept. vice versaIn clause no. 14 of GTC for Work, the following clause is Appended:"In the event of any dispute or difference between the parties hereto, such dispute or differenceshall be resolved amicably by mutual consultation or through the good offices of empoweredagencies of the Government. If such resolution is not possible, then, the unresolved dispute ordifference shall be referred to arbitration of an arbitrator to be nominated bySecretary,Department of Legal Affairs ("Law Secretary"). The Arbitration & Conciliation Act,1996) shall not be applicable to the Arbitration under this clause. The award of the arbitratorshall be binding upon the parties to the dispute, provided, however, that any party aggrieved bysuch award may appeal for setting aside or revision of the award to Law Secretary whose decisionshall bind the parties finally and conclusively. The said appeal should be filed within the periodspecified in the award of the arbitrator."It is essential that, to avoid delay in nomination of arbitrator or initiation of arbitration proceeding,the Arbitration Clause or Agreement, as the case may be, is forwarded without fail at the time ofmaking request for reference to the Law Secretary or Department of Legal Affairs.MH2145-C000-PS-RFQ-0020Page 122 of 334


aIndian Bidders16.a1 All disputes and differences of whatsoever nature, whether existing or which shall at any time arisebetween the parties hereto touching or concerning the agreement, meaning, operation or effect thereofor to the rights and liabilities of the parties or arising out of or in relation thereto whether during or after<strong>com</strong>pletion of the contract or whether before or after determination, foreclosure, termination or breachof the agreement (other than those in respect of which the decision of any person is, by the contract,expressed to be final and binding) shall, after written notice by either party to the agreement to the otherof them and to the Appointing Authority hereinafter mentioned, be referred for adjudication to the SoleArbitrator to be appointed as hereinafter provided.16.a2 The appointing authority shall either himself act as the Sole Arbitrator or nominate some officer/retiredofficer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer ofany other Government Company in the Oil Sector of the rank of Ch. Manager & above or any retiredofficer of the Central Government not below the rank of a Director, to act as the Sole Arbitrator toadjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitledto raise any objection to the appointment of such person as the Sole Arbitrator on the ground that thesaid person is/was an officer and/or shareholder of the owner, another Govt. Company or the CentralGovernment or that he/she has to deal or had dealt with the matter to which the contract relates or thatin the course of his/her duties, he/she has/had expressed views on all or any of the matters in disputeor difference.16.a3 In the event the Arbitrator to whom the matter is referred to, does not accept theappointment, or is unable or unwilling to act or resigns or vacates his office for any reasonswhatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid to act asthe Sole Arbitrator.16.a4 Such alternate person nominated as the Sole Arbitrator shall be entitled to proceed with the arbitrationfrom the stage at which it was left by his predecessor. It is expressly agreed between the parties that noperson other than the Appointing Authority or a person nominated by the Appointing Authority asaforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make anappointment on time shall only give rise to a right to a Contractor to get such an appointment made andnot to have any other person appointed as the Sole Arbitrator.16.a5 The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.16.a6 The work under the Contract shall, however, continue during the Arbitration proceedings and nopayment due or payable to the concerned party shall be withheld (except to the extent disputed) onaccount of initiation, <strong>com</strong>mencement or pendency of such proceedings.MH2145-C000-PS-RFQ-0020Page 123 of 334


16.a7 The Arbitrator may give a <strong>com</strong>posite or separate Award(s) in respect of each dispute or differencereferred to him and may also make interim award(s) if necessary.16.a8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the partiesunless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of theArbitrator shall be R 40,000/- per case for transportation contracts and R 60,000/- for engineeringcontracts and if the sole Arbitrator <strong>com</strong>pletes the arbitration including his award within 5 months ofaccepting his appointment, he shall be paid R 10,000/- additionally as bonus. Reasonable actualexpenses for stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% onacceptance, 25% on <strong>com</strong>pletion of pleadings/documentation, 25% on <strong>com</strong>pletion of arguments andbalance on receipt of award by the parties16.a9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any statutorymodification or re-enactment thereof and the rules made there under, shall apply to the Arbitrationproceedings under this Clause.16.a10 The Contract shall be governed by and constructed according to the laws in force in India. The partieshereby submit to the exclusive jurisdiction of the Courts situated at Mumbai for all purposes. TheArbitration shall be held at Mumbai and conducted in English language.16.a11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited.b. Foreign Bidder16.b1 Disputes or difference arising out of or in relation to this agreement shall be settled by Arbitration inIndia. The arbitration shall be by a Sole Arbitrator appointed by HPCL.The Sole Arbitrator will adjudicate the disputes and differences between the parties except those inrespect of which the decision of any person is by the agreement expressed to be final and binding.16.b2 In the event of the Sole Arbitrator to whom the matter is originally referred to, is unable to act or he/shevacates the office, HPCL, shall nominate another Sole Arbitrator to settle the said disputes anddifferences.16.b3 The second Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at which itwas left by his/her predecessor.16.b4 The award of the arbitrator shall be final, conclusive and binding on all the parties to the agreementsubject to the provisions of the # Arbitration & Conciliation Act, 1996, as in force in India and the rulesMH2145-C000-PS-RFQ-0020Page 124 of 334


made thereunder and for the time being in force. This agreement shall be covered by the laws of India.16.b5 The award shall be made in writing and shall be published by the Sole Arbitrator within six months afterentering upon reference or within such further time mutually extended by the parties. The SoleArbitrator shall have power to order and direct the parties to abide by, observe and perform suchdirections as the Sole Arbitrator may think fit and proper to issue having regard to the fact that thearbitration proceedings have to be <strong>com</strong>pleted within the specified period solely on the principles ofNatural Justice.16.b6 The Sole Arbitrator shall be at liberty to appoint, if so necessary, any Accountant or Engineer or otherperson to assist him/her and act by the opinion so taken.16.b7 The Sole Arbitrator shall have powers to make one or more awards whether interim or otherwise inrespect of the disputes and differences, and in particular, shall make separate awards in respect ofeach claim or cross claim of the parties.16.b8 The Sole Arbitrator shall be entitled to direct any of the parties to pay the cost of arbitration in such amanner and to such an extent as the Sole Arbitrator may in his discretion determine and shall also beentitled to require one or both the parties to deposit funds in such proportions to meet the arbitrationexpenses. The parties to arbitration, whenever called upon to do so, shall be bound to <strong>com</strong>ply withsuch directions without any demur.16.b9 Notwithstanding anything contained to any other law, the parties hereby agree that the courts in the cityof Mumbai alone shall have jurisdiction in respect of all or anything arising under this agreement andany award(s) made by the Sole Arbitrator hereunder shall be filed in the court in the city of Mumbaionly.17.0 If a contractor submits his bid, qualifies and does not get the contract because of his beingnot the lowest, he will be prohibited from working as a subcontractor for the contractor who isexecuting the contract.18.0 BREACH OF CONTRACT18.1 In case of separate orders issued for supply part & work part, the contractor shall be responsible forexecution of both orders to the entire satisfaction of the owner and breach in one order shallconstitute as breach in second order and accordingly appropriate action shall be taken as perstipulations of the order.18.2 Since two separate orders shall be placed for each Part, in case breach of Contract/tender terms isdone by the bidder for any of the works or supply portion of that particular part, the owner shall takethe action in both the orders and shall be entitled to recover any amounts due to bidder out of boththe orders.MH2145-C000-PS-RFQ-0020Page 125 of 334


19.0 Mobilization Advance19.1 Contractor, if requested, shall be paid recoverable interest bearing Mobilization Advance up to amaximum of 10% (Ten Percent) of works portion of order value. The mobilization advance willattract an interest rate as SBI's PLR rate (prevailing at the time of payment) plus 1% to be<strong>com</strong>pounded quarterly. Mobilization Advance shall be paid to the Contractor in two installments aftersigning the Order agreement and submission of performance bank guarantee for 110% of totalmobilization advance amount, in the following manner:19.1.1 FIRST INSTALLMENTi) 5% (Five percent) of works portion of order value shall be payable as the firstinstallment of mobilization advance after fulfilling the following formalities by theContractor:a) Duly accepted & signed copy of Order by the Contractor.b) Submission of a separate bank guarantee towards Contract Performance from anyScheduled Bank in India other than Co-operative Bank in the Proforma approved byEmployer / Consultant towards due performance of contract equivalent to 10% ofawarded Order value which shall be kept valid till up to 3 Months after expiry ofdefect liability period.c) Submission of a separate Bank Guarantee towards advance payment by anyScheduled Bank in India other than Co-operative Bank in the proforma approved byEmployer/Consultant equivalent to 110% of mobilization advance which shall be keptvalid till scheduled <strong>com</strong>pletion of the work.d) The Bank Guarantee submitted against mobilization advance shall be released afterrecovery of full mobilization advance alongwith interest thereon.19.1.2 SECOND INSTALLMENTBalance 5% Mobilisation Advance shall be payable to the Contractor after Contractor hasconstructed site Office, storage shed, fabrication yard etc. and has physically mobilizedequipments as specified in tender document and is ready to start the work to the entiresatisfaction of Engineer -in-Charge and <strong>com</strong>mencement of work at site. This installmentshall be paid to the contractor after <strong>com</strong>pletion of initial mobilization. The contractor shallalso submit Utilization Certificate of advance received by him earlier.19.2 RECOVERY OF MOBILISATION ADVANCEThe Mobilization Advance together with the interest accrued, shall be recovered from eachMH2145-C000-PS-RFQ-0020Page 126 of 334


unning account bill @ 12.5% of gross amount of Monthly R.A. Bill in such a manner that the totaladvance and interest accrued is recovered when approximate 80% of the Order value gets paid.Balance amount, if any, shall be paid by the contractor through Demand Draft when approximate80% of the Order value gets paid otherwise it will be recovered from any Bank Guaranteeavailable with HPCL. However, in case of fore-closure or termination, full balance amountincluding interest as accrued shall be paid by the contractor through Demand Draft within 30 daysof issue of such letter failing which same shall be recovered from any Bank Guarantee availablewith HPCL.20.0 INDEMNITY BOND21.0 VOIDIndemnity bond will be submitted for the value of free issue of material valid till <strong>com</strong>pletion ofwork as per Annexure-K (format attached) of Chapter 6.The work covered under this contract is indivisible and shall be treated as a "Works Contract".22.0 OVERALL LIABILITY:Seller's / Contractor's over all liability towards execution of this order will not exceed 100% (Onehundred Percent) of the total Order price without prejudice to any other rights the purchaser mayhave as per terms & conditions of the Order.23.0 JURISDICTIONThe ORDER shall be governed by and constructed according to the laws in force in INDIA. TheCONTRACTOR hereby submits to the jurisdiction of the Courts situated at Mumbai for thepurposes of disputes, actions and proceedings arising out of the ORDER, the courts at Mumbaionly will have the jurisdiction to hear and decide such disputed, actions and proceedings.24.0 SELLER'S STANDARD CONDITIONS:Seller's standard conditions if any shall not be applicable to this Order and only Purchaser'sgeneral conditions/Special Conditions of contract and additional / revised conditions as agreedbetween Maker(s) / Seller and Purchaser or bought out in the reference documents of this Ordershall apply.25.0 PATENTS, INFRINGEMENT & INDEMNITY :a) Seller shall protect and fully indemnify Purchaser from any claims for infringement ofpatents, copyright, trade mark or the like.b) Seller shall also protect and fully indemnity Purchaser from any claims from Seller'sworkmen/employees, their heirs, dependents, representatives etc. Or from any otherMH2145-C000-PS-RFQ-0020Page 127 of 334


persons/persons or bodies/<strong>com</strong>panies etc. for any act of <strong>com</strong>mission or omission whileexecuting this Order.c) Seller shall be responsible for <strong>com</strong>pliance with requirements under the laws and shallprotect and indemnify <strong>com</strong>pletely Purchaser from any claims/penalties arising out of anyinfringements.26.0 SUPPLY OF WATER, POWER & OTHER UTILITIES:26.1 The Contractor shall be responsible at his own cost for arranging and providing all the requiredWater, Power, land required for temporary site office, fabrication yard and other utilities, in thequantities and at the times required for performance of work under the Order.The Employer/Consultant shall not supply water, power and other utilities and Contractor shallhave to arrange and born the same during entire execution of Order. The Order price shall bedeemed to include all costs towards all above.26.2 Contractor shall, if required by him, for the entire duration of the execution of the work makeavailable near the site, land for construction of Contractor's office, Warehouse, Workshops andfor any purpose in connection with providing infrastructure required for the execution of theOrder. The Contractor shall at his own cost construct all temporary buildings and providesuitable water supply and sanitary arrangement as required. On <strong>com</strong>pletion of the workundertaken by the Contractor, he shall remove all temporary works erected by him and have thesite cleared as directed by Engineer-in-Charge. If the Contractor shall fail to <strong>com</strong>ply with theserequirements, the Engineer-in-Charge may at the expense of the Contractor remove suchsurplus and rubbish materials and dispose off the same as he deems fit and get the site clearedas aforesaid, and the Contractor shall forthwith pay the amount of all expenses so incurred andshall have no claims in respect of any such surplus material disposed of as aforesaid.26.3 Theodolite, levels, plump bobs, prismatic <strong>com</strong>pass, chain, steel and metallic tape and all othersurveying instruments found necessary on the works at all the stations shall be provided by theCONTRACTOR for the due performance of their contracts as instructed by HPCL /WORLEYPARSONS. HPCL/ WORLEYPARSONS will use any or all measure instruments or toolsbelonging to the CONTRACTOR as and when he chooses for checking the <strong>com</strong>plete works as well asthe work in progress.26.4 All scaffolding and ladders that may be necessary for taking measurements at site will be providedby the CONTRACTOR.26.5 No work shall be done during the absence of HPCL / WORLEYPARSONS representative.26.6 The CONTRACTOR shall not be permitted to enter on (other than for inspection purpose) or Takepossession of site until instructed to do so by HPCL / WORLEYPARSONS in writing. The portions of thesite to be occupied by the CONTRACTOR shall be defined and/or marked on the site plan failing whichthese shall be indicated by HPCL/ WORLEYPARSONS at site and the operations beyond the areas, inrespect of any land permitted by the HPCL for the use of the CONTRACTOR for the purpose of or inMH2145-C000-PS-RFQ-0020Page 128 of 334


connection with the Order, the same shall be subject to the following and such other terms and conditionas may be imposed by HPCL. Such use or occupations shall not confer any right of tenancy of the landto the CONTRACTOR. The contractor shall submit fortnightly report covering all major activitiesindicating schedule / actual progress, slippages & its reasons and catch up plan.26.7 The CONTRACTOR shall have no right to put up any construction of his own of any nature or typeon HPCL's land except temporary constructions for storage of equipment's for the work under the Orderor as a resting place for the labourers employed by him for the work provided that he obtain the requisiteprevious permission in writing from HPCL / WORLEYPARSONS. In accordance with the HPCLprocedure with permission they would be entitled to refuse in their absolute discretion. Such constructionwill be erected at the CONTRACTORs own cost. The CONTRACTOR shall at his own cost demolish allsuch constructions and remove the debris thereof. As also all his materials and equipment's and cleanand level the site thereof before handing over the <strong>com</strong>pleted work to the HPCL.26.8 The CONTRACTOR shall provide if necessary or if required for the site all temporary access thereofand shall alter adapt and maintain the same as required from time to time and shall take up and clearthem away as and when no longer required and as and when ordered by HPCL / WORLEYPARSONSand make good all damages done to the site. The CONTRACTOR shall note that the final bill willnot be certified for payment till the action as above is <strong>com</strong>pleted by the CONTRACTOR to theentire satisfaction of HPCL / WORLEYPARSONS.26.9 All drawings, tracings, photo prints and writing (except letter) shall be the sole property of HPCL andmust be returned to them on <strong>com</strong>pletion of work. The drawings maintained on the site are to be carefullymounted on boards of appropriate size. They are to be protected from ravages from termites, ants,silverfish and other insects.26.10 The <strong>com</strong>pletion of the work may entitle working in the monsoon also. The CONTRACTOR mustmaintain labour force as may be required for the job and plan and execute the construction anderection according to the prescribed schedule No extra rate will be considered for such work inmonsoon. The Time schedule includes monsoon window period also. Hence request for timeExtension due to monsoon may not be entertained by HPCL.26.11 During the execution of the work CONTRACTOR must check his work with his drawings. TheCONTRACTOR shall be responsible for all the errors in this connection and shall have to rectifyall defects and / or error at his own cost failing which HPCL reserves the rights to get the samerectified at the risk and cost of the CONTRACTOR.26.12 During inclement weather the CONTRACTOR shall suspend concreting and plastering for suchtime as HPCL / WORLEYPARSONS may direct and shall protect from injury all works in thecourse of erection.26.13 Should the work be suspended by reason of rain, strike, lockouts or other cause theMH2145-C000-PS-RFQ-0020Page 129 of 334


CONTRACTOR shall take all precautions necessary for the protection of the work at his ownexpense shall make good any damages arising from any of this cause.26.14 All rubbish including muck and water, as it accumulates from time to time during the progress ofthe work shall be cleared through proper drainage arrangement so as not to hamper the progressof various other site works in progress such as tankages etc.26.15 The CONTRACTOR shall provide suitable pillar with flat tops and build the same in concrete fortemporary benchmarks. All the pegs for setting out the works and fixing the necessary levelsrequired for the execution thereof shall if desired by the HPCL / WORLEYPARSONS likewisebe built in masonry at such places and in such manner as the HPCL may determine26.16 The CONTRACTOR shall cover up and protect from injury due to any cause to all new work andany other requisite protection for the whole of the works executed whether by himself or specialtradesman or sub- CONTRACTORs and any damage caused must be made good by theCONTRACTORs at his own expense.27.0 TIME OF COMPLETION27.1 The work shall be executed strictly as per Time schedule given in Appendix-II of SCC in thebidding document. The period of <strong>com</strong>pletion given includes the time required for mobilization aswell as testing, rectifications, if any, re-testing and <strong>com</strong>pletion in all respects to the entiresatisfaction of the Engineer-in-Charge.27.2 A joint programme of execution of work will be prepared by the Engineer-in-Charge andContractor. This programme will take into account the time of <strong>com</strong>pletion mentioned above.27.3 Monthly/ weekly construction programme will be drawn up by Engineer-in-Charge jointly with thecontractor based on availability of work fronts and the joint construction programmes as aboveclause. The Contractor shall scrupulously adhere to these Targets/ Programme by deployingadequate personnel, construction tools & tackles and he shall also supply himself all materials ofhis scope of supply in good time to achieve the targets set out in the weekly and monthlyprogramme. In all matters concerning the extent of targets set out in the weekly andachievements, the decision of the Engineer-in-Charge shall be final and binding on the contractor.27.4 If the Contractor fails to achieve the targeted progress schedule of each month as mentioned inthe bidding document, the Employer/Consultant at its option, may terminate the Order ascontractor's default and get the work <strong>com</strong>pleted from other sources at contractor's risk & cost.27.5 Contractor shall give every day report on category wise labour and equipment deployed alongwith the progress of work done on previous day in the proforma prescribed by the Engineer-in-Charge.28.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIESWithin 30 days of execution of the placement of order, the Contractor shall register themselvesMH2145-C000-PS-RFQ-0020Page 130 of 334


and the Order at their own cost with the Reserve Bank of India, In<strong>com</strong>e Tax, Sales Tax and suchother statutory authorities, as may be required under the rules and regulations governing in India.The Order Price shall be deemed to include all costs towards the same. A copy of all documentsrelated to all such registration shall be submitted to Employer/Consultant for record.29.0 COMPOSITE PERFORMANCE BANK GUARANTEE (CPBG)In case contractor opts for submission of Contract Performance Bank Guarantee in line withclause no. 4 (b) of GTC29.1 In the event <strong>com</strong>pletion of works is delayed beyond the Scheduled Completion date for anyreasons whatsoever, the Contractor shall get the validity of the guarantee suitably extended tocover the period mentioned above.29.2 The Owner shall have an unqualified option under this guarantee to invoke the Banker'sGuarantee and claim the amount there under in the event of the Contractor failing to honour anyof the <strong>com</strong>mitments entered into under this Order and/or in respect of any amount due from theContractor to the Owner.29.3 Upon <strong>com</strong>pletion of the Works as per Completion Schedule stipulated in the Order, the abovesaid guarantee shall be considered to constitute the Contractor's warranty/guarantee for the workdone by him or for the Works supplied and their performance as per the specifications and anyother conditions against this Order. The warranty/guarantee shall remain in force for 12 monthsfrom the date of Completion.29.4 The following shall be appended to clause no. 4.b of GTCThe Bank guarantees towards Security Deposit as well as Performance shall be held interest freeand no bank charges shall be payable by Owner / Consultant towards the Bank guaranteessubmitted by the bidders.29.5 The Release of CPBG shall be subject to clearances of dues to Sub-vendor.30.0 SUBSEQUENT LEGISLATIONAll duties, taxes (including sales tax on works Order/ trade tax/ turnover tax/service tax asapplicable), fees, charges, expenses, etc. (except where otherwise expressly provided in theOrder) as may be levied/ imposed in consequence of execution of the works or in relation theretoor in connection therewith as per the Acts, Laws, Rules, Regulations in force shall be toContractor's account.31.0 IMPORT LICENCEContractor shall arrange import of all materials required for permanent incorporation in the worksas well as construction equipment as per the guidelines laid down by the Government of India.MH2145-C000-PS-RFQ-0020Page 131 of 334


Employer/Consultant shall not provide import licence.32.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTSContractor agrees for withholding from wages and salaries of its agents, servants oremployees all sums, required to be withheld by the laws of the Republic of India or any other agencyhaving jurisdiction over the area where Contractor is conducting operations, and to pay thesamepromptly and directly when due to the proper authority. Contractor further agrees to <strong>com</strong>ply withall accounting and reporting requirements of any Nation having jurisdiction over the subject matterhereof and to conform to such laws and regulations and to pay the cost of such <strong>com</strong>pliance. Ifrequested, Contractor will furnish the evidence of payment of applicable taxes, in the country(ies)of the Contractor's and his sub-contractor(s) and expatriate employees.33.0 INTELLECTUAL PROPERTYNeither Employer/Consultant nor Contractor nor their personnel, agents nor any sub-contractorshall divulge to any one (other than persons designated by the party disclosing the information)any information designated in writing as confidential and obtained from the disclosing party duringthe course of execution of the works so long as and to the extent that the information has notbe<strong>com</strong>e part of the public domain. This obligation does not apply to information furnished or madeknown to the recipient of the information without restriction as to its use by third parties or whichwas in recipient's possession at the time of disclosure by the disclosing party. Upon <strong>com</strong>pletion ofthe works or in the event of termination pursuant to the provisions of the Order, Contractor shallimmediately return to Employer/Consultant all drawings, plans, specifications and otherdocuments supplied to the Contractor by or on behalf of Employer/Consultant or prepared by theContractor solely for the purpose of the performance of the works, including all copies madethereof by the Contractor.34.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS34.1 A change order will be initiated in case:i) The Employer/Consultant directs the Contractor to include any addition to the scope ofwork not covered under this Order or delete any Section of the scope of the work underthe Order.ii)Contractor requests to delete any part of the work which will not adversely affect theoperational capabilities of the project and if agreed by the Employer/Consultant and forwhich cost and time benefits shall be passed on to the Employer/Consultant.34.2 Any changes required by the Employer/Consultant before giving their approval to detailedprocedure or any other document relating to material procurement, layout plans etc for <strong>com</strong>plyingwith the requirements of bidding document shall not be construed to be a change in the scope ofwork under the Order.MH2145-C000-PS-RFQ-0020Page 132 of 334


34.3 Any change order as above <strong>com</strong>prising an alteration which involves a change in the cost of theworks (which sort of alteration is hereinafter called a "Variation") shall have impact on the Ordervalue that shall be dealt towards end of Order. All change orders shall be approved by the EIC.34.4 If the Order provides applicable rates for the valuation of the variation in question the Order priceshall be increased or decreased in accordance with those rates. If the parties agree that the Orderdoes not contain applicable rates then the parties shall negotiate a revision of the Order pricewhich shall represent the change in cost of the works caused by the variations. Any change ordermust be duly approved by the Employer/Consultant in writing.34.5 If there is a difference of opinion between Contractor and Employer/Consultant whether aparticular work constitutes a change order or not, the matter shall be handled in accordance withthe procedures set forth here below.34.6 Within 10 (Ten) working days of receiving the <strong>com</strong>ments from the Employer/Consultant on thedocuments submitted by the Contractor for approval, the Contractor's response in writing statingwhich item(s) is/are potential change (s), if applicable, will be submitted to theEmployer/Consultant.34.7 Procedure34.7.1 During execution of work if the Contractor observes that any new requirements which is notspecific or intended in the bidding document has been indicated by Employer/Consultant, theyshall discuss the matter with Employer/Consultant's representatives.34.7.2 In case such requirement arises from the side of the Contractor they would also discuss thematter with Employer/Consultant's Representative.34.7.3 In either of the two cases above, the representatives of both the parties shall discuss the projectrequirement and mutually decide whether the project requirement constitutes a change order.34.7.4 If it is mutually agreed that the project requirement/Inquiry constitutes a "Change Order" then ajoint memorandum will be prepared to confirm a "Change Order" and basic ideas of necessaryagreed modifications.34.7.5 Contractor will study the work required in accordance with the Joint memorandum and assesssubsequent schedule and cost effect if any.34.7.6 The results of this study would be discussed mutually to enable Employer/Consultant to give afinal decision whether Contractor should proceed with the Change Order or not, in the bestinterest of the Project.34.7.7 If Employer/Consultant's representative accepts the change order in writing then Contractor shallproceed with the work stipulated in the Change order. Time worked by all workmen employed anda statement showing the description and quantity of all materials and plant utilized for extra workshall be submitted to Employer/Consultant. The Employer/Consultant's representative shall signMH2145-C000-PS-RFQ-0020Page 133 of 334


and return to the Contractor the statement, as agreed. At the end of each month the Contractorshall deliver to the Employer/Consultant's representative a priced statement of the labour,materials and plant used. Whenever any dispute arises as to cost allocation between theContractor and the Employer/Consultant, the voucher shall nevertheless be signed by theEmployer/Consultant as a record of time worked and materials used. List and vouchers so signedwill be the subject of negotiations between the Employer/Consultant and the Contractor regardingtheir costs allocation.34.7.8 In case, mutual agreement as above that is whether Project Requirement constitutes a Changeorder or not, is not reached, then Contractor, in the interest of the project, shall take up theimplementation of the work, if advised in writing to do so by Employer/Consultant's representativepending settlement between the two parties to the effect whether the Project Requirementconstitutes a change order or not as per the terms and conditions of Contract Documents.34.7.9 The time and cost effect in such a case shall be mutually verified for the purpose of record.Should it be established that the said work is constituting a Change Order, the same shall be<strong>com</strong>pensated taking into account the records kept and in accordance with the Order.34.7.10 Should the amount of Extra Work/ Change Order, if any, which the Contractor may be required toperform by the Employer/Consultant, fairly entitles the Contractor to extensions of time beyondthe scheduled <strong>com</strong>pletion date for <strong>com</strong>pletion of either the whole of the works or for such ExtraWork only, the Employer/Consultant and the Contractor shall mutually discuss and decide theextension of time, if any to be granted to the Contractor.35.0 STATUTORY APPROVALS35.1 Employer shall obtain general in-principle permissions from most of the authorities having jurisdictionover the area as necessary for construction of the pipeline. However, for some of the permissions, ifnot available, Contractor shall do the follow up with the concerned authorities to get the permissionsto execute the job in time. However, all the statutory payment required for such permissions shall bereimbursed by Employer at actual on production of documentary evidence35.2 The Contractor shall arrange the inspection of the works by the authorities and necessary coordinationand liaison work in this respect shall be the responsibility of the contractor. Howeverstatutory fees paid, if any, for all inspections and approvals by such authorities shall bereimbursed at actual by the Employer/Consultant to the contractor on production of documentaryevidence.35.3 Any change/ addition required to be made to meet the requirements of the statutory authoritiesshall be carried out by the contractor free of charge. The inspection and acceptance of the workby statutory authorities shall however, not absolve the contractor from any of his responsibilitiesunder this Order.35.4 For execution of the Pipeline, quite a few approvals are required from the Statutory Authorities forcrossing the Roads, Drains, Nalla’s etc. are required and HPCL has already approved for thesame.MH2145-C000-PS-RFQ-0020Page 134 of 334


As on date, we have received the approvals as listed in the tender attached in Appendix- XIV ofSCC.This list will be updated as an when annexure approvals are received from HPCL.However, while executing the job any of the approval is not available as on that date of execution,Contractor shall seek the requisite approval from the concerned statutory authorities in coordinationwith HPCL and execute the job without any time and cost implications. The Pricesquoted should be built-up for such eventualities also.NO extra amount except Statutory Paymentsshall be paid on this account.36.0 SINGLE POINT RESPONSIBILITYThe entire work as per scope of work covered under this Order shall be awarded on single pointresponsibility basis.37.0 MEASUREMENT OF WORKSIn addition to the provisions of relevant clause of GCC and associated provisions thereof, theprovisions of Appendix-III shall also apply.38.0 QUALITY ASSURANCE/ QUALITY CONTROL38.1 Bidder shall include in his offer the Quality Assurance Programme containing the overall qualitymanagement and procedures, which is required to be adhered to during the execution of Order.After the award of the Order detailed quality assurance programme shall be prepared by thecontractor for the execution of Order for various works, which will be mutually discussed andagreed to.38.2 The Contractor shall establish document and maintain an effective quality assurance systemoutlined in recognised codes.38.3 Quality Assurance System plans/procedures of the Contractor shall be furnished in the form of aQA manual. This document should cover details of the personnel responsible for the QualityAssurance, plans or procedures to be followed for quality control in respect of Engineering,Procurement, Supply, Installation, Testing and Commissioning.The quality assurance system should indicate organizational approach for quality control andquality assurance of the construction activities, at all stages of work at site as well as atmanufacture's works and dispatch of materials.38.4 The Employer / Consultant or their representative shall reserve the right to inspect/witness, reviewany or all stages of work at shop/site as deemed necessary for quality assurance.38.5 The contractor has to ensure the deployment of Quality Assurance and Quality Control Engineer(s)depending upon the quantum of work. This QA/QC group shall be fully responsible to carry outMH2145-C000-PS-RFQ-0020Page 135 of 334


the work as per standards and all code requirements. In case Engineer-in-Charge feels thatContractor's QA/QC Engineer(s) are in<strong>com</strong>petent or insufficient, contractor has to deploy otherexperienced Engineer(s) as per site requirement and to the full satisfaction of Engineer-In-Charge.38.6 In case contractor fails to follow the instructions of Engineer-in-charge with respect to aboveclauses, next payment due to him shall not be released unless until he <strong>com</strong>plies with theinstructions to the full satisfaction of Engineer-in-charge.38.7 The Contractor shall adhere to the quality assurance system & Quality Control Plan(QCP) asper WORLEYPARSONS Specification & QCP enclosed in the Bidding Document as Appendix-V(A) & Appendix-V(B) respectively to SCC.38.9 Quality, Workmanship, documentation of material to be supplied by the contractor shall be fromapproved manufacturer & duly inspected by <strong>WorleyParsons</strong>/Third party inspection appointed by<strong>WorleyParsons</strong>.39.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT39.1 The Contractor, during entire duration of the Order, shall adhere to HSE requirement as per spec.enclosed in the bidding document as Appendix-VI to SCC.39.2 HSE Management Plan is to be followed in letter & Spirit.39.3 Non-adherence / Lagging for carrying out any HSE Desired elements shall invite delay in start ofwork / Stoppage of work /Suspension of work / hiring of desired short fall equipments at the risk &cost of the contractor. No extension of the <strong>com</strong>pletion time shall be granted under therecircumstances.40.0 SITE CLEANING40.1 The Contractor shall clean and keep clean the work site from time to time to the satisfaction of theEngineer-in-Charge for easy access to work site and to ensure safe passage, movement andworking.40.2 If the work involves dismantling of any existing structure in whole or part, care shall be taken tolimit the dismantling up to the exact point and/or lines as directed by the Engineer-in-Charge andany damage caused to the existing structure beyond the said line or point shall be repaired andrestored to the original condition at the Contractor's cost and risks to the satisfaction of theEngineer-in-Charge, whose decision shall be final and binding upon the Contractor.40.3 The Contractor shall be the custodian of the dismantled materials till the Engineer-in-Chargetakes charge thereof.40.4 The Contractor shall dispose off the unserviceable materials, debris etc. to any area asdecided by the Engineer-in-Charge.MH2145-C000-PS-RFQ-0020Page 136 of 334


40.5 The Contractor shall sort out, clear and stack the serviceable materials obtained from thedismantling/renewal at places as directed by the Engineer-in-Charge.40.6 No extra payment shall be paid on this account.41.0 COMPLETION DOCUMENTSA) Notwithstanding the provisions contained in standard specification, upon <strong>com</strong>pletion ofwork, the Contractor shall <strong>com</strong>plete all of the related drawings and documents to the "ASBUILT" stage (including all vendor / sub-vendor drawings for bought out items), all Free-Issue-Material (FIM) documents and provide the Owner/Consultant, the following:(i)One <strong>com</strong>plete bound set of all original documents as mentioned but not limited to documentslisted elsewhere in the bid document.(ii) Six <strong>com</strong>plete bound sets of documents as mentioned at (i) above, in original size and in 6(six) CD-ROM / DVD.(iii)(iv)(v)(vi)Six <strong>com</strong>plete bound sets of Contractor's specification including design calculations.Three copies of Daily Progress ReportsThree sets of all raw data collected / generated for and during execution of the entire jobas specified in documents requirement.Six sets of Closure report.B) The following documents shall be submitted in hard binder by the CONTRACTOR in 6(Six) sets, as a part of <strong>com</strong>pletion documents:i) Welding Procedure Qualification Report.ii) Welder Qualification Report.iii) Radiographic Procedure Qualification.iv) Radiographic Report along with radiographs (Radiographsonly with the original).v) Batch Test Certificate from manufacturers for electrodes.vi) Hydrostatic and other test results & reports.vii) Electronic Geometry Pigging results & reports as specifiedin technical document.viii) Pre-<strong>com</strong>missioning/ Commissioning checklist.ix) All other requirements as specified in the respectiveNote: The Contractor shall be eligible to apply for issue of <strong>com</strong>pletion certificate after submissionof <strong>com</strong>pletion documents as mentioned above.MH2145-C000-PS-RFQ-0020Page 137 of 334


42.0 COORDINATION WITH OTHER AGENCIESWork shall be carried out in such a manner that the work of other agencies operating at the site isnot hampered due to any action of the Contractor. Proper coordination with other agencies will beContractor's responsibility. In case of any dispute, the decision of Engineer-in-Charge shall befinal and binding on the Contractor.43.0 ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL43.1 The conditions for issue of material and reconciliation refer enclosed Appendix-VII to SCC.43.2 The reconciliation of material shall be applicable only for the material issued by Employer/Consultantas free issue to the contractor and monthly reconciliation will be submitted alongwith monthly RABill.44.0 DRAWINGS AND DOCUMENTS44.1 The drawings ac<strong>com</strong>panying the bid document (if any) are of indicative nature and issued forbidding purpose only. Purpose of these drawing is to enable the bidder to make an offer in line withthe requirements of the Employer/Consultant. However no extra claim whatsoever, shall beentertained for variation in the "Approved for Construction" and "Bid document drawings" regardingany changes/units. Construction shall be as per drawings/specifications issued/approved by theEngineer-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 preparedby the contractor.44.2 The drawings and documents to be submitted by the Contractor to Employer/Consultant after awardof the work as per the requirements enlisted in the bidding document shall be forEmployer/Consultant's review, information and record. The Contractor shall ensure that drawingsand documents submitted to Employer/Consultant are ac<strong>com</strong>panied by relevant calculations, dataas required and essential for review of the document/ drawings. WORLEYPARSONS shall reviewthe drawings/ documents within two weeks from the date of submission provided the same areac<strong>com</strong>panied by relevant calculations, data as required and essential for review.44.3 All documents and drawings including those of Contractors sub-vendor's manufacturer's etc. shallbe submitted to Employer/Consultant after having been fully vetted in detail, approved and cooptedby the Contractor & shall bear Contractor seal/ certifications to this effect. Alldocuments/drawings & submissions made to Employer/Consultant without <strong>com</strong>pliance to thisrequirement will not be acceptable and the delay & liability owing to this shall be to theContractor's account.44.4 The review of documents and drawings by Employer/Consultant shall not absolve Contractor fromhis responsibility to meet the requirements of specifications, drawings etc. and liabilities formistakes and deviations. Upon receiving the <strong>com</strong>ments on the drawing/documents reviewed byEmployer/Consultant, Contractor shall incorporate the <strong>com</strong>ments as required and ensure their<strong>com</strong>pliance.MH2145-C000-PS-RFQ-0020Page 138 of 334


44.5 Copies of all detailed working drawing relating to the works shall be kept at the contractors'office at the site and shall be made available to the Engineer-in-charge/ Employer/Consultant atany time during execution of the order. However no extra claim what so ever shall be entertainedfor any variation in the "approved/issued for construction drawings" and "tender drawings"regarding any changes/units unless otherwise agreed.44.6 The Contractor shall rectify any inaccuracies, errors and non-<strong>com</strong>pliance to contractualrequirements. Any delay occurring on this shall not construe a reason for delay/ extension.4 5 . 0 HOUSE KEEPING45.1 It is the responsibility of the CONTRACTOR to maintain general cleanliness and properhousekeeping at work site. CONTRACTOR shall organize disposal of excavated earth/garbage/ rubbish/ scrape, electrode butts etc. on day to day basis to identified disposalareas/safe areas as per HPCL / WORLEYPARSONS.45.2 The CONTRACTOR shall dispose off the unserviceable materials, debris etc. to the earmarkedarea within / outside the Plant premises as decided by the HPCL / WORLEYPARSONS. Noextra payment shall be paid on this account. Serviceable materials shall be stored in designatearea separately after obtaining acknowledgement of HPCL Officer.45.3 WORLEYPARSONS Review/Approval of Drawings, Design and other documents submitted byCONTRACTOR.45.3.1 WORLEYPARSONS will normally require and utilize a maximum time frame of ten (10) workingdays from the date of Receipt for Review/Approval of Drawings, Design and other documentssubmitted by CONTRACTOR. Upon Review of the submitted documents, WORLEYPARSONSmay give their <strong>com</strong>ments and ask for redesign/ resubmission after necessary rectifications/modifications and the time frame of 10 working days will be applicable for same.46.0 PROTECTION OF EXISTING FACILITIES46.1 CONTRACTOR shall obtain all safety clearance (viz. Excavation, Hot/Cold work permit)46.2 CONTRACTOR shall obtain plans and full details of all existing and planned undergroundservices from HPCL / WORLEYPARSONS and shall follow these plans closely at all timesduring the performance of work. CONTRACTOR shall be responsible for location andprotection of all underground lines and structures at his own cost.46.3 Despite all precautions, should any damage to any structure / utility etc. occur, theCONTRACTOR shall contact the HPCL / WORLEYPARSONS / authority concerned andCONTRACTOR shall forthwith carry out repair at his expenses under the direction and to thesatisfaction of HPCL / WORLEYPARSONS and the HPCL / WORLEYPARSONS/concernedauthority.46.4 CONTRACTOR shall take all precautions to ensure that no damage is caused to the existingMH2145-C000-PS-RFQ-0020Page 139 of 334


pipelines, cables etc., during construction. Existing structures, existing Compound wall, Tilingand other items damaged / disturbed during construction shall be repaired and restored to theiroriginal condition by CONTRACTOR after <strong>com</strong>pletion of construction to the <strong>com</strong>pletesatisfaction of HPCL / WORLEYPARSONS.46.5 If required, CONTRACTOR shall in consultation with HPCL / WORLEYPARSONS and theconcerned authorities, take adequate measures for strengthening the existing electric poles,Cast iron pipes, sewer lines, GI Pipelines telephone poles etc in the proximity of proposedConstruction works. CONTRACTOR shall take adequate protective measures to preventdamage to these facilities during construction.46.6 CONTRACTOR shall have to adopt such method of construction as will be suitable for workingin these areas using the limited space available and without causing any damage to thesefacilities.CONTRACTOR shall be deemed to have taken cognizance of all such constraints,etc. while working in this area and CONTRACTOR shall not be entitled to claim any extra at alater stage.47.0 WORK FRONTThe work involved under this Order may include such works as have to be taken up and<strong>com</strong>pleted after other agencies have <strong>com</strong>pleted their jobs. The CONTRACTOR will be requiredand bound to take up and when the fronts are available for the same and no claim of any sortwhatsoever shall be admissible to the CONTRACTOR on this account.48.0 CONTRACTOR's Site Office and Stores48.1 HPCL shall not provide any space for CONTRACTOR's site office and stores and fabrication yard,if any at site. However, same shall be dismantled prior to submission of Final Bill.48.2 The CONTRACTOR's Labour and Staff will be permitted to stay within the premises at designatedlocations identified by HPCL It is proposed that such labour camps shall be confined to 1 location.48.3 The CONTRACTOR shall remove all temporary buildings / facilities etc., before leaving the siteafter <strong>com</strong>pletion of works in all respect.48.4 The CONTRACTOR will be responsible for carrying out the warehouse management & materialcontrol of his supplied items in accordance with approved warehousing & material controlprocedure, which is to be submitted by the CONTRACTOR during kick-off meeting.49.0 CONSTRUCTIONRules and RegulationsCONTRACTOR shall observe in addition to Codes specified in respective specification, allnational and local laws, ordinances, rules and regulations and requirements pertaining to the workand shall be responsible for extra costs arising from violations of the same.50.0 CONSTRUCTION EQUIPMENT AND ORGANIZATIONMH2145-C000-PS-RFQ-0020Page 140 of 334


50.1 CONSTRUCTION EQUIPMENTThe Contractor shall without prejudice to his overall responsibility to execute and <strong>com</strong>plete thework as per specifications and time schedule, progressively deploy equipments and tools &tackles as and augment the same as decided by the Engineer-in-Charge depending on theexigencies of the work so as to <strong>com</strong>plete all works within the contracted time schedule andwithout any additional cost to Owner. No construction equipment shall be supplied by the Owner.50.2 MANPOWER DEPLOYMENT50.2.1 Bidder shall meet the requirement regarding deployment of minimum construction manpower asspecified in the bidding document at Appendix-VIII-A to SCC. Bidder shall also submit their<strong>com</strong>pliance for deployment of manpower along with the bid. Qualification and Experience of keyconstruction personnel shall be as per Appendix-IX to SCC.50.2.2 Schedule of Labour & Equipment RatesHiring / Recovery Rate for Deployment of Manpower attached as Appendix-X to SCC shall beused for analyzing rates for extra items and recovery for non- deployment of manpower.50.2.3 Equipment Hiring / Recovery Rates attached as Appendix-XI to SCC shall be used for analysingrates for extra items and recovery for non-deployment of equipment.50.3 MANPOWER & EQUIPMENT DEPLOYMENT CRITERIABidder shall <strong>com</strong>ply to deployment of minimum Construction Equipment and manpower (referAppendix – VIII A& B of SCC).Note :In case the Bidder quotes for Both the Parts, the Quantity of equipments mentioned shallbe cumulative of Part -I & Part –II.50.4 List of available Technical Manpower & Key Personnel intended to be deployed with theirCV’s (academic qualification, experience and fields of specialization.) as per AppendixVIII-A of SCC50.5 List of Construction Equipment & Machinery in line with Appendix VIII-B of SCC .51.0 MECHANISED CONSTRUCTION51.1 Contractor shall without prejudice to his overall responsibility to execute and <strong>com</strong>plete the workas per specifications and time schedule adopt as far as practicable, mechanized constructiontechniques for major site activities. Contractor agrees that he will deploy the required numbersand types of the plant & machinery applicable for different activities in consultation with theMH2145-C000-PS-RFQ-0020Page 141 of 334


Engineer-in-charge during execution of works.51.2 Contractor further agrees that Contract price is inclusive of all the associated costs, which he mayincur for actual mobilization, required in respect of use of mechanised construction techniquesand that the Employer/Consultant/Consultant in this regard shall entertain no claim whatsoever.52.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION52.1 Contractor shall be responsible for organizing the lifting of the equipment in the proper sequence,that orderly progress of the work is ensured and access routes for erecting the other equipmentsare kept open.52.2 Orientation of all foundation, elevations, lengths and disposition of anchor bolts and diameter ofholes in the supports saddles shall be checked by contractor, well in advance. Minor rectificationsincluding chipping of foundations as the case may be shall be carried out at no extra cost by thecontractor after obtaining prior approval of the Engineer-in-Charge. The Contractor shall also beprovided with the necessary structural drawings and piping layouts etc., wherever required forreference. During the structural member need to be dismantled, to facilitate the equipmenterection, same shall be done by the contractor after ensuring proper stability of main structurewith prior permission of Engineer-in-Charge. All such dismantled members shall be put inposition back after the <strong>com</strong>pletion of equipment erection to satisfaction of Engineer-in-Charge.52.3 During the performance of the work the Contractor at his own cost, shall keep structures,materials and equipment adequately braced by guys, struts or otherwise approved means whichshall be supplied and installed by the Contractor as required till the installation work issatisfactorily <strong>com</strong>pleted. Such guys, shoring, bracing, strutting, planking supports etc. shall notinterfere with the work of other agencies and shall not damage or cause distortion to other worksexecuted by him or other agencies.52.4 Manufacturer's re<strong>com</strong>mendations and detailed specifications for the installation of the variousequipment and machines will be passed on to the contractor to the extent available during theperformance of work. The requirements stipulated in these clauses shall be fulfilled by theContractor.52.5 Various tolerances required as marked on the drawings and as per specifications andinstructions of the Engineer-in-Charge, shall be maintained. Verticality shall be maintained.Verticality shall be verified with the Theodolite.52.6 ERECTION OF EQUIPMENTS52.6.1 All the erection shall be carried out by Cranes of suitable capacity. Erection by derrick shall notbe permissible. The contractor shall arrange the crane of suitable capacity required for erectionand include cost for same in respective items without any liability on the part ofEmployer/Consultant.52.6.2 Bidder shall submit the indicative erection scheme for equipment and shall undertake theMH2145-C000-PS-RFQ-0020Page 142 of 334


erection only after obtaining approval of erection scheme by Engineer-in-charge.52.6.3 Grouting of equipment, anchor bolts, pockets and under base plates shall be carried out as pertechnical specifications.53.0 REPAIR OF PIPE DEFECTS53.1 Immediately prior to aligning pipe for welding, the beveled ends of each joint of pipe and the areaimmediately adjacent thereto (at least 25mm from the edge on the inside and outside of the pipe)shall be thoroughly cleaned of paint, rust, mill scale, dirty or other foreign matter by use of powerdrive wire buffing wheels, disc sanders, or by other methods approved by Employer/Consultant.This shall be done at no extra cost to Employer/Consultant.53.2 All damaged ends of pipe that are bent, cut or otherwise mutilated to such an extent that in theopinion of the Employer/Consultant, faulty alignment or unacceptable welding would result, shallbe repaired or cut-off and re-beveled to the correct angle with a beveling machine of a typeapproved by Employer/Consultant. No <strong>com</strong>pensation shall be allowed by reason of such recuttingor beveling, except when required because of the original bevel being damaged before thepipe is "taken over" by Contractor.53.3 Dents in bevels with a depth of less than 1 mm shall be removed by Contractor during cleaningand grinding, ahead of the welding in the field. Contractor shall re-bevel dented bevel ends with adepth between 1 and 3 mm. Dents over 3mm depth shall be repaired by cutting and re-beveling.54.0 LOCATION OF STORAGE YARD54.1 The Storage Yard is situated at the locations as mentioned in the scope of work.54.2 Items issued as Free Issue Material (FIM) shall be collected by the Contractor fromEmployer/Consultant's designated storage yard(s) as directed by Engineer-in-Charge. Contractorshall arrange for handling of FIM including crane etc for loading/unloading, transportation of FIM torequired site location free of cost.55.0 WORKING HOURSNormal working Hours ,in general shall be from 09:00 am to 05:30 pm, particularly for HPCLStations at Rewari, Bharatpur and Mathura. However, working hours for work within the Stationsshall be governed by the work Permits issued by HPCL.56.0 TESTS AND INSPECTION56.1 The Contractor shall carry out the various tests as enumerated in the technical specifications ofthis bid document and the technical documents that will be furnished to him during theperformance of the work.MH2145-C000-PS-RFQ-0020Page 143 of 334


56.2 All the tests either on the field or at outside laboratories concerning the execution of the work andsupply of materials by the Contractor shall be carried out by Contractor at his own cost.56.3 The work is subject to inspection at all times by the Engineer-in-Charge. The contractor shallcarry out all instructions given during inspection and shall ensure that the work is being carriedout according to the technical specifications of this bid document, the technical documents andthe relevant codes of practice will be furnished to him during the performance of the work.56.4 The Contractor shall provide for purposes of inspection access ladders, lighting and necessaryinstruments at his own cost.56.5 Any work not conforming to execution drawings, specifications or codes and approvedmethodology / scheme shall be rejected forthwith and the Contractor shall carryout therectifications at his own cost.56.6 All results of inspection and tests will be recorded in the inspection reports, proforma of whichwill be approved by the Engineer-in-Charge. These reports shall form part of the <strong>com</strong>pletiondocuments.56.7 For materials supplied by Employer/Consultant, Contractor shall carryout the tests, if required bythe Engineer-in-Charge, and the Employer/Consultant shall reimburse the cost of such tests atactual to the Contractor on production of documentary evidence.56.8 Statutory fees paid to authorities and for repeat tests and inspection due to failures, repairs etc.such reasons attributable to the Contractor shall be borne by the Contractor.56.9 Inspection and acceptance of work shall not relieve the Contractor from any of his responsibilitiesunder this Contract.57.0 INSPECTION OF SUPPLY ITEMS / MATERIALS57.1 All inspection and tests on bought out items shall be made as per the specifications formingpart of this contract. Various stages of inspection and testing shall be identified after receipt of QualityAssurance Programme from the Contractor/ Manufacturer.57.2 Inspection calls shall be given for associations of Employer/Consultant's representative as permutually agreed programme in prescribed proforma with 15 days margin, giving details ofequipment and attaching relevant test certificates and internal inspection report of the Contractor.All drawings, General Arrangement and other contract drawings, specifications, catalogues etc.pertaining to equipment offered for inspection shall be got approved from Employer/Consultantand copies shall be made available to Employer/Consultant beforehand for undertakinginspection at the Contractor's or their sub-contractor's premises at any time during contract periodto facilitate him to carry out inspection and testing assignments.57.4 The contractor/ sub-contractor shall provide all instruments, tools, necessary testing and otherinspection facilities to inspection engineer of Employer/Consultant free of cost for carrying outMH2145-C000-PS-RFQ-0020Page 144 of 334


inspection.57.5 Where facilities for testing do not exist in the Contractor's/ sub-contractor's laboratories, samplesand test pieces shall be drawn by the Contractor/ Sub-Contractor in presence of InspectionEngineer of a Employer/Consultant and duly sealed by the later and sent for testing inGovernment approved Test House or any other testing laboratories approved by the InspectionEngineer at the Contractor's cost.58.0 FINAL INSPECTION FOR WORKSAfter <strong>com</strong>pletion of all tests as per specification the whole work will be subject to a finalinspection to ensure that job has been <strong>com</strong>pleted as per requirement. If any defects noticed in thework attributable to Contractor, the Contractor at his own cost shall attend these, as and when theEmployer/Consultant brings them to his notice. The Employer/Consultant shall have the right tohave these defects rectified at the risk and cost of the contractor if he fails to attend to thesedefects immediately59.0 TEMPORARY WORKSAll Temporary and ancillary works including enabling works connected with the work shall beresponsibility of the Contractor and the price quoted by them shall be deemed to have includedthe cost of such works which shall be removed by the contractor at his cost, immediately after<strong>com</strong>pletion of his work.60.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE60.1 To distinguish between work in foundations and superstructures, the following criteria shall apply:60.1.1 For all Equipment pedestals, pipe racks, other foundation and R.C.C. Structures, work done upto300 mm level above finished grade level will be taken as work in foundations and work above thislevel will be treated as work in superstructures and payments would be made accordingly.60.1.2 For Buildings only, all works upto level corresponding to finished floor level shall be treated as'Work in foundation' and all works above the finished floor level shall be treated as "Work insuperstructure".60.1.3 Irrespective of what has been stated above, all pavements, R.C.C. Retaining wall, all pipesleepers and any similar item would be taken as work done in foundations irrespective oflocations, nomenclature and levels given anywhere.60.1.4 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads, Cable trenches, orsuch similar item would be taken as work in foundation.61.0 UNDERGROUND AND OVERHEAD STRUCTURESMH2145-C000-PS-RFQ-0020Page 145 of 334


The information to possible extent regarding existing structures/overhead lines, existing pipelinesand utilities are already indicated in layout drawings. Over and above contractor may encounterother structure / lines etc. which may not be appearing in layout drawings, the contractor isrequired to collect such information on his own before <strong>com</strong>mencing the work. The Contractor shallexecute the work in such a manner that the said structures, utilities, lines etc. are not disturbed ordamaged, and shall indemnify and keep indemnified the Employer/Consultant from and againstany destruction thereof or damages thereto.62.0 TEST CERTIFICATES62.1 Bidder shall be required to submit recent test certificates for the material being used in works fromthe recognized laboratories. These certificates should indicate all properties of the materials asrequired in relevant IS Standards or International Standards.62.2 Contractor shall also submit the test certificate with every batch of material supplied which will beapproved by Engineer-in-Charge. No secured advance will be given for the materials not havingtest certificate. In case any test is to be carried out, the same shall be got done in the approvedlaboratory at the cost of contractor.63.0 EXECUTION OF ELECTRICAL WORKSThe Contractor shall engage an approved electrical agency for execution of electrical works,holding valid electrical contractor licence. In case contractor himself executes electrical worksthen he shall arrange valid electrical contractor licence before start of electrical works at site.Notwithstanding, contractor shall adhere to all the safety standards as included in biddingdocument.64.0 HYDROSTATIC TESTING64.1 The bidder as per the Technical specification along with their offer taking into account the<strong>com</strong>pletion schedule shall furnish the detailed procedure proposed for the hydrostatic testing. Thenecessary piping, pumps etc. shall be provided by the contractor. The final disposal of water aftertesting shall be contractor's responsibility and should be in such a way that neither the trafficmovement even pedestrians nor the standing crop in nearby fields gets affected. Suitable drainsshall be provided for this purpose as directed by the Engineer-in-Charge within the contractedprices.64.2 The Contractor shall propose and obtain approval of Engineer-in-Charge based on drawings,availability of water for hydro testing and keeping in view other exigencies, if any before startinghydro testing work. The Contractor will carryout the hydrostatic test for approved number of testsection including preparation for test and tie-ins, without any time and cost implication on thisaccount to Employer/Consultant. Any increase or decrease in number of test sections will nothave any cost implication to Owner / Consultant / Contractor.65.0 MAKE OF MATERIALS65.1 The materials required to be supplied by the contractor under this contract shall be procured onlyfrom Employer/Consultant approved vendors. Where the makes of materials are not indicated inMH2145-C000-PS-RFQ-0020Page 146 of 334


the Bidding document contractor shall furnish the details of makes and shall obtain prior approvalof Engineer-in-Charge of vendors/sub-vendors before placing order.66.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEMThe following schedules/documents/reports shall be prepared and submitted by theBidder/Contractor for review/approval at various stages of the contract.66.1 After the Award of Contracta) Time ScheduleThe Completion Time Schedule for the work (including mobilization period) as perAppendix- II to SCC of <strong>Tender</strong> in all respect, from the date of issue of Letter / Fax ofIntent (LOI/FOI)The Bidder is required to submit a Project Time Schedule in Primavera. The Scheduleshall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the BidDocument. The Owner interface activities shall be clearly identified with their latestrequired dates. Owner reserves the right to disqualify the Bidder if the above Schedulesubmitted by the Bidder is not in line with the overall Project requirement.b) Scheduling & Monitoring SystemThe Bidders should describe their system of Project Scheduling and monitoring, the extentof <strong>com</strong>puterization, level of detailing, tracing methodology etc. with the name of <strong>com</strong>puterpackage and sample outputs.c) Overall Project ScheduleThe Contractor shall submit within 1 week of LOI/FOI, a sufficiently detailed overall ProjectSchedule in the activity network form, clearly indicating the major milestones,interrelationship/ interdependence between various activities together with analysis ofcritical path and floats.The network will be reviewed and approved by Engineer- in-Charge and the <strong>com</strong>ments ifany shall be incorporated in the network before issuing the same for implementation. Thenetwork thus finalized shall form part of the contract document and the same shall not berevised without the prior permission from Engineer-in- Charge during the entire period ofcontract.d) Progress Measurement MethodologyThe contractor is required to submit within 1 week of award of WORK, the methodology ofprogress measurement of sub-ordering, manufacturing/ delivery, sub- contractingconstruction and <strong>com</strong>missioning works and the basis of <strong>com</strong>putation of overallservices/physical progress informed. Owner reserves the right to modify the methodologyMH2145-C000-PS-RFQ-0020Page 147 of 334


in part or in full.e) Functional SchedulesThe contractor should prepare detailed functional schedules in line with network forfunctional monitoring and control and submit scheduled progress covers for each functionviz. ordering, delivery and construction.66.2 Project Review MeetingsThe Contractor shall present the programme and status at various review meetingsas required.a) Weekly Review MeetingLevel of ParticipationAgendaVenueContractor's / Consultant's RCM / SiteIncharge & Job Engineers.a) Weekly programme v/s actual achieved inthe past week & programme for next week.b) Remedial Actions and hold up analysis.c) Client query/ approval.d) Status of HSE adherence / <strong>com</strong>pliance &Site Officeb) Monthly Review MeetingLevel ofParticipationAgendaVenue :Senior Officers ofHPCL/WORLEYPARSONS andContractors.a) Progress Status/ Statisticsb) Completion Outlookc) Major hold ups/slippagesd) Assistance requirede) Critical issuesf) Client query/ approvalg) Status of HSE adherence / <strong>com</strong>plianceHPCL / WORLEYPARSONS Office/ Site at thediscretion of Owner/ WORLEYPARSONS66.3 Progress Reporting ProformaA) Monthly Progress ReportThis report shall be submitted on a monthly basis within 10 (ten) calendar days from cutoffMH2145-C000-PS-RFQ-0020Page 148 of 334


date, as agreed upon covering overall scenarios of the work. The report shall include, but notlimited 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 & 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 andconstruction.g) Procurement status for items to be supplied by Contractor.B) Weekly ReportsThe report will be prepared and submitted by the Contractor on weekly basis and willcover following items :a) Activities programmed and <strong>com</strong>pleted during the week.b) Resource deployed men and machines.c) Quantities achieved against target in constructiond) Record of Man-days lost.e) Construction percentage progress schedule and actual.C) Daily Reportsa) Activity programme for the dayb) Progress of the previous day and <strong>com</strong>mutative progress.c) Manpower & machinery deployed.D) Any other additional reports/ information as may be required by E.I.C.66.4 Progress Reports66.4.1 CONTRACTOR shall make every effort to keep the OWNER adequately informed as to the progressof the WORK throughout the CONTRACT period.CONTRACTOR shall keep the OWNER informed well in advance of the construction schedule so asto permit the OWNER to arrange for requisite inspection to be carried out in such a manner as tominimize interference with progress of WORK. It is imperative that close coordination be maintainedwith the OWNER during all phases of WORK.66.4.2 By the 10 th (tenth) of each month, CONTRACTOR shall furnish the OWNER a detailed reportcovering the progress as of the last day of the previous month. These reports will indicate actual andscheduled percentage of <strong>com</strong>pletion of construction as well as general <strong>com</strong>ments of interest or theprogress of various phases of the WORK. The frequency of progress reporting by theCONTRACTOR shall be weekly.66.4.3 Once a week, CONTRACTOR shall submit a summary of the WORK ac<strong>com</strong>plished during thepreceding week in form of percentage <strong>com</strong>pletion of the various phases of the WORK, to theMH2145-C000-PS-RFQ-0020Page 149 of 334


OWNER.66.4.4 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 berequired by the OWNER and shall be submitted in at least 3 (three) copies.66.4.5 Contractor shall prepare daily progress report (DPR) in the desired format and submit it to Engineerin-chargealong with schedule of next day to Engineer-in-charge.67.0 RESPONSIBILITY OF CONTRACTOR67.1 It shall be the responsibility of the Contractor to obtain the approval for any revision and/ormodifications decided by the Contractor from the Employer/Consultant/ Engineer-in-charge beforeimplementation. Also such revisions and/or modifications if accepted/ approved by theEmployer/Consultant/Engineer-in-charge shall be carried out at no extra cost to theEmployer/Consultant. Any changes required during and/or after approval for detailed constructiondrawings due to functional requirements or for efficient running of system keeping the basicparameters unchanged and which has not been indicated by the Contractor in the data/drawingsfurnished along with the offer will be carried out by the Contractor at no extra cost to theEmployer/Consultant.67.2 All expenses towards mobilisation at site and demobilisation including bringing in equipment,clearing the site etc. shall be deemed to be included in the prices quoted and no separatepayments on account of such expenses shall be entertained.67.3 It shall be entirely the Contractor's responsibility to provide, operate and maintain all necessaryconstruction equipments, scaffoldings and safety gadgets, cranes and other lifting tackles, toolsand appliances to perform the work in a workman like and efficient manner and <strong>com</strong>plete all thejobs as per time schedules.67.4 Preparing approaches and working areas for the movement and operation of the cranes, levellingthe areas for assembly and erection shall also be the responsibility of the Contractor. TheContractor shall acquaint himself with access availability, facilities such as railway siding, locallabour etc. to provide suitable allowances in his quotation. The Contractor may have to buildtemporary access roads to aid his own work, which shall also be taken care while quoting for thework.67.5 The procurement and supply in sequence and at the appropriate time of all materials andconsumables shall be entirely the Contractor's responsibility and his rates for execution of workwill be inclusive of supply of all these items.68.0 CHECKING OF LEVELS68.1 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 noticeof Engineer-in-Charge discrepancies, if any. In case of minor variations in levels etc. theMH2145-C000-PS-RFQ-0020Page 150 of 334


Contractor shall carry out the necessary rectifications to the foundations within his quoted price.68.2 The Contractor shall also be responsible for checking with templates, wherever necessary, thedisposition of foundation bolts with the corresponding bases of structure and shall effectrectifications, as directed, within his quoted rate.69.0 STORAGE FACILITIES69.1 The Contractor shall maintain wherever required an air-conditioned room for the storage of theinstruments as well as for calibration and testing of the instruments at his own cost. Thecontractor shall provide these facilities within the quoted price.70.0 WORK PERMIT70.1 When Contractor is working in HPCL's Licensed Premises ( as per Explosives Dept),Contractor tonote that in HPCL's RKPL Project, Contractor would be required to obtain applicable hot work/ coldwork permits on daily basis from the <strong>com</strong>petent authority. Contractor shall also <strong>com</strong>ply with all theconditions on the work permit / entry permits at no extra cost to owner at all the works locations.Contractor shall be required to obtain police verification for obtaining of work/entry permits to workinside the HPCL premises for all the employees and workers employed for the job.70.2 The CONTRACTOR shall be given approved identity cards to all his workers, which will have to beproduced by the CONTRACTORs' workmen as and when demanded by the HPCL'srepresentatives or Security men.70.3 Action where there is no specificationIn case of any class of work over which there is no specification mentioned, the same shall becarried out in accordance with the latest edition of Indian Standard Specifications subject to theapproval of the Consultants and Client.70.4. Typographical or Clerical ErrorsThe HPCL / WORLEYPARSONSs clarifications regarding partially omitted particulars ortypographical or clerical errors shall be final and binding on the CONTRACTOR.71.0 DELETED72. GOVT. ACTS/ REGULATIONSAny reference to the Govt. Acts / Regulations etc. in the Bid Document is only indicative, and it is entirelyfor the Bidder to ascertain the applicable Acts / Regulations.73. SUBSTITUTION, WRONG SUPPLIES AND SHORT SUPPLIESUnauthorized substitution or materials delivered in error, other than those mentioned in theMH2145-C000-PS-RFQ-0020Page 151 of 334


Order, or material of sub-standard quality or supplied in excess quantity (unless authorisedby the buyer), shall be rejected and the rejected goods if any shall be returned to Seller atSeller's cost and risk.74. CEMENT & STEELIn partial modification to clause no. 7.e and 7.f of GTC, unless until specified explicitly in the tenderdocument, supply of cement and steel shall be arranged by Contractor and the cost of the same shall bedeemed to be included in the quoted prices.75 CONSTRUCTION RIGHT-OF-USE AND PERMITS:75.1 The Owner shall allow to the Contractor the construction right-of-use for the pipeline acquired asper P&MP act 1962. Acquisition of land for CP/SV/IP stations, Anode bed locations including allnecessary liasoning with government authorities is in the scope of the contractor. Permissions forvarious crossings those are necessary and available with Owner to lay the pipeline. Please referAPPENDIX-XIV to SCC for list of crossing approvals available with owner. Balance of the crossingapprovals are to be obtained by Contractor to lay the pipeline.75.2 All other permissions, permits and licenses necessary for the performance of the work shall beobtained by the Contractor at his own cost and initiative. In so far as any such permission, permitor license required for the performance of the work by the contractor can only be granted at therequest or re<strong>com</strong>mendation of the Owner, the Owner shall at the request of the Contractor, providere<strong>com</strong>mendatory letters to the contractor to obtain or procure the same. The contractor shall not,however, be entitled to any additional <strong>com</strong>pensation over and above contracted rates of servicesfor any hardship or increased cost caused by any idleness, suspension or disruption of work or anyother account whatsoever as a result of the inability of the contractor to obtain the permission(s),permit(s), license(s) aforesaid to match with the progress of the work nor shall the same constitutea ground for extension of time.75.3 The Owner does not warrant that the right-of-use shall be suitable at all locations for use and/ormovement of vessels and mechanical and other equipment of the Contractor, and the Contractorshall be responsible at his own cost and initiative to innovate at site and adopt suitable means toperform the work in any particular circumstances as may be encountered. The Contractor shall notbe entitled to any <strong>com</strong>pensation beyond the price of services for any hardship or increased costcaused by the pipeline being routed in the tidal zone or adjacent to or across any pipeline,highway, road, dyke, lake, river, stream, land and other water channel or course, swamp or mash,telephones, telegraph and electric power lines, cables, poles and wires, sewers, drains,embankments, cliffs or other obstacles whatsoever which may be physically or otherwise, in anymanner restrict or limit the use of Contractor's vessels, machinery or equipment or necessitateadditional precautions and/or works to lay the pipeline or necessitate the use of special methods ofconstruction and/or employment of manual processes, all such contingencies and restrictivefeatures being deemed to have been recognized by the contractor and provided for in the price ofservices.75.4 The contractor shall notify the Owner the probable date of <strong>com</strong>mencement of work at ROU site atMH2145-C000-PS-RFQ-0020Page 152 of 334


least two (2) weeks in advance to enable the Owner to arrange handing over of the 6(1) Gazettenotification & list of land owners of the ROU/site on the date requested. Should contractor fail insuch notification, the Owner shall not be liable for any claim by Contractor, of whatsoever nature,for delay in the availability of a ROU site.75.5 The Owner shall endeavour to procure the right-of-use for the entire pipeline in advance of the<strong>com</strong>mencement of the work by the Contractor for the construction of the pipeline. Should,however, this not be possible, the Contractor shall <strong>com</strong>mence work in respect of the section orsections of the pipelines for which the right-of-use has, for the time being, been acquired. Ifnecessary, because of any problem or difficulty concerning the right-of-use, or the procurementthereof in any section or sections due to the existence of any unforeseen or force majeureconditions covering at any location/section or sections of the pipeline right-of-use, the Contractorshall within the scope of the work and without entitlement to additional <strong>com</strong>pensation thereforeforthwith proceed to the next possible point of its continuance, in respect of which right-of-useexists and/or in which the construction work can be continued, and shall move in the oppositedirection, if necessary.75.6 The owner shall likewise endeavour to procure the permits/licenses required to be procured by theOwner under the contract sufficiently in advance to enable the contractor to continue movement ofthe Part in the same direction. Should, however, for any cause such permission/license not beavailable in time to match the progress of the work, the Contractor shall forthwith within the scopeof work and without entitlement to additional <strong>com</strong>pensation therefore forthwith proceed with thework at the next possible point of its continuance, including movement of the Part/ spread in theopposite direction, if necessary.75.7 The work should be executed in a phased manner as directed by forest authorities along theproposed length by putting suitable barriers to prevent accidental entry of wild animal in the worksite. The Contractor will take all precautions to prevent any accident involving wild animals andensure observance of all provisions of Wildlife (Protection) Act, 1972 as amended up to date andrelevant rules made there under by the workers and staff on work site.75.8 All expenditure and logistic support to Forest staff deputed during the execution of works will beprovided by the Contractor without any extension of time and additional cost to Owner.75.9 Acquisition of land for CP/SV/IP stations, Anode bed locations including all necessary liasoningwith government authorities is in the scope of the contractor.75.10 Owner shall provide Gazetted 6 (1) notification for the identified ROU along with list of Landowners.However, it will be the responsibility of contractor to take over the possession of the land for<strong>com</strong>mencement of Pipeline laying activity. Owner shall arrange to deposit Land and applicablecrop <strong>com</strong>pensation as awarded by the Competent Authority appointed for the project for respectiveStates.All necessary co-ordination with any government / regulatory / any other agencies for smooth / uninterruptedprogress of the job thereafter shall be the responsibility of the contractor. No requestfor additional <strong>com</strong>pensation on account of the above other than the contracted rates of serviceswill be entertained.MH2145-C000-PS-RFQ-0020Page 153 of 334


75.11 Co-ordination with appropriate authorities for obtaining approvals for all the pipeline x-ings (Road/rail/canal/ river etc.) shall be the responsibility of the contractor. Necessary issue of duly filled upapplications, authorization letters, DDs for the deposit amounts towards the same shall bearranged by owner. It is also the responsibility of the contractor to obtain the refund of depositamounts from the respective authorities on <strong>com</strong>pletion of the x-ing jobs76.0 COMPENSATION FOR DELAY/ LIQUIDATED DAMAGES IN CASE OF SINGLE COMPOSITETENDER IN CASE OF SINGLE COMPOSITE TENDER76.1 In case of single order ( Installation work +Supply) , the delay in mechanical <strong>com</strong>pletion includingpre <strong>com</strong>missioning of the work beyond stipulated <strong>com</strong>pletion period: Price reduction / liquidateddamages @ 0.5% of the undelivered Portion of the Contract/order value per week or part thereofsubject to a maximum of 5% of undelivered Portion of the Contract/order value.77.0 COMPENSATION FOR DELAY/ LIQUIDATED DAMAGES FOR WORKS77.1 Clause No: 10.0 of GTC, pertaining to Compensation for Delay (Liquidated Damages)stands modified to the following extent.77.1.1 In case of delay in mechanical <strong>com</strong>pletion including pre <strong>com</strong>missioning of the work beyondstipulated <strong>com</strong>pletion period: Price reduction / liquidated damages @ 0.5% of the undeliveredPortion of the Contract/order value OF WORKS per week or part thereof subject to a maximum of5% of undelivered Portion of the Contract/order value.77.1.2 In case of delay in permanent corrosion protection and CP mitigation measuresbeyond stipulated <strong>com</strong>pletion period: Price reduction / liquidated damages @ 0.5% of the value ofSOR item for the permanent corrosion protection system per week or part thereof subject to amaximum of 5% of value of SOR item for the permanent corrosion protection system.77.1.3 In case of delay in other works like <strong>com</strong>pensatory afforestation, ROU restoration and clearancesbeyond stipulated <strong>com</strong>pletion period: Price reduction / liquidated damages @ 0.5% of the value of5% of total contract /order value per week or part thereof subject to a maximum of 0.5% (10% of5%) of total contract / order value.Notwithstanding anything mentioned above, the total Price reduction /liquidated damages levied onthe contractor shall not exceed 5% of the total contract / order value.78.0 PRICE REDUCTION FOR DELAY IN DELIVERY FOR SUPPLY78.1 The time and date of delivery of stores / materials / equipment as stipulated in the order shall be deemedto be the essence of contract. In case of delay in execution of the order beyond the' date of delivery asstipulated in the order or any extension sanctioned, the Owner may at his option either:i) Accept delayed delivery at prices reduced by a sum equivalent to ONE HALF OF ONE percent (1/2%)of the value of any goods not delivered for every week of delay or part thereof, limited to a maximum of5% OF TOTAL ORDER VALUE OF SUPPLY (as defined below), or ii) Cancel the order in part or fullMH2145-C000-PS-RFQ-0020Page 154 of 334


and purchase such cancelled quantities from elsewhere on account and at the risk of Vendor, withoutprejudice to its rights under (i) above in respect of goods delivered. All costs and expenses incurred byHPCL, if any, resulting from cancellation of order shall be recovered from seller. Further, incase, of delayin delivery, the bidder shall calculate the applicable price reduction for delayed delivery and raise theirinvoices netof the same.78.2 The Total Order Value OF SUPPLY for PRS purpose shall be construed to include only basic rate,exclusive of duties / taxes / freights etc.78.3 In case Contractor fail’s to execute the order (if order placed on Contractor and delayed beyond 10WEEKS AFTER SCHEDULED DELIVERY/COMPLETION PERIOD) as per tender terms & conditions,Owner / Consultant reserves the right to get the job done / material supplied through separate agency atContractor ’s risk & cost.78.4 Delivery dates will however, be extended without being subject to clause “Price Reduction Schedule forDelay in Delivery”, in the event of cause due to force majeure in accordance with clause no. 19.0 of GPCwithin the Contractual delivery periods.79.0 QUANTITY VARIATION FOR SUPPLY & WORKSOwner reserves the right, at the time of award of contract, to increase or decrease the quantity of goodsfor all items as specified in the bid document up to +/-25% without any change in the unit prices (as wellas lump sum prices, if any) and other terms and conditions. Bidder’s quoted prices shall be valid for suchquantity variation.80.0 RECOVERY OF FAILURE OF ITEMS FOR SUPPLYIn case the items supplied by the contractor fails during fabrication and or erection due to manufacturingdefect the supplier shall be<strong>com</strong>e liable to replace the items free of cost to HPCL without any loss of time.The contractor shall borne the landed cost for replacing the defective items, including all costs incurredup to delivery thereof at site, all duties, freight, insurance, labour, material, charges for cutting, removing,replacement, engineering and construction supervision charges of consultant, and relaying of defectivepart(s), including cost of incidental activities.81.0 SUBMISSION OF COLOURED PHOTOGRAPHS & VIDEOTAPE81.1 The Contractor shall shoot, prepare and submission coloured photographs in 2 sets along withsoftcopies to <strong>WorleyParsons</strong> site office along with monthly progress report covering all theactivities of pipeline constructions highlighting the progress or other areas of work. Similarlyphotographs for problem areas should be submitted well in advance with a proposedmethodology to execute the works and meet the construction schedule. The cost of same shallbe deemed to be inclusive in the rates and no separate payment shall be made.MH2145-C000-PS-RFQ-0020Page 155 of 334


81.2 Contractor shall develop and submit (in CD / Pen Drive/ Hard Drive ) a videotape of three hoursduration covering the construction activities showing the nature and magnitude of the work. Thetape shall be shot and edited to Indian broadcast standards. Videotape recorded in field shall beshot by professional camerapersons and shall meet the technical standards of the Hi-8 format orbetter. Tape shall cover, but not limited to the following construction activities:-Mobilization of equipment/ machineryROW cleaning/gradingTrenchingStringingWelding: Manual & Semi- AutomaticAutomatic weldingAuto UTRadiographyJoint CoatingPipe layingBack fillingRiver crossingsRail/Road/Canal crossingsCrossings before closing trenchHydro testing Pre-drying and dryingRestoration of ROULaying of optical fibre cableVarious construction and installation at sectionalizing valve stations etc.GPS Co-ordinates at crossing.81.3 Videotape shall also have coverage on new/special techniques used in the Contract and majorproblems encountered, if any, and the measures taken to resolve them. The tape shall besupplemented with suitable narration and subtitles explaining the job, techniques andmethodology, etc. The video shall be prepared with two narration tracks, one in Hindi one inEnglish. Professional narrators shall voice both. The script shall include explanations of jobactivities, techniques used methodologies etc. Elements of the video programme sequencingand editing techniques shall be discussed with Employer/Consultant and mutually agreed tobefore videotaping begins.Draft script shall be submitted to Employer/Consultant for approval before editing <strong>com</strong>mences.81.4 Following <strong>com</strong>pletion of editing and review and approval of programme by Employer/Consultant,Contractor shall deliver edited master tape to Employer/Consultant plus six VHS-Format copiesof the programme.82.0 PRICE ADJUSTMENT DUE TO DELAYED MOBILIZATION OR SHORTFALL IN MOBILISATION OFMINIMUM EQUIPMENT AND MANPOWER82.1 Contractor shall mobilise and deploy equipments in good working condition as per month wisebuilt-up of equipments indicated in the “Minimum Construction Equipment Deployment Schedule”MH2145-C000-PS-RFQ-0020Page 156 of 334


(MCEDS) enclosed as Appendix-VIII B to SCC.82.2 In case during execution, adequate front is not available at site, contractor may request fordelayed mobilization of certain equipments and submit for approval, the revised equipment builtupschedule, maintaining the total quantum of equipment day/ equipment month to be deployedremain unchanged. In such case, the “Revised Minimum Construction Equipment DeploymentSchedule” as re<strong>com</strong>mended by Engineer-in-charge (PMC) and approved by Construction-In-Charge (HPCL) shall be applicable.82.3 Contractor shall maintain record of actual mobilization of each equipment and key personnel.Joint record of equipment mobilization will be maintained month-wise.82.4 In case of delay in mobilization or shortfall in mobilization of equipment and key personnel w.r.t.approved MCEDS and Manpower, recovery shall be effected from contractor’s running bills ascertified by ENGINEER-IN-CHARGE. The recovery shall be for the delayed period / shortfallbeyond but not including the permissible mobilization period / month for each such equipmentbased on the hiring / recovery rates specified elsewhere in the bidding document.82.5 If found necessary, HPCL / <strong>WorleyParsons</strong> may deploy any equipment / manpower and recoverthe amount for such deployment as per rates provided at Appendix-XI & Appendix-X to SCCrespectively.82.6 In case of early mobilization or additional mobilization of equipment as <strong>com</strong>pared to requiredequipment (based on approved MCEDS) to meet the schedule requirement, or idling due toimproper planning by the contractor, Contractor shall not be entitled for any extra claim.82.7 An equipment and key personnel may be demobilized by the contractor on <strong>com</strong>pletion of its workat site after written clearance of Engineer-in-charge. Unilateral withdrawal of any equipment / keypersonnel by the contractor will attract recovery as per the hiring / recovery rates specified inAppendix-X & XI to SCC.82.8 Deduction under this clause is in addition to LD applicable pursuant to GTC clause 10.0 and SCCClause 77 & 78 ABOVE. The provision of GTC clause no. 10.0 shall have no bearing on thisclause. The Contractor’s maximum liability towards deduction for non-deployment of requisiteminimum equipment and manpower shall be limited to 2.5% of contract price.82.9 In case time extension is granted without application of Liquidated Damage (LD), then amountdeducted on account of MCEDS & Manpower will be refunded to the contractor for the extendedperiod.82.10.1 Contractor to provide cash flow statements for the job to ensure smooth flow of funds for uninterrupted delivery of materials (BOIs) / sub-contractors jobs ( CP system including TCP/ PCP),Field joint coating, welding electrodes, OFC Ducts, OFC Splicing/Termination Kits, NDTServices, Caliper Pigging , EGP, HDD Services ,etc.)82.10.2 The above Cash Flow Statement along with NO Due Certificate from such all agencies engagedMH2145-C000-PS-RFQ-0020Page 157 of 334


y them / Vendors shall be provided along with every RA Bill.82.11 In case of final bill, contractor shall be required to submit NOC from all agencies engaged by themabout receipt of full payment from the contractor.82.12 Substitute / Equivalent equipment shall not be acceptable for equipment listed in Annexure-VIII-Bto SCC. However for other equipment listed in Annexure-VIIIB to SCC, equivalent/substituteequipment may be accepted, as decided by Engineer-in- Charge.83.0 SPECIFIC REQUIREMENTSFor Specific requirements, bidder shall refer to the Material Requisition enclosed in the tender.Status of all clearances required for the job shall be provided to the successful bidders,should there be any other requirement for execution of job, shall be obtained by thecontractor at his own cost and statutory payments shall be reimbursed by HPCL based ondocumentary evidence.83.1 Deleted.83.2 Deleted.83.3 Deleted.83.4 The pipeline laying job in each Part is planned to be carried out in two fronts. Hence, it may benoted that contractor mobilization shall be in line with the same and it shall be the responsibilityof the contractor to ensure that no front is left open for a period of more than two months fromthe date of opening.i. Deleted.ii.Contractor is required to coordinate with forest/ highway/local authorities, etc. for smoothexecution of work. In cases of delays in obtaining ROU clearance, contractor shall not beentitled to any <strong>com</strong>pensation thereof. Contractor shall obtain clearances from Localauthorities to continue the works.In social forestry areas, contractor shall liaise and obtain permission from authorities as perrelevant Rules & Acts.iii.Bidder to note that after <strong>com</strong>pletion of work, ROU shall be restored by Contractor to itsoriginal condition. Contractor shall submit ROU restoration certificate, signed by plot owner,patwari/concerned village officer, contractor, to Competent Authority of the Project forrespective States who will review and accept restoration of ROU. The activity shall beconsidered for measurement purpose only after acceptance of restoration by C.A.iv. Security arrangements for all installations/facilities being carried out by Contractor, up toPage 158 of 334MH2145-C000-PS-RFQ-0020


end of pre-<strong>com</strong>missioning of pipeline and handing over to HPCL shall be arranged byContractor and shall be in the Contractor’s scope.v. Bidder to note that on award of work, they shall engage any one of the following approvedagencies for CP System (Refer Vendor List):-Bidder to note that the agency engaged for CP System shall have to carry out theinterference surveys and implementation of mitigation measures for Cathodic ProtectionSystems after <strong>com</strong>missioning of Permanent Cathodic Protection System. The work ofinterference surveys and implementation of mitigation measures are to be <strong>com</strong>pleted in aperiod of 6 months after <strong>com</strong>missioning of the pipeline. In case of delay of interferencesurveys and mitigation measures, penalty/liquidated damages shall imposed as per clauseno 10 of General Conditions of Contract which shall be applicable on the quoted price ofCP System of works.vi.Contractor to note that while carrying out ROU clearing and grading in forest and non-forestareas, around (approximate) trees falling within ROU shall have to be cut. Contractor toenumerate the exact number of trees that are falling in ROU along with concernedauthorities and obtain. Tree felling permission for the same from the concerned authorities.Opening of ROU in any Part will be done only after obtaining of trees cutting permissionfrom concerned authorities. Contractor shall follow all rules and regulations governing treecutting permission within the ROU. Contractor shall carry out actual felling of trees underthe supervision of concerned authorities, if required and shall observe all the formalities/requirements governing disposal of felled trees. Contractor’s quoted prices for relevantitem(s) for all the sections shall include this provision. No claim is permissible if the numberof trees are in variation from what has been indicated.Contractor to also note that as per the Statutory guidelines, ten saplings need to beplanted for each tree cut at a piece shown by Forest dept/ concerned authorities.Contractor to coordinate with forest department/ concerned authorities to get the areaidentified, plant the trees and maintain these for a minimum period as stipulated by forestdepartment/concerned authorities. All the cost towards the above exercise shall be toContractor’s account. In case a new area need to be acquired for the above a forestationpurpose, with prior consent of Owner Contractor shall coordinate with concernedauthorities for acquisition of land, however, the cost of the land shall be to Owner’saccount.In case of maintenance of planted saplings beyond contractual <strong>com</strong>pletion period,Contractor shall carryout all such maintenance during the period advised by Forestdepartment/ concerned authorities. In such case, prior to submission of final bill, Contractorshall submit a separate Bank Guarantee equivalent to cost of maintenance, as per theformat given by Owner, valid up to the maintenance period. The amount of Bank guaranteeshall be the amount as advised by Forest department for maintenance of saplings andconcurred by Owner. Final bill shall be processed only upon receipt of such bankguarantee.MH2145-C000-PS-RFQ-0020Page 159 of 334


Contractor to note that it is their responsibility during tendency of contract or otherwise tocoordinate with Forest department and <strong>com</strong>plete all the works pertaining to the aboveexercise of a forestation.vii.After Award of Job, Contractor to submit the network / work breakdown structure forall activities involved in the CP System say award of sub contract, Schedule & List ofDeliverables, expected review / approval cycle to ensure smooth / seamless releaseof the documents / Materials for TCP & PCP. The Contractor shall ensure that underno circumstances the TCP/PCP work is affected due to lack of Cash Flow betweenthe contractor and agency engaged by them in the event of work getting hampereddue to Cash Flow between the contractor and their agency, <strong>WorleyParsons</strong> / HPCLreserves the right to get the jobs done either through the same or other agencies atthe risk and cost of the Contractor.83.5 Contractors to strictly implement the HSE Management plan of WORLEYPARSONS aswell as HPCL’s Plan along with its related QA/ QC elements & Prices quoted should takecare of such elements. No Extra shall be paid for implementation of these clauses.Some of the major aspects are presented here-under for Execution:-i. Flow of 3Ms (Man/Material/Machinery) needed to be deployed to be ensured.ii. Status of 3Ms (Man/Material/Machinery) shall be reviewed during daily review meets toensure their consistent availability to meet the <strong>com</strong>pletion schedule.iii. Further argumentation of 3Ms (Man/Material/Machinery) meeting contractual scheduleshall be arrived based on earned value and contractor shall mobilise resourcesaccordingly. Predefined penalty shall be levied in case of non-<strong>com</strong>pliance.iv. Consistent irregularity/ failure in adherence to HSE requirements may also lead tohiring/ deployment of 3Ms (Man/Material/Machinery) at the risk and cost of thecontractor.v. There shall be HSE related meeting of about 10- 20 minutes every day before the startof job at site. This is to ensure deployment of healthy tools and tackles/ equipment/manpower etc. for consistent productivity. A clear record of the same is required to bemaintained.vi. Every activity to <strong>com</strong>mence only after <strong>com</strong>pliance of QA/ QC requirements. Well trained/ right QA /QC people to be deployed at site.vii. Non-<strong>com</strong>pliance / non-adherence to HSE clauses/ requirements shall lead to stoppage/ delay of work which shall be totally attributable to the contractor and no request fortime extension shall be entertained on this account.viii. Only on <strong>com</strong>pliance of all the relevant HSE requirements, construction activity shall<strong>com</strong>mence.ix. A minimum of 150 welding joints/ day / part is envisaged by opening 2 fronts/Spreadson each part. Each front/Spread to produce 75 welding joint. Contractor to draw up hisresources to plans accordingly.x. A separate crew/ set of equipment shall be deployed for all backlog works.MH2145-C000-PS-RFQ-0020Page 160 of 334


84.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIESBefore submission their first invoice for Running payment, the Contractor shall registerthemselves and the contract at their own cost with the Reserve Bank of India, In<strong>com</strong>e Tax,Sales Tax and such other statutory authorities, as may be required under the rules andregulations governing in India. The Contract Price shall be deemed to include all coststowards the same. A copy of all documents related to all such registration shall besubmitted to Owner for record.85.0 LABOUR RATESSchedule of Labour Rates applicable for extra work shall be as per direction of Engineer-inchargefor this tender as enclosed in Appendix-X of Special Conditions of Contract.86.0 EGP WORKSEGP Works shall be quoted by contractor for their respective parts as given hereunder.i. For Part- I from Rewari to Mathura & quote for another item from Mathura to SaiyyadpurPran.ii. For Part- II from Saiyyadpur Pran to Kanpur and quote for item from Mathura to SaiyyadpurPran.iii. For entire job/ pipeline works i.e Part- I +Part – IIGolden joint at SV-6 shall be carried out by contractor (either of Part-I or of Part-II)whosoever <strong>com</strong>pletes the allotted portion earlier including hydrotest.MH2145-C000-PS-RFQ-0020Page 161 of 334


3.0 APPENDICES TO SCCMH2145-C000-PS-RFQ-0020Page 162 of 334


APPENDICES TO SCCC O N T E N T SAppendix -IAppendix -IIAppendix -IIIAppendix -IVAppendix-V.(A)Appendix-V.(B)Appendix -VIAppendix -VIIAppendix –VIII.(A)Appendix –VIII.(B)Appendix -IXAppendix -XAppendix -XIAppendix-XIIAppendix -XIIIAppendix - XIVScope of Work & SupplyTime ScheduleMeasurement WorkTerms of PaymentSpecification for Quality Assurance System requirements fromBiddersSpecification for Quality Control PlanSpecification for Health, Safety and Environment (HSE)ManagementConditions for issue & reconciliation of materialMinimum no. of skilled Manpower to be deployed per PartMinimum no. of Equipment to be deployed per PartExperience Criteria for Key PersonnelHiring / Recovery Rate for Deployment of ManpowerEquipment Hiring/Recovery RatesList of Approved VendorsGrievance Redressal SystemList of Statutory ApprovalsMH2145-C000-PS-RFQ-0020Page 163 of 334


SCOPE OF WORK & SUPPLY(APPENDIX-I to SCC)MH2145-C000-PS-RFQ-0020Page 164 of 334


(APPENDIX-I to SCC)1.0 SCOPE OF WORK & SUPPLY1.1 Owner's Scope of WorkScope of work shall be as detailed in Particular Job Specification, Technical Specifications,Schedule of Rates & various other parts of this Bidding Document.1.2 Owner's Scope of SupplyOwner's scope of supply shall be as specified in Particular Job Specification, TechnicalSpecifications, Schedule of Rates & various other parts of the Bidding Document.Free Issue Materials shall be issued to the Contractor from the designated store(s) of Owner.Contractor shall be responsible for lifting the free issue materials from Owner's storage point(s)and transporting the same to work site(s) at his own cost.HPCL's designated store for this project shall be located at mentioned Dump Sites & RewariDepot, Bharatpur Depot, Mathura Depot and Kanpur.Dump Site Location:-S. Dump Site LocationNo1 Dumpsite -01 Rewari, in Haryana state2 Dumpsite-02 Nauganwa, Alwar for in Rajasthan State3 Dumpsite-03 Khandauli, Mahamayanagar in Uttar Pradesh4 Dumpsite-04 Deohli, Mainpuri in Uttar Pradesh5 Dumpsite-05 Rura, Kanpur Dehat, Uttar PradeshThe detailed addresses of sites are mentioned below:-KANPURHindustan Petroleum Corporation Ltd.3rd Floor, 123/788 G-1 Plot No. 52-T/15Factory Area, FazalganjKanpur – 208012Contact Person: Mr Mohit KrishnaContact no: 08004922654.MH2145-C000-PS-RFQ-0020Page 165 of 334


MATHURARKPL Project OfficeHPCL Depot MathuraOpposite IOC Refinery MathuraUPSIDC Plot No.-IIMathura U.P.-2810050Contact person: Mr Vikram SinghContact no: 08881702111BHARATPURHINDUSTAN PETROLEUM CORPORATION LTD.Bharatpur DepotVillage DhormuiBharatpur Mathura RoadBharatpur -321025Contact person: Mr Manish SikkaContact no: 09983780111REWARIHINDUSTAN PETROLEUM CORPORATION LTD.Rewari DepotRewari Bawar Road,Village Karnawas,Rewari -123401Contact person: Mr.DharampalContact no: 09996620171Conditions for Issue and Reconciliation of Materials shall be as per Document enclosed asAppendix-VII to Special Conditions of Contract.LIST OF FREE ISSUE MATERIAL1. Line Pipes2. Pig Launchers and Receivers along with jib cranes, trolley and Pig Signallers3. SV Valves4. All other Valves(including MOV) of size 6” and above5. Optical Fibre CableNOTE:-1. The value of above listed free issue material for service Tax purpose shall be INR249.61 Cr.2. It is Contractor’s responsibility to ensure appropriate storage & handling of Free IssueMaterials as per directions of Engineer-in-Charge.MH2145-C000-PS-RFQ-0020Page 166 of 334


1.3 Contractor's Scope of SupplyAll materials except what is under Owner's scope of supply as mentioned in Clause No. 1.2above, and required for successful <strong>com</strong>pletion of works in all respects shall be supplied by theContractor and the cost of such supply shall be deemed to have been included in the quotedprice without any additional liability on the part of Owner.1.4 Contractor's Scope of WorkThe Scope of Work broadly covers (but not limited to) the following:-1. Co-ordination / liasoning for taking over possession of land / opening of Pipeline ROW. (HPCL willarrange for 6(i) notifications acquisition of ROU pipeline route)2. Acquisition of land for SV/CP/IP stations & Anode beds and registering the same on the name ofHPCL.3. Co-ordination & liasoning for obtaining approvals for X-ings, forest areas etc. (List of approvalsalready available is attached as Appendix-XIV to SCC)4. Pipeline laying from PIG launcher at Rewari to PIG receiver at Kanpur traversing thru BharatpurIntermediate Receiving station, Mathura Intermediate Receiving Station, 11nos. SV stations & 1Intermediate Pigging Station at Saiyyadpur Pran (a total length of approx. 440 Kms).5. The battery limit defining the scope of Pipeline laying works in Rewari, Bharatpur, Mathura &Kanpur is indicated in the attached PIDs.6. All works pertaining to pipeline laying from Ch.0.000 Km to Ch. 440.000 Km (as per attachedpipeline alignment sheets) like ROU grading , Trenching, Stringing, Welding, Radiography, Tie-ins,Field Joint Coating, Lowering, backfilling, Flushing, cleaning, Guage Plate Pigging, Hydro-testing,Electronic Geometric Pigging (EGP) / Caliper, Preservation of line.7. Laying of Pipeline through Rail, Road, Canal, & River x-ings using open cut, Jacking / Boring,Horizontal boring, Horizontal Directional Drilling (HDD) methods as defined in the detailed scope ofjob.8. Laying of Optical fibre Cable along the Pipeline route, strapping the OFC cable to the Pipeline byappropriate method as defined in the detailed scope of job.9. Cathodic Protection works for the Pipeline including Temporary Cathodic Protection (TCP),Permanent Cathodic Protection (PCP) works and interference / mitigation surveys as defined indetailed scope of job.10. Construction of all Sectionalizing Valve (SV) / Intermediate Pigging stations with facilities as perthe plot plans, layouts & the architectural drawings, installation of all Sectionalizing Valves, StationLimit Valves, all associated online instruments including minor piping works as defined in thedetailed scope of job. All necessary co-ordination, liasoning required for obtaining SEB supply forSV/IP stations including all necessary works for laying of power supply line from the point of supplyto the SV/IP stations.11. Restoration of pipeline ROW for handing over the same to land owners in line the provisions ofPetroleum & Minerals Pipelines (PMP) act.MH2145-C000-PS-RFQ-0020Page 167 of 334


12. Compensatory Afforestation as per the terms & condition of approvals.13. Necessary co-ordination / liasoning for obtaining refund of deposit amounts made for obtaining x-ing approvals.The pipeline laying job is divided into two PartsPart-I: Ch0.000 Km to Ch: 228.000Km which includes Rewari Despatch Station, 6 nos. SV stations (SV no. 1 to6), Bharatpur Receiving Station & Mathura Receiving Station.Part-II: Ch 228.001 Km to Ch. 440.000Km which includes 5 nos. SV stations (SV no.7 to 11), IntermediatePigging Station at Saiyyadpur Pran & End Receiving Station at Kanpur.Note:1. Please refer attached Scope of Work (for Pipeline, Piping, Mechanical, Electrical, Instrumentation,Civil and HSE) and SOR ( for Each part(s)) for further details.2. Bidders may submit their bids for one or both the Parts.MH2145-C000-PS-RFQ-0020Page 168 of 334


TIME SCHEDULE(APPENDIX-II to SCC)MH2145-C000-PS-RFQ-0020Page 169 of 334


TIME SCHEDULESr No Description Completion Time12Mechanical Completion including pre<strong>com</strong>missioning.(for each part(s) )In addition to above, for the activitiesincluding Restoration of ROU andObtaining NOCs from land owners andstatutory authorities, Compensatoryafforestation, Commissioning of PCPand CP mitigation measures includingobtaining refund of deposit amountsheld with respective authorities fromwhom approvals to crossings areobtained in Each Part (s).10 ( Ten Months )6 (Six) months beyondthe above <strong>com</strong>pletiontimeNote:1. For Each Part, Mechanical <strong>com</strong>pletion shall be defined as <strong>com</strong>pletionof all Pipeline & associated works as mentioned hereunder:i. Laying of Pipelineii. Completion of Welding including all Tie-insiii. Radiography of all welded jointsiv. Field joint coatingv. Pipeline Crossings (Rivers, Rail, roads, canal etc.)vi. Lowering & Backfilling of Pipelinevii. Caliper / Gauge Pigging including Flushing / Cleaning,Swabbing, etc.viii. Hydro testingix. TCPx. Laying of Optical Fibre Cable and associated works includingEstablishing all fiber of OFC Continuity between respective SVs.xi. Installation of SV Valves, Pig launcher & receivers and associated worksMH2145-C000-PS-RFQ-0020Page 170 of 334


including all online instruments.xii.SV Station works including Civil, Mechanical, Electrical &Instrumentation works ready for Pre-<strong>com</strong>missioning2. The time of <strong>com</strong>pletion as mentioned above is for the total scope ofwork as mentioned in the bidding document and includes mobilizationand demobilization period.3. Effective Date shall mean the date on which Contractor's obligationswill <strong>com</strong>mence and that will be date of issuance of Fax of Intent /Letter of Intent.4. Priority of jobs shall be informed to Contractor by Engineer-in-Charge.(STAMPED & SIGNATURE OF BIDDER)MH2145-C000-PS-RFQ-0020Page 171 of 334


MEASUREMENT OF WORK(APPENDIX-III to SCC)MH2145-C000-PS-RFQ-0020Page 172 of 334


MEASUREMENT OF WORK(APPENDIX- III to SCC)1.0 GENERAL1.1 The mode of measurement shall be as mentioned in relevant standard specificationincorporated in the Bidding Document. Any other mode of measurements notcovered in above specifications shall be followed in accordance with relevant BIScodes/ Schedule of Rates/ Specifications etc. and/ or as decided by Engineer-incharge.1.2 Payment will be made on the basis of joint measurements taken by Contractor andcertified by Engineer-in-charge. Measurement shall be based on "Approved forConstruction" drawings, to the extent that the work conforms to the drawings anddetails are adequate.1.3 Wherever work is executed based on instructions of Engineer-in-charge or details arenot adequate in the drawings, physical measurements shall be taken by Contractor inthe presence of Engineer-in-charge.1.4 Measurements of weights shall be in metric tonnes corrected to the nearestKilogram. Linear measurements shall be in meters corrected to the nearestcentimeters.1.5 The weights mentioned in the drawing or shipping list shall be the basis for payment.If mountings for panels etc. are packed separately, their erection weights shallinclude all mountings.1.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steelwork shall be deemed to include the same.1.7 No other payment either for temporary works connected with this Contractor for anyother item such as weld, shims, packing plates etc. shall be made. Such items shallbe deemed to have been included for in the rates quoted.1.8 Measurement will be made for various items under schedule of rates on the followingbasis as indicated in the unit column.i ) Weight MT or Kgi i ) Length M (Metre)i i i ) Number No.i v ) Volume Cu.Mv ) Area Sq.M1.9 All measurements shall be in metric system. All the works in progress will be jointlymeasured by the representative of the Engineer-in-charge and the contractor'sauthorised agent progressively. Such measurements will be either recorded/typed bythe contractor in the numbered measurement sheets to be supplied by Engineer-in-Charge / Owner or <strong>com</strong>puterized by Contractor themselves. The measurements shallbe signed in token of acceptance by the contractor or his authorized representative.MH2145-C000-PS-RFQ-0020Page 173 of 334


The contractor shall submit the bill in the approved performa in quintriplicate to theEngineer-in-Charge of the work.2.0 PIPELINE / PIPING2.1 All lines shall be measured along the centre lines of pipes, curvilinear centre lines ofbends and elbows, center line of flanges and all other fittings such as tees, reducers, expansionjoints etc. all in line instruments, line mounted fittings, ejectors, eductors, mixers, sight glasses,trays, filters, de-super heaters etc.• The above is inclusive of NDT. Repeat radiography due to defective films or on repairedjoint due to Contractor's fault or for additional radiography necessitated due to poorperformance of Contractor's welder will be done at Contractor's cost.• All types of valves shall be excluded from this measurement and shall beconsidered on number basis.2.2 All Socket weld fittings & hot/cold bends, reducers etc. for size 1½" and below shall befabricated and erected as per requirements by the contractor at no additional cost and his ratesfor piping of size 1½" and below shall be inclusive of this work.2.3 Vents and drains shall be measured from O.D. of pipe lines and shall be paid for atthe corresponding unit rates for similar sizes of pipe. Other piping attachment such ascouplings, earthing lugs etc. shall be supplied & erected by the contractor within his quotedrates for piping.2.4 Fabrication of spool pieces for temporary use to aid Contractor's work such asfabrication, erection, flushing and testing of piping etc. shall be done by Contractor as part ofpiping work and no separate payment shall be made for this.2.5 In case of branch piping, the measurement shall be made from outer surface of themain line except in case of equal size branches, in which case measurement shall be madefrom centre line of the branching header.2.6 Erection of ValvesErection of all types of valves such as gate/ globe / check / plug / needle/ ball / control/safety valves etc. will be paid on number basis at the rates given separately in theSchedule of Rates. Any dismantling and re-erection of the valves required for the purposeof testing, calibration etc. will be carried out by the contractor within his quoted rates.2.7 Fabrication of SpecialsFabrication of mitre bends and reducers (concentric & eccentric) from the pipes/Steel plates/fabricated pipes shall be carried out by contractor within their quoted prices, payment will bemade on numbers of such specials at the rates given separately in Schedule of Rates.However, the erection of mitre bends and reducers shall be part of piping erection workand the rates for piping will be inclusive of this work. Reducers will be paid along withpiping of larger diameter except in the case of funnels where they are welded only to thesmaller dia pipes. Payment will be made along with piping of such smaller dia.2.8 Fabrication of SupportsFabrication of all types of pipe supports, provided as per drawings &instructions of the Engineer-in-Charge, will be paid on weight basis. Bolts, nuts and washersMH2145-C000-PS-RFQ-0020Page 174 of 334


including U-bolt will be supplied by contractor. Weight of bolts, nuts and clampsetc. shall not be added to the weight of pipe support for payment purpose.• Erection of all types of supports, spring supports and turn buckles, includinggrouting of supports, if required, shall be carried out by the Contractor as part ofpiping work and no separate payment will be made for it.• While fabricating the supporting elements, the contractor will ensure that thedimensions shown in the drawings match with site conditions. No payment shallbe made for rectification arising out of discrepancies in dimensions of thefabricated items of supporting elements due to site conditions.• Additional supports as necessary with the site condition shall be fabricated anderected in accordance with the standard engineering practices and instructions ofEngineer-in-charge.2.9 For HDD works, the measurement shall be considered as per Drawing No:MH2145-C000-PL-DST-0020 & paid as per SOR Item. For rest of the portion ofthe Pipeline it shall be measured and paid as per Pipeline works.3.0 DELETED4.0 STRUCTURAL STEEL WORK4.1 Payment for steel work shall be made on basis of admissible weight of thestructure accepted, the weight being determined as described below.4.2 The weight for payment will be assessed from the approved fabricationdrawings and the respective bill of materials prepared by the contractor andapproved by the Engineer-in-Charge. The weight of structural material/ Plateshall be calculated wherever necessary on the basis of IS Hand Book. Ifsections are different from IS sections, then Manufacturer Hand Book shall bereferred to.4.3 Sections built out of plates/structural shall be paid on the actual weightIncorporated except for gussets which will be paid on the weight of the smallestrectangle enclosing the shape.4.4 Gratings shall be paid on the basis of calculated weights as determined fromthe dimensions given on the design drawings/ bill of materials. Full deductionshall be made for all opening above 300 mm size and skews.4.5 Welds, bolts, nuts, washers etc. shall not be measured. Rate of structuralsteel work shall be deemed to include the same.4.6 No other payment either for temporary works or for any other item such aswelds, shims, packing plates etc., shall be made. Such items shall be deemedto have been included in the rate quoted for steel work.MH2145-C000-PS-RFQ-0020Page 175 of 334


5.0 ELECTRICAL WORKS5.1 Cables5.1.1 The measurement for cable laying shall be made on the basis of length actuallylaid from lug to lug including that of loops provided and paid accordingly.5.2 The weights mentioned in the drawing or shipping list shall be the basis forpayment. If mountings are sent separately (for panels etc.) to facilitatetransportation then erection weight shall be inclusive of all mountings. Forstructural steel measurements/payment shall be made as per finished items.6.0 INSTRUMENTATION WORKS6.1 Measurement of primary piping/ tubing between piping or equipment on oneside and the instrument on the other side will be from the first break flange ortubing fitting upto the first block valve of fabricated instrument manifold or uptofirst tee of instrument manifold for integral type manifolds. All piping / fittings atthe first block valve or the piping / equipments side upto break flange or tubingfittings shall be excluded. Any valve manifold tubing forming part of manifold ordrain connection for instruments upto 1.5 metres individually or each drainconnection shall be excluded.6.2 Air lines and any other utility lines will be measured from end to end includingvalves and pipe fittings.6.3 Copper tube measurement will be taken between the two fittings of the coppertube.6.4 Direct mounted instrument and instruments mounted on support shall beaccounted in terms of the quantity in numbers.6.5 Multicore cables/multi-tubes will be measured between the junction box andits termination inside the control room.6.6 Two/Three core cables shall be measured between two end terminals.6.7 No separate payment will be made for receiving, handling and transportation ofowner issued materials from owner's / WORLEYPARSONS storage points tocontractor's store/workshop and the same are deemed to be included in theunit rates for the respective item of work."6.8 Erection WeightsThe weights mentioned in the drawings or shipping list shall be the basis ofpayment. If mountings are sent separately (for panel etc.) to facilitatetransportation then erection weight shall be inclusive of all such mountings. Forstructural steel, measurements / payment shall be made as per finished items."MH2145-C000-PS-RFQ-0020Page 176 of 334


7.0 PAINTING ON EQUIPMENTS/PIPING/STRUCTURAL STEEL ETC.a) EQUIPMENTSI) For columns, vessels, reactors, exchangers, furnaces, ejectors etc.measurement shall be on square meter basis taken over the painted surface.II) For pumps, motors and <strong>com</strong>pressors measurement shall be made onnumber basis.b) PAINTING ON PIPING INCLUDING SPECIALS AND FITTINGSI) Payment will be made on linear measurement in 'Metres' corrected tothe nearest centimeter.II) Piping shall be measured along the centre line through all types offittings and flanges.III) Rates for painting of pipes shall be inclusive of painting of all types ofpipe supports, flanges, guides, shoes, saddles, clamps, etc. and alsoall types of fittings except valves (2"" and above) which shall be paidseparately on number basis.IV) There will be no separate measurements of the colour bands/identification signs (line numbering), flow direction etc. on un insulatedpiping, the rates of painting of linear length of piping shall be inclusiveof cost of such items.c) PAINTING ON STEEL STRUCTUREI) Payment for steel structures shall be made on the basis of admissibleweight of structure painted.II) Welds, bolts, nuts, washers etc. shall not be measured and rates forpainting of structure shall be inclusive of painting such items.MH2145-C000-PS-RFQ-0020Page 177 of 334


TERMS OF PAYMENT(APPENDIX-IV to SCC)MH2145-C000-PS-RFQ-0020Page 178 of 334


APPENDIX-IV TO SCCTERMS OF PAYMENTTERMS OF PAYMENTPending <strong>com</strong>pletion of the whole works, provisional progressive payments for the part ofwork executed by the contractor shall be made by Owner on the basis of said work<strong>com</strong>pleted and certified by the Owner's representative as per the agreed milestonepayment schedule and the percentage break-ups given below.Contractor shall submit his invoices to the Owner's representative fortnightly in themanner as instructed by Owner. Each invoice will be supported by documentationacceptable to Owner and certified by the Owner's representative. Payments made byowner to the contractor for any part of the work shall not deem that the Owner hasaccepted the work. All payments against running bills are advance against the work andshall 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 biddingdocument.Payment will be made against Running Account bills for the work done on the basis ofaccepted unit rates as per contract in the following manner :-1.0 LAYING OF PIPELINE / INSTALLATIONA) 95% Payment will be made as below:-1.1 5% progressively on <strong>com</strong>pletion of site development, stacking, clearingand grading of ROU.1.2 10% progressively on <strong>com</strong>pletion of trenching by excavation.1.3 20% progressively on <strong>com</strong>pletion of stringing, fabrication, alignment,bending, field welding & NDT.1.4 20% progressively on <strong>com</strong>pletion of joint coating & lowering.1.5 5% progressively on <strong>com</strong>pletion of laying of OFC, jointing, back filling.1.6 5% on establishing OFC continuity between respective SVs.1.7 15% progressively on <strong>com</strong>pletion of Magnetic pigging, gauge platepigging, hydro testing, dewatering and swabbing.1.8 2% on finalization of material reconciliation.1.9 3% on submission of As-Built drawings & all other drawings / documentsas per CONTRACT.1.10 10% after <strong>com</strong>pletion of Pre-<strong>com</strong>missioning activities including integrationof the system.MH2145-C000-PS-RFQ-0020Page 179 of 334


B) 5% on <strong>com</strong>pletion of all works in all respects and acceptance thereofincluding <strong>com</strong>pensatory forestation, ROU.The above progressive payments are subject to deductions towards MobilizationAdvance, in<strong>com</strong>e tax & other recoveries as applicable.2.0 CROSSING BY HDD METHODA)2.1 5% on <strong>com</strong>pletion of all type of pre-construction survey required forDesign & calculation, detail engineering, drawing, execution plan and theirapproval and Mobilization and placement of Drilling Rig (HDD M/c) at sitealong with all the accessories and consumables.2.2 75% on String preparation & Installation of pipeline section across thecrossing, Post hydro-testing and gauging of pipeline2.3. 5% on Integrity of corrosion coating of installed 3LPE pipeline.2.4. 5% on final Clean-up & restoration of area, disposal of drilling fluid andwaste etc. and acceptance of the system by Owner2.5. 5% on finalization of material reconciliation.B) 5% on submission of As-Built documents / drawings duly approved byowner and acceptance of the system by Owner.3.0 CROSSING BY JACKING/ BORING METHOD (CASED CROSSING)A)3.1 35% on Installation of casing pipe vent & drain pipe3.2 30% after Carrier pipe insertion and continuity test3.3 25% after Tie / end seal3.4 5% on finalization of Material ReconciliationB) 5% on Restoration of area, submission of as built documents/drawingsduly approved by owner and acceptance of the system by Owner.4.0 CATHODIC PROTECTIONA) The payment for Temporary and Permanent Cathodic Protection Systemsshall be made based on actual measurement of Pipeline in KM.Accordingly, the Lumpsum Price for Temporary and Permanent CathodicProtection System shall be considered and payable on pro-rata basis asper following break-up.4.1 Temporary CPMH2145-C000-PS-RFQ-0020Page 180 of 334


4.1.1 50% progressively on receipt of equipment / materials at site andverification of test certificate, inspection release notes.4.1.2 20% on installation on the system progressively.4.1.3 25% on testing and <strong>com</strong>missioning of CP System.4.2 Permanent CP4.2.1 5% on <strong>com</strong>pletion of soil survey4.2.2 5% after designing of system4.2.3 25% against supply of equipment4.2.4 25% on <strong>com</strong>missioning of system4.2.5 10% on transferring anode bed land on HPCL name4.2.6 10% on inference survey4.2.7 15% on validation of data and mitigation survey.B) 5% on submission of final documents, including As-built drawings, final billand acceptance of these by owner.5.0 MECHANICAL, PIPING, ELECTRICAL, INSTRUMENTATION AND HSEWORKSA)5.1 5% on approval of MTO / Layout / GA drawings.5.2 50% on receipt and acceptance of material at site.5.3 30% on erection of material at site.5.4 10% on <strong>com</strong>pletion of all activities including testing and their acceptance.B) 5% on submission of final documents, including As-built drawings, final billand acceptance of these by owner.6.0 CIVIL WORKSA)6.1 Sectionalizing Valve Stations #1, 2, 3, 4, 5, 6, 7,8,9,10,11, IP Stn (@Sayyaidpur Pran)6.1.1 10% against approval of GA & Structural detailing drawings6.1.2 15% on clearing of site, earth filling and site grading6.1.3 30% against general civil work i.e Septic Tanks, Bore well & Associatedpipings, Boundary walls, gates approach roads, trenches, rain waterharvesting etc.6.1.4 40% against <strong>com</strong>pletion of all civil & structural works for building /cagesetc.6.2 Equipment foundation for launchers / Receivers6.2.1 10% against approval of GA & Structural detailing drawingsMH2145-C000-PS-RFQ-0020Page 181 of 334


6.2.2 85% against <strong>com</strong>pletion of foundationsB) 5% on submission of final documents, including As-built drawings, final billand acceptance of these by owner.6.3 Laying of Power Linea) 80% on <strong>com</strong>pletion of Supply and Installation.b) 15% on Testing and energization.c) 5% on submission of final documents, including As-built drawings, final billand acceptance of these by owner7.0 For all other items not covered above the payment shall be made as below:-7.1 95% progressively on <strong>com</strong>pletion of activity including all Supply & works.7.2 5% progressively on <strong>com</strong>pletion of all activities including Testing and theiracceptance, submission of final documents, including As-Built Drawings,final bill and acceptance of these by owner.8.0 PAYMENT METHODOLOGY8.1 The contractor shall raise invoices on Monthly basis. Bidder shall enclose alldocuments as per check list issued by WORLEYPARSONS/HPCL.8.2 HPCL has introduced the <strong>com</strong>puterized Bill Tracking system whereby the contractorwill be issued a receipt at the time of the submission of the bills. The contractor cansee the status of their bill on HPCL's website.8.3 HPCL will release payment through e-payments only as detailed in the BiddingDocument.8.4 Further break-up of Lumpsum Prices, if deemed necessary for any progressivepayment of individual item may be mutually arrived at between Engineer-in-Chargeand the Contractor.8.5 No Interest charges for delay in payments, if any, shall be payable by the Owner.8.6 All payments against running bills are advance against the work and shall not betaken as final acceptance of work / measurement carried out till the final bill.8.7 Bills shall be raised by contractor in line with check list attached in <strong>Tender</strong> document.MH2145-C000-PS-RFQ-0020Page 182 of 334


SPECIFICATION FORQUALITY ASSURANCE SYSTEM REQUIREMENTSFROM BIDDERS(APPENDIX-V.(A) TO SCC)MH2145-C000-PS-RFQ-0020Page 183 of 334


GENERAL NOTEBefore start of work, the contractor shall develop and submit for approval ofWORLEYPARSONS / HPCL, a detailed stagewise micro level Inspection & Test Plandepending upon the construction Process/technology to be deployed.LEGENDHP : Hold Point:A point which requires inspection/verification and acceptance by HPCL/ WORLEYPARSONSbefore any further processing is permitted.The Contractor shall not process the activity /item beyond a Hold Point without writtenapproval by HPCL/ WORLEYPARSONS except where prior written permission for furtherprocessing is available.W : Witness Point:An activity which requires witnessing by HPCL/ WORLEYPARSONS when the activity isperformed After proper notification has been provided (notification modalities and periodshall be finalised before-hand) the contractor is not obliged to hold further processing ifHPCL/ WORLEYPARSONS is not available to witness the activity or does not provide<strong>com</strong>ments before the date notified. Basis of acceptance shall be as per relevant technicalspecification.Rw : Review of Contractor’s Documentation by WORLEYPARSONSS : Surveillance Inspection by HPCL/ WORLEYPARSONS:Monitoring or making observations to verify whether or not material/items or servicesconform to specified requirements. Surveillance activities may include audit inspections,witness of testing, review of quality documentation & records, personnel qualifications etc.WC : 100 % Examination by Contractor.(Prime responsibility for execution of the inspection is with the Contractor. HPCL/WORLEYPARSONS only monitors Contractor’s performance)MH2145-C000-PS-RFQ-0020Page 184 of 334


1.0 INTRODUCTIONThis specification establishes the Quality Assurance requirements to be met byContractors (including turnkey contractors) and vendors.In case of any conflict between this specification and other provisions of thecontract/purchase order, the same shall be brought to the notice ofWORLEYPARSONS,at the stage of bidding and shall be resolved withWORLEYPARSONS, prior to the placement of order.2.0 DEFINITION2.1 BidderFor the purpose of this specification, the word "Bidder" means the person(s), firm,<strong>com</strong>pany or organization who is under the process of being contracted byWORLEYPARSONS /HPCL for delivery of some products (including service). Theword is considered synonymous to supplier, contractor or vendor.2.2 CorrectionAction taken to eliminate the detected non-conformity. Refers to repair, rework oradjustment and relates to the disposition of an existing non-conformity.2.3 Corrective ActionAction taken to eliminate the causes of an existing nonconformity, defect or otherundesirable situation in order to prevent recurrence.2.4 Preventive ActionAction taken to eliminate the causes of a potential nonconformity, defect or otherundesirable situation in order to prevent occurrence.2.5 ProcessSet of inter-related resources and activities which transform inputs into outputs.2.6 Special ProcessProcesses requiring pre-qualification of their process capability.3.0 SCOPE OF WORK BY CONTRACTOR3.1 Prior to award of contract3.1.1 The bidder shall understand scope of work, drawings, specifications and standardsetc., attached to the tender/enquiry document, before he makes an offer.3.1.2 The bidder shall submit milestone chart showing the time required for each milestoneactivity and linkages between different milestone activities along with overall timeperiod required to <strong>com</strong>plete the entire scope of work.3.1.3 The bidder shall develop and submit manpower and resource deployment chart.MH2145-C000-PS-RFQ-0020Page 185 of 334


3.1.4 The bidder shall submit, along with the bid, a manual or equivalent documentdescribing/indicating/addressing various control/check points for the purpose ofquality assurance and the responsibilities of various functions responsible for qualityassurance.3.2 After the award of contractThe bidder shall submit the schedule for submission of following documents in thekick-off meeting or within two weeks of the placement of order, whichever is earlier.- Quality plan for all activities, required to be done by the bidder, to ac<strong>com</strong>plishoffered scope of work.- Inspection and test plans, covering various control aspects.- Job procedures as required by WORLEYPARSONS /HPCL.Various documents submitted by the bidder shall be finalized in consultation withWORLEYPARSONS. Here it shall be presumed that ones a bidder has made anoffer, he has understood the requirements given in this specification and agrees to<strong>com</strong>ply with them in totality unless otherwise categorically so indicated during preawardstage through agreed deviation/exception request. All quality assurancedocuments shall be reviewed by concerned WORLEYPARSONS functional groupsand the bidder shall be required to incorporate all <strong>com</strong>ments within the framework ofthis specification at this stage of the contract. It is also obligatory on the bidder thathe obtains approval on every quality assurance document, before he starts using aparticular document for delivery of contracted scope of work. Participation ofWORLEYPARSONS/HPCL in review/approval of quality plan/ QA documents doesnot absolve the contractor of the contractual obligations towards specified andintended use of the product (or service) provided by him under the contract.3.3 During job execution3.3.1 During job execution, the bidder shall fully <strong>com</strong>ply with all quality documentssubmitted and finalized/agreed against the requirements of this specification.Approval of WORLEYPARSONS on all these documents shall be sought before startof work.3.3.2 Bidder shall produce sufficient quality records on controlled/agreed forms such thatrequirements given in this specification are objectively demonstrable.3.3.3 Bidder shall facilitate WORLEYPARSONS/HPCL during quality/technical audits at hisworks/sites.3.3.4 Bidder shall discharge all responsibilities towards enforcement of this specification onall his sub-contractors for any part of the scope which is subcontracted.4.0 QUALITY ASSURANCE SYSTEM REQUIREMENTS4.1.1 The bidder shall nominate an overall in charge of the contract titled as "ProjectManager" for the scope of work of agreed contract. The name of this person shall beduly intimated to WORLEYPARSONS, including all subsequent changes, if anyWORLEYPARSONS shall correspond only with the project manager of the bidder onall matters of the project. The project manager of the bidder shall be responsible forco-ordination and management of activities with bidder’s organization and all subvendorsappointed by the bidder.MH2145-C000-PS-RFQ-0020Page 186 of 334


4.1.2 After award of work the bidder may review augmentation of manpower and resourcesdeployment chart (submitted earlier), detail it out, if so consented byWORLEYPARSONS/HPCL and resubmit the same as "Issued for Implementation".4.2 The bidder shall plan the contract scope of work on quality plan format such that nomajor variation is expected during delivery of contract scope of work. These qualityplans shall be made on enclosed format <strong>com</strong>plete in all respect. The quality planshall be assumed to be detailing bidder's understanding and planning for thecontract/offered scope of work. The bidder shall plan the type of resources includingvarious work methodology which he agrees to utilize for delivery of contract scope ofwork.4.3 The bidder is required to review the contract at all appropriate stages to evaluate hiscapabilities with respect to timely and quality <strong>com</strong>pletion of all activities pertaining tocontracted scope of work and shall report to WORLEYPARSONS/HPCL ofconstraints, if any.4.4 The design activities, if any, performed during delivery of contract scope of work shallbe so controlled that the output is reliable enough. It is expected that duringdevelopment of design, the bidder shall take recourse to detailed checking, interdepartmental reviews and documented verification methods.4.5 For all documents which the bidder is likely to utilize for delivery of contract scope ofwork, a system must exist which assures that latest/required version(s) of thedocument(s) is available at all location/point of use.4.6 In case the bidder decides to sub-contract any part/full of the contract scope of work(without prejudice to main contract condition), the bidder shall :- Evaluate the technical and financial capabilities and past performance of thesub-contractor(s) and their products and/or services before awarding themwith the sub-contracted scope of work. Selection of a subcontractor shouldmeet WORLEYPARSONS approval in documented form.- Requirement of this specification shall be enforced on sub-contracted agencyalso. The bidder shall choose sub-contractor based on their capability to meetrequirements of this specification also.NOTE :It may so happen that, in a given situation, a sub-contractor may not have asystem meeting the requirements of this specification. In all sucheventualities, bidder may lend his system to sub-contractor for the contractsuch that sub-contractor effectively meets the requirements of thisspecification. In all such cases WORLEYPARSONS shall be duly informed.4.7 Bidder shall establish adequate methodology such that the materials supplied by theWORLEYPARSONS/HPCL shall be adequately preserved, handled and made use offor the purpose for which they are provided.4.8 All output delivered against contract scope of work shall be suitably identified in sucha manner that either through identification or some other means, sufficient traceabilityis maintained which permits effective resolution of any problem reported in theoutputs.4.9 Critical activities shall be identified and the bidder is required to have documentedMH2145-C000-PS-RFQ-0020Page 187 of 334


methodologies which he is going to utilize for carrying out such activities under thecontract scope of work. Wherever it is difficult to fully inspect or verify the output(special process), bidder shall pre-qualify, the performers and methodologies.4.10 All inspections carried out by the bidder's surveillance/inspection staff shall be inconformity to quality plans and/or inspection and test plans. All inspection resultsshall be duly documented on controlled/agreed forms such that results can be corelatedto specific product that was inspected/tested.4.11 All inspection, measuring & test equipments (IMTEs) shall be duly calibrated as perNational /International standards/codes and only, calibrated and certified IMTEs shallbe utilized for delivery of contract scope of work.4.12 All outputs/products delivered against contract scope of work shall be duly markedsuch that their inspection status is clearly evident during all stages/period of thecontract.4.13 All non-conformities (NCs) found by the contractor's inspection/surveillance staff shallbe duly recorded, including their disposal action. The deficiencies observed duringstage of the product, shall be recorded and resolved suitably. Effective corrective andpreventive action shall be implemented by the bidder for all repetitive NCs, includingdeficiencies.4.14 All deficiencies noticed by WORLEYPARSONS/HPCL representative(s) shall berecorded on a controlled form Such deficiencies shall be analyzed by the bidder andeffective and appropriate correction, corrective and preventive actions shall beimplemented. Bidder shall intimate WORLEYPARSONS/HPCL of all such correctiveand preventive action implemented by him.4.15 Bidder shall establish appropriate methodologies for safe and effective handling,storage, preservation of various materials/inputs encountered during delivery ofcontract scope of work.4.16 Bidder shall prepare sufficient records for various processes carried out by him fordelivery of contract scope of work such that requirements of this specification areobjectively demonstrable. In case WORLEYPARSONS/HPCL finds that enoughobjective evidence/recording is not available for any particular process, bidder shallbe obliged to make additional records so as to provide sufficient objective evidence.The decision of WORLEYPARSONS/HPCL shall be final and binding on such issues.4.17 The bidder shall arrange internal quality audits at quarterly intervals, to independentlyassess the conformance by various performers to the requirements of thisspecification. The findings of such assessment shall be duly recorded and a copyshall be sent to WORLEYPARSONS/HPCL for review.4.18 For all special processes, bidder shall deploy only qualified performers. WhereverWORLEYPARSONS/HPCL observes any deficiency, the bidder shall arrange theadequate training to the performer(s) before any further delivery of work.MH2145-C000-PS-RFQ-0020Page 188 of 334


Observation on Quality AspectsJob No. and Description: No. :Issued to : M/s Date :Locationof Work: Item ofDetails of Observation(Deficiency)Re<strong>com</strong>mended Course of ActionTime Allowed for Correction :Issued by :______________________________Name and Signature of WORLEYPARSONS EngineerCorrective Action taken report by Contractor/Vendor :,Date :Name and SignatureDistribution (before resolution) :Project Manager(Owner), Project Manager(WORLEYPARSONS), WORLEYPARSONSInspection (HO, RPO)/RCMVerification of Resolution by WORLEYPARSONS:Date :Name and SignatureDistribution after resolution :Project Manager(Owner), Project Manager(WORLEYPARSONS), WORLEYPARSONSInspection(HO, RPO)/RCMMH2145-C000-PS-RFQ-0020Page 189 of 334


Bidder’s Quality PlanPO/ Contact Ref :Project Name :General Performing Functions Inspection Functions Audit FunctionActivityDescriptionProcedureNumberCode ofConformancePerformer Checker Reviewer/approvalSamplingPlanTestingandInspectionCodeType of(ApprovalsurveillanceAuditSpaceWORLEYPARSONS/HPCLReview / auditRequirementNote : (i) The Bidder ensures that the filled up format conforms to minimum requirement on quality Plan / Quality Assurance specified byWORLEYPARSONS on drawings / standards / specifications / write ups.(ii) The Bidder confirms that document is issued for information / approval of WORLEYPARSONS/HPCL or for implementation.MH2145-C000-PS-RFQ-0020Page 190 of 334


QUALITY PLANS FOR ELECTRICAL WORKSlNo ACTIVITY CONTRACTOR PMCGENERAL CHECKS1Check type & model no. as per specification / appd.dwg. WC RwEnsure that the lighting fixtures meet the requirement for2 the area as classified. WC RwCheck against approved drawing the number & location3 of fixture. WC S4 Check installation level and alignment. WC 25% W5Check circuit no. and fitting identification againstapproved, dwg. WC S6 Check laying of conduits and end sealing. WC S7Check for <strong>com</strong>pleteness of lighting DBs as per approveddrawing. WC S8Check cable connection between lighting panel andlighting fixtures. WC S9Visual inspection to check for damage, marking,supporting and cleanliness WC S10Check for proper glanding, dressing and termination ofcable. WC 25% W11Check earthing at lighting transformer, lightingdistribution board. WC SCheck pin arrangement in sockets to check proper pinarrangement WC S1213 Check for JB terminal connections and identification. WC S14 Check tag no. of lighting fixtures and ckts w.r.t approveddrawings WC SPRE-COMMISSIONING CHECKS15 Check earth bus continuity WC W1617Check insulation resistance for each lighting circuitmeasuredthe panel board end with the respective breaker open. WC RwCheck insulation resistance of separate fitting with itbeing disconnected from the circuit cables. WC RwPerform functional testing of the system with the panelboard energized and switching ON each circuit one byone. WC S1819 Measure the circuit end voltage (Voltage drop < 3%) WC S20 Check for earth fault operation of the fitting. WC SCOMMISSIONING CHECKSCheck for proper working of all lighting when the supply21 is ON. WC Rw22 Check if lamps are flickering or glowing abnormally. WC RwMH2145-C000-PS-RFQ-0020Page 191 of 334


23Check for excessive temperature rise in control gearbox. WC S24Measure the illumination level of the area and <strong>com</strong>parewith the designed value WC Rw25 Measure power factor at the distribution board and<strong>com</strong>pare with specified value. WC RwINSTALLATION OF CABLESSlNo. ACTIVITY CONTRACTOR PMCPRELIMINARY CHECKS1 Check that cable parameters are as per specification. WC Rw2 Check the cable installation for routing, segregation,logical and neat installation in accordance with thedrawings WC S3 Inspect cables for supporting, clamping and fixing. WC S4 Check the cable route markers for correctness,availability and any physical damage. WC S5 Inspect cable no., type , core and size of cable,terminal no. & <strong>com</strong>pare them with approved drawings. WC S6 Check availability of sleeves and / or kick plates andinspect it for any physical damage. WC S7 Inspect cable transits through walls, floors and ceilingsfor tightness, correct mounting and opening sealing. WC SInspect distance between different voltage gradecables. WC S89 Inspect for any damage or nicks on outer sheath orarmouring, lead sheath, insulation, copper / aluminiumwires etc. WC S10 Inspect cable glands and shrouds for damage, correctsize and tightness, WC S11 Check armour and / or shielding bonding and earthing. WC S12 Ensure bimetallic lugs are used whenever connectionsare made between diff. material (e.g. Al. and Cu.) WC S13 Inspect cable strand connection of the conductor (allstrands have been used) and correct size of cable lugs. WC S14 Check for tightness of end termination. WC S15 Check that all the material used are of approved and asper approved drawings. WC S16 Inspect the cable boxes / <strong>com</strong>partments for cleanliness& dryness. WC S17 Check depth of cable and availability of protectivecover over it in case of underground cabling. WC S18 Check cable tag availability, material and correctness. WC SCheck for excess tension on cable supports inside19 panel. WC S20 Check cable loop for proper bending radius. WC SMH2145-C000-PS-RFQ-0020Page 192 of 334


SlNo. ACTIVITY CONTRACTOR PMC21 Check for difference between actual laid length andscheduled length. If the difference found to be morethan 10% then the cable shall be referred back to PMCWCRwfor rechecking of voltage drop etc.PRE-COMMISSIONING TEST22 Check insulation resistance for the total run of cableincluding joints and end termination.(Attach report)WCRw23Check <strong>com</strong>plete continuity for each core in the cable forits entire length of run.WCS24 Perform phase rotation test WC SNote : Each test shall be made only if the cable hassuccessfully passed the preceeding test.All results to be recorded and attached with this.MH2145-C000-PS-RFQ-0020Page 193 of 334


LT MOTORSSlNo. ACTIVITY CONTRACTOR PMCPRELIMINARY CHECKS1Check name plate details as per the approved drawing/ data sheet. WC S2Check foundation and tightness of bolts, level &alignment with the driven equipment, Inspect andattach alignment report. WC S3 Check fixing of all motor accessories including lube oilconnection.WCS4 Check body earthing (earthing at 2 points). WC S5Check whether bearing lubrication is adequate.Perform regreasing if the motor was in storage fornearly a year. WC S6 Check ventilation cooling system. WC S7Inspect glanding, dressing, armour earthing andtermination. WC S8 Check clearances inside terminal box. WC S9Turn motor shaft by hand (if possible) to checkfreeness of rotor. WC S10 Check marking on motor for direction of rotation. WC S11 Check the enclosure for degree of protection. WC S12 Check correct and proper operation of space heater. WC S13 Check and record IR values of stator winding with 500Vmegger for LT motors and 2.5kV megger for HTmotors.WCRw14 Check and record continuity and resistance of winding. WC Rw15 Check & record IR value of space heater w.r.t. statorwinding and earth (500 V megger)WCRw16 Check and record IR value of power and control cablesw.r.t. earth, armour, core before connecting them tomotor terminal.WCRw17 Identify the cable cores and check for continuity. WC S18Check for proper phase connection at the motorterminals and switchgear terminals. WC S19 Check the switchgear module rating for its suitability tothe motor connected.WCS20 Check the overload relay setting WC S21Check whether power fuse rating is as per theapproved drawing. WC Rw22 Ensure that the control gear is available and is workingSatisfactorily and relay settings are as per approveddwg.WCSMH2145-C000-PS-RFQ-0020Page 194 of 334


COMMISSIONING CHECKS / TEST23 Motor connected and decoupled :i) Run the motor from starter and check the direction ofrotation from NDE. WC Sii) Start the motor and note starting & running currentsand dip in voltage on all phases. WC Siii) Check vibration level at the bearings. WC S24 Motor connected and coupled :i) Check and record alignment. WC Rwii) Start the motor and observe for any abnormal sound WC Siii) Note vibration level at bearing at 100% load & ratedspeed WC Rwiv) Monitor bearing temperature at DE and NDE for 8hours.WCRwv) Note down the coasting time while switching off.WCRw25 Check tightness of foundation bolts, cable termination WC RwMH2145-C000-PS-RFQ-0020Page 195 of 334


MLDB, LP AND PDBsSlNo. ACTIVITY CONTR. PMCERECTION CHECKS1Check name plate details as per the approved drawing/ data sheet2 Check that the equipment is installed at its location asper the GAWCSEnsure removal of all shipping blocks temporary3 supports/ spacers and check for any physical damage WCSto panels and Components4Check cable entry openings, cable glanding anddressingWCS5 Check bus duct alignment (if any). Attach report WC Rw6Check <strong>com</strong>pleteness against the approved GAdrawingWCS7Check main busbar connection, tightness andshrouding.WCS8Check interpanel control wiring and fixing looseaccessoriesWCSEnsure tightness of power / control connections and9 terminationWCS10Check equipment earthing (2 pts.) and continuity ofearth busWCS11 Ensure thorough cleaning. WC S12Check <strong>com</strong>pleteness of panel <strong>com</strong>ponents inaccordance with the relevant drawings. (Enlist missing WCSitems in separate annexure)13Check name plate details & ratings of various<strong>com</strong>ponents of panels in accordance with approveddrawings. (Indicate in separate annexure if any<strong>com</strong>ponent needs replacement)WCSPRECOMMISSIONING CHECKSCheck name plates of CTs , PTs and ensure their14 polarity, ratio, accuracy, class and earthing againstapproved drawings.WCS(Attach CT, PT test reports and indicate in remark.)15 Test IR value for :Megger Used : ................. V, Ambient Temp. :............. 0 CWC Rwa) Power Busb) Control Busc) In<strong>com</strong>ing Cables (Inspect and attach report forcables)16 Test all protective relays and check their calibration. WC RwWCSMH2145-C000-PS-RFQ-0020Page 196 of 334


(Attach report for the secondary injection tests done.)17 Ensure that no CT secondary remains open circuited.(Check remote metering terminals, kWH meterconnections, relay terminals etc.)WCRwQUALITY PLANS FOR INSTRUMENTATION AND TELECOMSlNo ACTIVITY CONTRACTOR PMCGENERAL CHECKS1Check type & model no. as per specification / appd.dwg. WC Rw2 Ensure that the connectors meet the requirement WC Rw3Check against approved drawing the number & locationof fixture. WC S4 Check installation level and alignment. WC S5Check circuit no. and fitting identification againstapproved, dwg. WC S6 Check laying of conduits and end sealing. WC S7Check for <strong>com</strong>pleteness of LAN & Phone sockets as perapproved drawing. WC S8 Check cable connection between LAN switch and LANSocket.WCS9Visual inspection to check for damage, marking,supporting and cleanliness. WC S10Check for proper glanding, dressing and termination ofcable. WC S11 Check pin arrangement in sockets to check proper pinarrangement WC S12 Check for JB terminal connections and identification. WC SPRE-COMMISSIONING CHECKS13Check insulation resistance of separate fitting with itbeing disconnected from the circuit cables. WC Rw14Perform functional testing of the system with the panelboard energized and switching ON each circuit one byone. WC S15 Check for earth fault operation of the fitting. WC SCOMMISSIONING CHECKS16Check for proper working of all fittings when the supplyis ON.WC RwSlNo. ACTIVITY CONTRACTORMH2145-C000-PS-RFQ-0020Page 197 of 334


PRELIMINARY CHECKS1 Check that cable parameters are as per specification. WC2 Check the cable installation for routing, segregation,logical and neat installation in accordance with thedrawingsWC3 Inspect cables for supporting, clamping and fixing. WC4 Check the cable route markers for correctness,availability and any physical damage.WC5 Inspect cable no., type , core and size of cable, terminalno. & <strong>com</strong>pare them with approved drawings.WC6 Check availability of sleeves and / or kick plates andinspect it for any physical damage.WC7 Inspect cable transits through walls, floors and ceilingsfor tightness, correct mounting and opening sealing.WC8 Inspect distance between different voltage grade cables. WC9 Inspect for any damage or nicks on outer sheath orarmouring, lead sheath, insulation, copper / aluminiumwires etc.WC10 Inspect cable glands and shrouds for damage, correctsize and tightness,WC11 Check armour and / or shielding bonding and earthing. WC12 Ensure bimetallic lugs are used whenever connectionsare made between diff. material (e.g. Al. and Cu.)WC13 Inspect cable strand connection of the conductor (allstrands have been used) and correct size of cable lugs. WC14 Check for tightness of end termination. WC15 Check that all the material used are of approved and asper approved drawings.WC16 Inspect the cable boxes / <strong>com</strong>partments for cleanliness& dryness.WC17 Check depth of cable and availability of protective coverover it in case of underground cabling.WC18 Check cable tag availability, material and correctness. WC19Check for excess tension on cable supports insidepanel.WC20 Check cable loop for proper bending radius. WCPRE-COMMISSIONING TESTCheck for the cable continuity for each core.WCNote : Each test shall be made only if the cable hassuccessfully passed the preceeding testAll results to be recorded and attached with this.Note: Legends-S, %W by Consultant / Owner is indicative to be finalizedpost order.MH2145-C000-PS-RFQ-0020Page 198 of 334


SPECIFICATION FORQUALITY CONTROL PLAN(APPENDIX-V.(B) TO SCC)MH2145-C000-PS-RFQ-0020Page 199 of 334


1.0 INTRODUCTION2.0 SCOPEThis document covers and describes the project quality data requirements andcontractor’s other obligations towards quality assurance and which shall form apart of technical specification released by contractor or documents submitted forapproval, so as to ensure that all purchased products/services consistentlyconform to planned quality and projects stated and implied needs are met toOwner/Owner’s representative‘s total satisfactionContractor nominated TPIA is engaged for a defined motive to ensure that allquality related requirements during manufacturing are followed as perOwner/Owner representative’s specification and other approved documents.The requirements of this document are applicable to all vendors/contractors forsupply of packages, equipment and materials, which are purchased on behalf ordirectly by Contractor.This document also indicates general quality control requirements of variousactivities pertaining to pipeline projects.3.0 DEFINITIONSFor this specification the following definitions shall apply:OWNER : Hindustan Petroleum Corporation Ltd.CONSULTANT : <strong>WorleyParsons</strong>, MumbaiCONTRACTOR : The Company names as such in the contract.3.1 CERTIFICATIONShall have the meaning as provided by EN-10204 code and summarized asfollow. “The manufacturer’s authorized inspection representative independent ofthe manufacturing dept”3.2 CERTIFICATIONShall have the meaning as provided by EN-10204 code and summarized asfollow.“The manufacturer’s authorized inspection representative independent of themanufacturing dept. and either the purchaser’s authorized inspectionrepresentative or the inspector designated by the official regulations”SHALL/MUST/TO BE: A mandatory requirementSHOULD: A non-mandatory requirement, advisory or re<strong>com</strong>mendationMH2145-C000-PS-RFQ-0020Page 200 of 334


4.0 CERTIFICATION-QUALITY ASSURANCE AND QUALITY CONTROLAll material and equipment to be permanently incorporated in the project shall beduly quality controlled /inspected and certified for full <strong>com</strong>pliance with the “Laws-Rules-codes and standards “prevailing for the project and as per approvedquality assurance plan.Quality control, inspection and certification shall be as follows:4.1 BASIC PRINCIPLESEquipment vendors and subcontractors must be duly approved ,qualified andcertified for their ability to supply basic materials, assemble, erect, install, test<strong>com</strong>mission, proceed to <strong>com</strong>posite works and to fabricate the equipmentaccording to the codes and specifications.All basic materials, equipment in addition to shop fabrication anderection/construction shall be subject of 3.1 Certification before leaving the millsIn addition some activities may, as mandatory by law or at the discretion ofOwner/Owner’s representative, be audited and/or subjected to 3.2 certification4.2 QUALITY PLANVendor/Contractor shall, on due time ,establish and submit to approval ofOwner/Owner’s representative a <strong>com</strong>prehensive Quality Assurance Programand Quality plan stating clearly the organization it proposes to set up and theways it intends to organize the Certifications.4.3 Certifications specific to Hydrocarbon related facilitiesVendor/ Contractor shall assure the certification of its activities or works as wellas of any subcontractors as follows4.3.1 3.1 Certification4.3.2 3.2 CertificationOwner/WORLEYPARSONS reserves the right to nominate one or more TPIA toexecute in its name all inspection and certification it aims necessary or ismandatory by Law.Owner / Owner’s representative may also be nominated to act in name of Ownerfor the purpose and present for specific items or activities; in that case “Owner”shall also mean “Owner’s Representative” in the frame of its “Commitment”.Owner / Owner’s representative’s presence to certification events and / or finalissue of certificates shall in no way reduce the obligation of vendor / contractorfrom it’s duties, obligations and liabilities.Vendor / Contractor shall, in its Quality Assurance Plans (QAP), proposeprocedures to inform Owner / Owner’s Representative, on due time to allow for3.2 Certification.MH2145-C000-PS-RFQ-0020Page 201 of 334


4.4 TESTINGPrior to shop prefabrication and field welding the welding procedure shall besubmitted to Owner / Owner’s representative for approval. Vendor / Contractorshall proceed to all necessary destructive and non-destructive testing asprovided by the codes and / or specifications for all qualification welds or joints.Each individual welder shall pass welding qualification in presence of Owner /Owner’s representative, which may reject the qualification in case of nonconformity.Final acceptance tests (pressure and tightness) of the <strong>com</strong>pleted installationshall be performed in presence of Owner / Owner’s representative or TPIA andsubject to 3.2 certification4.5 NON-TESTED TIE-IN WELDSAll tie-in welds (called “Golden welds”) which have not been subjected topressure final testing shall be 100% Radiographic and ultrasonic controlled andtightness tested under pressure (all welds/joints) in presence of Owner/Owner’srepresentative or TPIA and duly 3.2 certified.5.0 INSTRUCTIONS5.1 The inspection shall be carried out by <strong>WorleyParsons</strong> orWORLEYPARSONS appointed TPIA5.2 QUALITY ASSURANCE PLANVendor/Contractor during bidder stage shall confirm to the <strong>com</strong>pliance to theQuality Assurance Plans (QAP) attached with the document. However, in postorder stage they shall submit the detail QAP <strong>com</strong>plying with all the requirementsalready confirmed by them in order stage duly reviewed by the Owner/Owner’srepresentative.5.3 INSPECTION AND TEST PLANVendor/Contractor shall submit Inspection and test plan for approval within 2weeks or before to Owner/Owner’s representative and obtain their approvalbefore <strong>com</strong>mencement of manufacture duly reviewed by the Owner/Owner’srepresentative.5.4 Waiver and DeviationVendor/Contractor shall strictly <strong>com</strong>ply with purchase order stipulations and nodeviation shall be permitted. However if the need for deviation arises underexceptional circumstances ,on the post order stage, such deviation shall besubject to the approval of Owner/Owner’s representative and shall be submittedthrough Owner/Owner’s representative in the prescribed“WAIVER/DEVIATION/EXCEPTION REQUEST’ format. TheMH2145-C000-PS-RFQ-0020Page 202 of 334


WAIVER/DEVIATION/EXCEPTION REQUEST’ shall also indicate the costbenefit to the owner.5.5 Inspection test statusInspection test status of products shall be identified by using markings,authorized stamps, tags, route cards, inspection records etc. during the courseof manufacture to clearly indicate acceptance/rejection of tests/stages ofinspection performed during its manufacturing cycle.5.6 Quality RecordsVendor/Contractor shall maintain quality records as per his procedures.Inspection Reports & Test Record copies shall be furnished to Owner / Owner’sRepresentative duly accepted by the TPIA.5.7 Non Conformity Reports (NCR)TPIA will issue a NCR on observing any deviation to Owner / Owner’srepresentative’s technical specifications or approved documents for Owner /Owner’s representative’s approval. On receipt of NCR, the Vendor / Contractorshall submit a detailed corrective action procedure for Owner / Owner’srepresentative’s approval, and shall carryout all necessary corrective action sorequired to the satisfaction of Owner / Owner’s representative/TPIA.5.8 Identification and TraceabilityVendor/Contractor shall establish and maintain a standard written procedure foridentifying the products from applicable drawings, specification or otherdocuments during all stages of production, delivery and installation. A copy ofthis standard procedure shall be made available to Owner/Owner’srepresentative.MH2145-C000-PS-RFQ-0020Page 203 of 334


6.0 ATTACHMENT (WAIVER/DEVIATION PERMIT)Technical Deviation ProposalProject TitleDeviation TitleProject NoCustomerAttentionDeviation no.:Answer requiredbyDEVIATIONDESCRIPTIONDescription of deviation requested(to be <strong>com</strong>pleted by Originator)Justification for deviation requestedRisks and implications identified as a consequence of the deviation (Consider safety,sustainability, operability, reliability, maintainability, engineering, procurement, construction, cost andschedule)Controls to manage the risks identifiedOriginator :Lead DisciplineEngineer :Signature:Signature:Date :Date :Discipline ChiefEngineer :Signature:Date :Project Manager : Signature Date :MH2145-C000-PS-RFQ-0020Page 204 of 334


ATTACHMENTS (Please indicate any attachments by checking the relevant boxes):Standards/Specifications Reports Sketches DrawingsRisk AssessmentOthers :AdditionalComments :MH2145-C000-PS-RFQ-0020Page 205 of 334


TO BE COMPLETED BY CUSTOMER ‘TECHNICAL AUTHORITY’ (OR APPOINTEDDESIGNATE)(a)Re<strong>com</strong>mendation:Support Deviation ProposalDoes Not Support DeviationProposal(b) Comments and rationale for re<strong>com</strong>mendation in (a) above(c) Limitations and / or conditions of re<strong>com</strong>mendations – if anyTechnical Authorityor AppointedDesignate :(NAME)Signature:TO BE COMPLETED BY CUSTOMER ‘APPROVING AUTHORITY’Date:(a) Decision: Deviation Proposal Approved Deviation Proposal RejectedApproval applies to this instance onlyApproval applies to all instances on the project(b) Reasons and rationale for decision in (a) above(c) Limitations and/ or conditions of re<strong>com</strong>mendations – if anyApproving Authority :(NAME)Signature :Date:MH2145-C000-PS-RFQ-0020Page 206 of 334


SPECIFICATION FOR HEALTH, SAFETY ANDENVIRONMENT (HSE)MANAGEMENT(APPENDIX-VI TO SCC)MH2145-C000-PS-RFQ-0020Page 207 of 334


APPENDIX –VI TO SCCHSE MANAGEMENT PLANPlease refer attached Document No: MH2145-C000-SR-PLN-0001Rev: CMH2145-C000-PS-RFQ-0020Page 208 of 334


CONDITIONS FOR RECONCILIATION OF MATERIALS,CONSUMABLES- FREE ISSUE OR OTHERWISE.(APPENDIX-VII TO SCC)MH2145-C000-PS-RFQ-0020Page 209 of 334


INDEX1. CONDITIONS FOR ISSUE OF MATERIALS.2. CEMENT.3. REINFORCEMENT BARS/STRUCTURAL STEEL/PLATES.4. PIPING MATERIAL.5. EQUIPMENTS.6. CABLES & WIRES.7. WATERPROOFINF COMPOUND.8. CHEMICAL FOR ANTI-TERMITE TREATMNET.9. PAINTS FOR STRUCTURAL AND FINISHING WORKMH2145-C000-PS-RFQ-0020Page 210 of 334


1.0 CONDITIONS FOR ISSUE OF MATERIALSWhenever any material is issued by Owner, following conditions for issue of material inaddition to other conditions specified in the contract shall be applicable:1.1 Necessary indents will have to be raised by the Contractor as per procedure laiddown by the Engineer-in-Charge from time to time, when he requires the abovematerial from Owner in execution of permanent works.1.2 Materials will be issued only for permanent works and not for temporary works,enabling works etc. unless specifically approved by the Engineer-in-Charge and thesame shall not be taken into account for the purpose of materials reconciliation.1.3 The Contractor shall bear all other cost including lifting, carting from issue points towork site/Contractor's store, custody and handling etc. and return ofsurplus/serviceable scrap materials to Owner's storage points to be designated bythe Engineer-in-Charge etc. No separate payment for such expenditure will bemade.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.1.6 RETURN OF UNUSED MATERIAL1.6.1 All unused/scrap materials shall be the property of the Owner and shall bereturned in good and acceptable condition size wise, category wise by theContractor at his own cost to Owner's Store(s).1.6.2 No credit will be given to the Contractor for return of scrap. The Contractorshould quote the rates accordingly.1.6.3 In case the Contractor fails to return unused/scrap materials, then recoveryfor such quantity of materials, not returned by the Contractor shall beaffected at following penal rates from the Contractor's bills or from any otherdues of the Contractor to the Owner. Contractor shall make his ownarrangements for weighing the off cuts to be returned to Owner's stores.1.6.4 Penal Rates for non-return of materials:Sl. No. MaterialPenal Rates(a) Penal rate for non-return of Issue Rate + 25%accountable scraporLanded Rate + 25% (incase issue rate are notindicated in the contract)(b) Penal rates for non-return of Twice the Issue RatesUnused material/excess scrap orTwice the Landed Rates(in case Issue Rates arenot indicated in theContract)MH2145-C000-PS-RFQ-0020Page 211 of 334


NOTE :1)Landed Rate shall be arrived from the latest Purchase Order of respectivematerial received at site by HPCL/WORLEYPARSONS(Owner/Consultant).2.0 CEMENT:2) In case different penal rates have been indicated in the Contract (based onProject requirement), the same will supersede the above rates.2.1 Cement as sited by Contractor from cement Manufacturer/Stockiest will be issued daily fromcontractors Site godown for construction. The theoretical weight of cement in each bag forissue purpose will be considered as 50 Kgs. or 20 bags per MT. However, cement bagsweighing upto 4% less shall be accepted by the Contractors and considered as full bag.2.2 The Contractor will have to submit their design mix for different grades of concrete, keepingin 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 inthe laboratories. The design shall be based upon absolute volume method and theoreticalconsumption of cement shall be worked out on this basis. For other than concrete items, thecoefficients for consumption of cement shall be adopted as approved by Consultant/ CPWDpractice.2.3 The permissible variation between Cement actually used on the job and theoreticalconsumption worked out on the basis stipulated in above para 2.2 and as determined byEngineer-in-Charge. No negative tolerance shall be acceptable.2.3.1 If the actual consumption is less than theoretical consumption then recovery at thepenal rates for the quantity of cement used less shall be effected at Rs. 750 per bagfrom the Contractor's bill(s) or any other dues of the Contractor to the Owner,provided that the quality of the work has been found acceptable by the Owner.2.4 The Contractor shall maintain a good store for storing cement issued to him. The flooring ofthe storage house, the clearances of cement bags from the side walls/ floor & stack heightetc. shall be as instructed by the Engineer-in-Charge.2.5 The cement store shall be open for inspection and verification by the Engineer-in-Charge orhis authorised representative at any time when the Engineer-in-Charge feels the need to doso.2.6 Periodical stock taking as decided by the Engineer-in-Charge shall be done by theContractor in the presence of Engineer-in-Charge or his authorised representative and astatement of stocks duly verified shall be submitted to Engineer-in-Charge.2.7 Empty cement bags shall be the property of the Contractor and shall have to be disposed offby him.3.0 REINFORCEMENT BARS /STRUCTRUL STEEL/PLATES3.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issuedby the Owner, shall be total 3% (2.5% accountable and 0.5% non-accountable) of the actualconsumption as incorporated in the works.3.2 All reinforcement bars/structural steel/steel plates shall be issued inMH2145-C000-PS-RFQ-0020Page 212 of 334


available length/shapes/sizes and no claims for extra payment on account of issue of nonstandardlengths/shapes/sizes bending etc. shall be entertained. Reinforcement bars andstructural steel shall be issued on weighment basis as per normal warehousing practice. Inexceptional circumstances, the reinforcement bars/structural steel, if issued on linearmeasurement, the IS coefficients for unit weight shall be considered. For the purpose ofbilling and accounting, only linear measurements will be taken and weight will be calculatedas per IS coefficients in three decimals. The difference in unit weight as per IS and actual asissued, if any, shall be to Contractor's account and Contractor is deemed to have consideredthe same at the time of bidding.3.3 Reinforcement bars/structural steel/steel plates shall be issued only for those items whereOwner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply.3.4 All reinforcement bars/structural steel except M.S. Plates in length of 2 meters and aboveshall be considered as serviceable materials provided the material is in good and acceptablecondition. Reinforcement bars/structural steel section except M.S. Plates in lengths less than2M shall be treated as scrap.3.5 For the purpose of accounting of the plates, all plates measuring not less than 1 Sq.m inarea and having any dimensions not less than 200mm when returned to Owner's store, willbe considered as serviceable material. All other pieces will be treated as wastage/scrap. TheContractor will prepare a plate cutting diagram in such a way that the minimum scrap isgenerated. Also the cut plates should be used at a proper place to reduce scrap.3.6 The above serviceable cut pieces as mentioned in 3.4 & 3.5 above shall be considered asunused material.3.7 Non return of unused quantity of material as per 3.6 above shall be charged at penal rates.3.8 The wastage generated by the Contractor in excess of the allowable percentage shall alsobe charged at the penal rates.4.0 PIPING MATERIALS4.1 All pipes shall be issued in available lengths/shapes and no claims for extra payments onaccount of issue of non-standard length & shape will be entertained. Pipes shall be issuedon 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 differenttypes of material and shall maintain <strong>com</strong>plete identification and traceability at all times.4.2 The scrap allowance for pipes issued by the Owner shall be 3% (2½% accountable + ½%non-accountable) of the actual consumption as incorporated in the works.4.3 All pipes in length of 2 meters and above shall be considered as serviceable materialprovided the material is in good and acceptable condition and has clear identification andtraceability (Manufacturer’s name, heat number/batch number and test certificates). Pipes inlengths less than 2M shall be treated as scrap.4.4 For the non-account of pipes drawn by the Contractor over and above the actualconsumption as determined by the Engineer-in-Charge, plus 3% (2½% accountable + ½%non-accountable) thereof to cover the scrap allowance, recovery at penal rate shall beeffected from the Contractor's bill(s) or from any other dues of the Contractor to the Owner.4.5 All unused/scrap pipes, valves, flanges, forged fitting like elbows, reducers tees shall bereturned by the Contractor category wise duly cleaned, greased and spec. marked at hisMH2145-C000-PS-RFQ-0020Page 213 of 334


own cost to Owner's stores. In case the Contractor fails to do so then recovery for suchquantity of pipes not returned by the Contractor at the penal rates shall be effected from theContractor’s bill(s) or from any other dues of the Contractor to the Owner.5.0 EQUIPMENTSVarious equipment/materials intended for the installation will be received by Owner inunpacked, skid mounted, crated, packed or loose condition and will be stored in thewarehouses and open yards. In general, materials will be issued to the Contractor in ‘asreceived’ condition. It will be the Contractor’s responsibility to draw, load and transport allmaterials from Owner’s designated places of issue to the point of installation and return allpacking 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 costwith appropriate preservative like primer, lacquer coating, grease etc. as required.6.0 CABLES & WIRES6.1 Appropriation of cables shall be done as follows:6.1.1 All the surplus and serviceable cables out of the cables returned by theContractor to the Owner's store in good condition and as directed by theEngineer-in-Charge.6.1.2 The Contractor shall be allowed a cutting/wastage allowanceof 1.5% for power cables and 3% for the control cables. Thiscutting/wastage allowance shall be <strong>com</strong>puted on the length of cablesactually laid, measured and accepted.6.1.3 All cables being returned to store should carry Aluminium sheet tagsindicating the size & type of cable. Cables of less than 15 meters length willbe termed as scrap. Cables of lengths 15M and above shall be termed asserviceable material & shall be returned size wise and category wise to theOwner's store in wooden drums. Cables of serviceable length being returnedto stores in drum(s) shall be accepted only after Megger value continuity testand physical measurement is carried out by the Contractor to thesatisfaction of Engineer-in- Charge. Empty cable drums and major packingmaterial (as decided by Engineer-in-charge) shall be Owner’s property andshall be returned to Owner’s Store/designated place without any additionalcost.6.1.4 While carrying out material appropriation with the Contractor, the abovepoints will be taken into account. All serviceable materials returned by theContractor (size wise & category wise) shall be deducted from the quantity(ies) issued to the Contractor for the respective sizes. Scrap generated forpower cable and control cable shall also be returned to Owner’s store on Lotbasis.6.1.5 Material appropriation shall be done & allowable scrap quantity calculated.The wastage generated by the Contractor in excess of the allowablepercentage shall be charged at the penal rates.7.0 WATER PROOFING COMPOUNDWater proofing <strong>com</strong>pounds shall be of makes approved by HPCL/WORLEYPARSONS.Bidder shall mix <strong>com</strong>pound in the presence of WORLEYPARSONS/HPCL and maintainMH2145-C000-PS-RFQ-0020Page 214 of 334


Daily consumption report of these items duly verified by HPCL/WORLEYPARSONS.8.0 CHEMICAL FOR ANTI TERMITE TREATMENTChemical which are used for Anti termite treatment shall be of makes approved byHPCL/WORLEYPARSONS. Bidder shall mix chemical in the presence ofWORLEYPARSONS/HPCL and maintain Daily consumption report of these items dulyverified by HPCL/WORLEYPARSONS.9.0 CHEMICAL FOR ANTI TERMITE TREATMENTPaints for Structural and Building Finishes shall be of makes approved byHPCL/WORLEYPARSONS. Bidder shall mix paint in the presence ofWORLEYPARSONS/HPCL and maintain Daily consumption report of these items dulyverified by HPCL/WORLEYPARSONS.MH2145-C000-PS-RFQ-0020Page 215 of 334


MINIMUM NO. OF SKILLED MANPOWER (AT PEAK) TO BE DEPLOYED PERPART(APPENDIX-VIII.(A) to SCC))MH2145-C000-PS-RFQ-0020Page 216 of 334


MINIMUM MANPOWER DEPLOYMENT SCHEDULE - TO BE MOBILIZED WITHIN 30 DAYS FROMAWARD OF WORKSR. NO. MANPOWER CATEGORY TO BE DEPLOYED PART- I PART-II1 RESIDENT CONSTRUCTION MANAGER 12 PLANNING MANAGER 13 QA/QC MANAGER 14 HSE MANAGER 15 MATERIAL MANAGER 16 SPREAD INCHARGE 2 27 ADMINISTRATIVE OFFICER 1 18 ENGINEER- ALL DISCIPLINES 16 169 FOREMAN/ SUPERVISOR 20 2010 SAFETY OFFICER/ SUPERVISOR 10 1011 DRAFTSMAN/ SURVEYOR 2 212 WELDER 40 4013 FITTER 8 814 GRINDER 30 3015 MACHINE OPERATOR 18 1816 BLAST CLEANING CREW 4 417 ELECTRICIAN/ MACHINE MECHANIC 6 618 RIGGER 20 2019 PIPE BENDING CREW 3 320 BORING CREW 3 321 INDUCTION HEATING CREW 3 322 X- RAY CREW 3 323 MANUAL UT CREW 2 124 HYDRO TESTING CREW 1 125 FIELD JOINT COATING CREW 4 426 HOLIDAY TESTING CREW 2 227 STORE IN-CHARGE / KEEPER 2 228 UNSKILLED WORKERS 300 30029 STATION PIPING CREW- 3 5MH2145-C000-PS-RFQ-0020Page 217 of 334


NOTE :-(1) The details of estimated manpower required (at peak) to be mobilized by theexecution contractor to <strong>com</strong>plete the work within schedule for each Part is givenabove and is not exhaustive. Contractor is required to augment the above list withadditional numbers/categories of workmen as required and directed by Engineer-Incharge to <strong>com</strong>plete the work within the <strong>com</strong>pletion time schedule and quoted price.(2) The Manpower as identified above should have required qualification and adequaterelevant experience.(Signature of Bidder with stamp)MH2145-C000-PS-RFQ-0020Page 218 of 334


LIST OF MINIMUM EQUIPMENTS TO BE MOBILISED AT PEAK BY EXECUTION CONTRACTOR AND THEIR DEPLOYMENTSCHEDULE (PER PART)@RKPL PIPELINE PROJECT OF M/S HPCL(APPENDIX-VIII.(B ) to SCC)MH2145-C000-PS-RFQ-0020Page 219 of 334


MINIMUM EQUIPMENT DEPLOYMENT PART WISE - PART-I (Rewari to SV 6 )Sr.No.Equipments DetailsMinimum Nos.Reqd.MandatoryEquipment To BeDeployed within30 Days fromaward of work asper ContractTo BeDeployed after30 Days fromaward of workas perContractDescription / RemarksFor Pipe Laying1 D.G. Set (30, 65,, 125 KVA) 9 3 6The DG capacity shallbased on the locations2 Dozer D-8 with Ripper 3 2 13 Dozer D-7/D6 or Equivalent 2 24 Grader 4 2 25 Drag Line 0 0 AS REQD6 Rock Breaking Machine(Pneumatic/Hyd.) AS REQD7 Trencher -- -- -- AS REQD8 Excavator / Back Hoe (Ex 280/ 300/ 200) 12 8 49 Tyre Mounted Crane (30 T & 12T) 3 2 1Check with Dump SitemanagementMH2145-C000-PS-RFQ-0020Page 220 of 334


10 Pipe Layer/Side Boom 40 & 60 Ton 12 6 611Horizontal Auger Boring M/c. for 24" & 36" NB casingpipe3 2 112 Pay Welder welding crew including Welding M/c. 3 2 113 Welding Machines 30 15 1514 Pipe Bending M/c. (Size 18") with Pneumatic Mandrel 2 215 Bevel Cutting M/c.18" (Pneumatic/Hydraulic) 6 3 316 Pipe Clamp Internal 18" (Pneumatic) 4 2 217 Pipe Clamp External 18" (Hydraulic ) 9 3 618 Induction heating equipment / Localised LPG heating 3 2 119 Holiday Detector (Spy Make) 6 3 320 Air Compressor (300-650 CFM) 2 221 Air Compressor (1050-1500 CFM) 2 0 2MH2145-C000-PS-RFQ-0020Page 221 of 334


22 Sand/Grit Blasting Cleaning M/c. [Hopper] + Painting 5 3 223 X-Ray Machine Internal Crawler 3 2 124 X-Ray Machine External 3 2 125 Gamma Source AS REQD26 Dark Room Facility with viewer 2 227 UT Machine (Min.) 3 2 128 Dewatering Pump of capacity 60-80 cu.m/hr 6 3 329Hydro testing set for pre-test & post-test (Water Filling 50& 500 to 1000 cu.m/h & hydro testing pump-motorized(200 bar), dozing pump , dead weight tester, Pressuregauge & with testing control unit)2 230 Test Headers sets ( Pre-test, post test,Pigging header) 3 2 1 Each one set31 Dead Weight Tester(Ravika 0-400kg/cm2) 2 0 232 Test Cabin 2 0 2MH2145-C000-PS-RFQ-0020Page 222 of 334


33 Trucks (10T/15T) 3 334 Pipe Trailer (Flat Bed/LB Trailer) 18 9 935 Dumper/Tipper AS REQD36 Tractor AS REQD37 Diesel Tanker -- -- -- AS REQD38 Water Tanker minimum 10000 Ltrs Capacity 4 2 239 Auto Leveling Machine 4 2 240 Dumpy Leveling Machine [Theodolite] 8 4 441 Total Station 2 242 Concrete Mixer with way batcher & Vibrator 6 3 343 Gunniting Machine for concrete coating pipe AS REQD44 HDD equipment consisting of Maxi rig of required capacity 1 1 AS REQDMH2145-C000-PS-RFQ-0020Page 223 of 334


45 GPS /GIS M/c for taking the co-ordinates 9 6 346 OFC Blowing Machine with <strong>com</strong>pressor 2 0 247 Splicing Unit/ OTDR M/c -- -- -- AS REQD48 Site Civil Lab with Cube testing M/c 3To be established near toSV/Station49 Mobile Workshop 1 150 Crane Truck 1 1 0MH2145-C000-PS-RFQ-0020Page 224 of 334


Sr.No.MINIMUM EQUIPMENT DEPLOYMENT PART WISE - PART-II (SV 6 to Kanpur)Equipments DetailsFor Pipe LayingMinimumNos.Reqd.MandatoryEquipmentTo BeDeployedwithin 30Days fromaward ofwork as perContractTo BeDeployedafter 30Days fromaward ofwork asperContractDescription /Remarks1 D.G. Set (30, 65,, 125 KVA) 9 3 6The DG capacity shallbased on the locations2 Dozer D-8 with Ripper 3 2 13 Dozer D-7/D6 or Equivalent 2 24 Grader 4 2 25 Drag Line 0 0 AS REQD6 Rock Breaking Machine(Pneumatic/Hyd.) AS REQD7 Trencher -- -- -- AS REQDMH2145-C000-PS-RFQ-0020Page 225 of 334


8 Excavator / Back Hoe (Ex 280/ 300/ 200) 12 8 49 Tyre Mounted Crane (30 T & 12T) 3 2 1Check with Dump Sitemanagement10 Pipe Layer/Side Boom 40 & 60 Ton 12 6 611 Horizontal Auger Boring M/c. for 24" & 36" NB casing pipe 3 2 112Pay Welder (Automatic/Semi Auto) welding crew including WeldingM/c.3 2 113 Welding Machines 30 15 1514 Pipe Bending M/c. (Size 18") with Pneumatic Mandrel 2 215 Bevel Cutting M/c.18" (Pneumatic/Hydraulic) 6 3 316 Pipe Clamp Internal 18" (Pneumatic) 4 2 217 Pipe Clamp External 18" (Hydraulic ) 9 3 618 Induction heating equipment / Localised LPG heating 3 2 119 Holiday Detector (Spy Make) 6 3 3MH2145-C000-PS-RFQ-0020Page 226 of 334


20 Air Compressor (300-650 CFM) 2 221 Air Compressor (1050-1500 CFM) 2 0 222 Sand/Grit Blasting Cleaning M/c. [Hopper] + Painting 5 3 223 X-Ray Machine Internal Crawler 3 2 124 X-Ray Machine External 3 2 125 Gamma Source AS REQD26 Dark Room Facility with viewer 2 227 UT Machine (Min.) 3 2 128 Dewatering Pump of capacity 60-80 cu.m/hr 6 3 329Hydro testing set for pre test & post test (Water Filling 50 & 500 to1000 cu.m/h & hydro testing pump-motorized (200 bar), dozzingpump , dead weight tester, Pressure gauge & with testing control unit)2 230 Test Headers sets ( Pre-test, post test,Pigging header) 3 2 1 Each one setMH2145-C000-PS-RFQ-0020Page 227 of 334


31 Dead Weight Tester(Ravika 0-400kg/cm2) 2 0 232 Test Cabin 2 0 233 Trucks (10T/15T) 3 334 Pipe Trailer (Flat Bed/LB Trailer) 18 9 935 Dumper/Tipper AS REQD36 Tractor AS REQD37 Diesel Tanker -- -- -- AS REQD38 Water Tanker minimum 10000 Ltrs Capacity 4 2 239 Auto Leveling Machine 4 2 240 Dumpy Leveling Machine [Theodolite] 8 4 441 Total Station 2 242 Concrete Mixer with way batcher & Vibrator 6 3 3MH2145-C000-PS-RFQ-0020Page 228 of 334


43 Gunniting Machine for concrete coating pipe AS REQD44 HDD equipment consisting of Maxi rig of required capacity 1 1 AS REQD45 GPS /GIS M/c for taking the co-ordinates 9 6 346 OFC Blowing Machine with <strong>com</strong>pressor 2 0 247 Splicing Unit/ OTDR M/c -- -- -- AS REQD48 Site Civil Lab with Cube testing M/c 3To be establishednear to SV/Station49 Mobile Workshop 1 150 Crane Truck 1 1 0@These equipments are for 18"NB pipeline from Rewari to Kanpur Project. Additional Equipments in Part will be mobilize by the contractor suitable forline size for 18” NB PipelineNOTES:(1) Detail of minimum critical construction equipment in good working condition, required to be mobilized by the execution contractor to<strong>com</strong>plete the work within schedule is given above for EACH PART. Further, Bidder shall be required to augment the above list withadditional numbers/categories of equipment, tools, tackles, as required and directed by Engineer-In charge to <strong>com</strong>plete the work withinthe <strong>com</strong>pletion time schedule and quoted price.MH2145-C000-PS-RFQ-0020Page 229 of 334


(2) Meeting the requirement of deployment of above minimum Construction Equipment per PART is essential as per BidderQualification Criteria. Bidder shall confirm <strong>com</strong>pliance for deployment of above equipment. BIDDER to categorize thisEquipment List on "Owned/Hired/To be purchased" basis for each PART separately and submit along with the bid. In case theequipment are being hired, agreement document duly notarised shall be submitted.(3) Bidder shall confirm that these equipment are spare available for deployment on this project site and shall be timely mobilised in goodworking condition, duly certified by chartered Engineer, to maintain work progress.(4) Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipment at any stage prior toaward of work. Bidder shall organize and coordinate this inspection process. Owner/ Consultant opinion shall be final and binding in thisregard.(5) In the event of award of work, Contractor shall replace any defective/damaged equipment promptly in order to <strong>com</strong>plete the work as perschedule and without any time & cost implication to the owner.(6) Equipment once deployed cannot be de-mobilised from the site unless or until written petition from the owner is granted.(7) Welding crew will include minimum four station, each station <strong>com</strong>prising of;• Two welding torches and related equipment.• Pay welder with DG set/stabilizer• One welding tent/cabin, and• Preheating equipment if required.(8) The equipment indicated above are the minimum critical equipment, which are required to be deployed by the contractor. Any additionalequipment/resources required to <strong>com</strong>plete the project as per schedule shall be mobilized based on the project execution plan/projectschedule.(9) Higher capacity DG sets can also be deployed provided power requirement is fulfilled as per site conditions.(10) If the contractor uses automatic welding machine then the automatic welding equipments so mobilized shall not be more than 5 yearsolder from the date of manufacturing.(11) To release the balance 5% Mobilization Advance, minimum mandatory equipment deployment shall be provided for each part with dueverification/ certification of WP within 30 days of the award of contract.MH2145-C000-PS-RFQ-0020Page 230 of 334


(Signature of Bidder with stamp)MH2145-C000-PS-RFQ-0020Page 231 of 334


EXPERIENCE CRITERIA FOR KEY PERSONNEL(APPENDIX-IX TO SCC)MH2145-C000-PS-RFQ-0020Page 232 of 334


The various categories of key construction personnel deployed by Contractor for performance of workunder the contract shall be as per the minimum qualifications and experience as stated below.SL.NOCATEGORYQUALIFICATION & EXPERIENCE1MH2145-C000-PS-RFQ-0020RESIDENTCONSTRUCTIONMANAGER2 SITE-IN-CHARGE3A3B456LEAD DISCIPLINEENGINEERCONSTRUCTIONENGINEERPLANNINGMANAGERPLANNINGENGINEERQA / QCMANAGER7 QA / QCENGINEER8 SAFETY / HSEMANAGER9SAFETY OFFICER /HSE EngineerEngineering Graduate with minimum 10years of Construction Experience whichshould include minimum 6 years ofexperience in execution of Cross CountryHydrocarbon Transportation Pipeline Laying.Degree in Engineering with minimum 8years of Construction experience whichshould include minimum 5 years ofexperience in execution of Cross CountryHydrocarbon Transportation Pipeline Layingor Diploma in relevant Engineering disciplinewith minimum 12 years of Constructionexperience which should include minimum 7years of experience in execution of CrossCountry Hydrocarbon TransportationPipeline LayingDegree in Engineering with minimum 5 years ofexperience in execution of Cross CountryHydrocarbon Transportation Pipeline LayingDegree in Engineering with minimum 5 to 6 yearsof experience in execution of Cross CountryHydrocarbon Transportation Pipeline LayingDegree in Engineering with 4 years hands onexperience in PRIMAVERA/MS in Planning &Scheduling of Cross Country HydrocarbonTransportation Pipeline Laying.Degree in Engineering with 2 years hands onexperience in PRIMAVERA/MS in Planning &Scheduling of Cross Country HydrocarbonTransportation Pipeline Laying.Degree in Engineering with 6 years constructionexperience of which 3 years should be as QAManager of Cross Country HydrocarbonTransportation Pipeline Project.Degree in Engineering with 4 years’ experiencein execution of Cross Country HydrocarbonTransportation Pipeline LayingDegree / Diploma in Engineering and Diploma inIndustrial Safety with minimum 2 years relevantexperience in Construction Safety.Degree / Diploma in Engineering and Diploma inIndustrial Safety with minimum 2 years relevantexperience in Construction Safety.Page 233 of 334


1011LEAD WELDING /NDTENGINEERWAREHOUSEINCHARGE /MATERIALSMANAGERDegree in Mechanical Engineering / Metallurgywith 5 years’ experience in Welding / NDT(Non-destructive Testing) Plus Level-II in RT(Radiographic Testing) or Diploma in MechanicalEngineering / Metallurgy with 15 years’experience in Welding / NDT Plus Level-II in RT.Graduate in Science or Diploma in Engineering /Materials Management with 10 years’ experiencein Warehouse / Stores Management of similarnature.NOTE:1- The details of minimum manpower required to be mobilized by the execution contractor to<strong>com</strong>plete the work within schedule is given above and is not exhaustive. Contractor is required toaugment the above list with additional numbers/categories of workmen as required and directedby Engineer-In charge to <strong>com</strong>plete the work within the <strong>com</strong>pletion time schedule and quotedprice.2- The Manpower as identified above should have required qualification and adequate relevantexperience.3- Contractor shall mobilize Construction Manager/ Section In-charge, QA/QC Manager, PlanningManager/ and Safety/ HSE Manager who will be the permanent employees of the Contractor andshall be available for the entire duration of job unless approved otherwise by HPCL/WORLEYPARSONS.4- Contractor shall mobilize the required manpower as per agreed schedule (month-wise) dulyapproved by HPCL/WORLEYPARSONS(Signature of Bidder with stamp)MH2145-C000-PS-RFQ-0020Page 234 of 334


HIRING / RECOVERY RATE FOR DEPLOYMENT OFMANPOWER(APPENDIX-X TO SCC)MH2145-C000-PS-RFQ-0020Page 235 of 334


1. The Labour rates are "all inclusive". These rates include but are not limited to all payroll costs andallowances, payroll taxes, fringe benefits, protective and/or special clothing, construction suppliesrequired for work of a nature included in this contract, overhead, profit, insurance, transportationand travel time.2. The rates are inclusive of providing hand tools, machinery such as welding machine, grindingmachine, gas/welding cutting set and consumables such as fuel, lubricants, electrodes, filler wire,gases, grinding wheels where the concerned category of labour is expected to use in execution ofthe job but exclusive of all major equipment and machinery like cranes.3. The normal time labour rates shall apply for all hours worked upto eight (8) hours in a day andovertime rates shall apply for all hours worked in excess of eight (8) hours in one working day,Sunday and Public Holidays. The payment for part of the day shall be made on pro-rata basis.SL. NOCATEGORIESRATE PER DAY OFNORMAL HOURS(IN RS.)RATE PER HOURFOR OT,SUNDAY ANDHOLIDAY (INRS.)1 CONSTRUCTION MANAGER 10000 10002QA/QC/ SAFETY/PLANNINGENGINEER5000 7503 NDT ENGINEER 5000 7504 ENGINEER 2500 6505 FOREMAN 2000 4306 SUPERIVISOR 2000 4307 MASON 520 1208 CARPENTERS FOR500 120SHUTTERING9 PLUMBER 500 12010 PAINTER 500 12011 FITTER / BENDER 750 15012 WELDER 1500 260ELECTRICIAN 600 15013 TURNER 520 13014 UNSKILLED LABOUR 350 10015 STRUCTURAL FITTER 650 15016 PIPE FITTER 850 19017 MILL WRIGHT FITTER 2000 43018 STRUCTURAL WELDER 1000 26019 ARC WELDER – CARBON1500 280STEEL (MANUAL)20 WELDER HELPER 400 13021 GAS CUTTER 700 17022 GRINDER 700 17023 FABRICATOR 650 15024 RIGGER 500 12025 ELECTRICIAN 650 15026 CABLE JOINTER 780 19027 MECHANIC 520 12028 HELPER (KHALASI) 350 100MH2145-C000-PS-RFQ-0020Page 236 of 334


29 BHISTI (WATER MAN) 300 9030 EQUIPMENT OPERATOR 550 13031 HEAVY DUTY DRIVER 700 17032 LIGHT DUTY DRIVER 600 15033 SAND BLASTER 500 12034 COATER & WRAPPER 500 12035 ARC WELDER – AUTOMATIC 2000 43036 PIPELINE FITTER 850 19037 SITE EQUIPMENT / MACHINE 520 120OPERATOR38 INSULATOR 600 12039 INSTRUMENT TECHNICIAN 1000 19040 CIVIL SURVEYOR 750 13041 DOCUMENT CONTROLLER 1000 30042 ACCOUNT OFFICER 1500 36043 STORE KEEPER /INCHARGE 1000 30044 AUT INTERPRETER 5000 75045 LIASIONING TEAM (22000 430PERSONS)46 QUALIFIED SURVEYOR 750 13047 UN SKILLED WORKER 250 80(Signature of Bidder with stamp)NOTES:-1. Rates are final and <strong>Tender</strong>er is to sign only without deviation.2. The recovery rates shall be the rates provided above plus 20% (twenty percent).MH2145-C000-PS-RFQ-0020Page 237 of 334


EQUIPMENT HIRING/RECOVERY RATES(APPENDIX-XI TO SCC)MH2145-C000-PS-RFQ-0020Page 238 of 334


SL.NO.DESCRIPTION OF EQUIPMENTHIRING/RECOVERY RATES(ININR) PER DAY(MINIMUM 8HOURS) INCLUDINGCONSUMABLES & FUEL1. Excavator / Back Hoe-Ex 280 / 300 & Above orEquivalentRs. 75002. Excavator / Back Hoe-Ex 200 & Above or Equivalent Rs. 70003. Pipe Layer/Side Boom – 70 T & Above Capacity Rs. 95004. Pipe Layer/Side Boom – 60 T & Above Capacity Rs. 85005. Pipe Layer/Side Boom – 40 T & Above Capacity Rs. 80006. Pipe Bending Machine Rs. 70007. Dozer with Ripper – D7/D6 or Equivalent Rs. 45008. DG Welding Machines Rs. 2009. Semi Auto Welding Machines Rs. 200010. Dozer with Ripper – D8 or Equivalent Rs. 750011. Hydra (8 – 10 MT) Rs. 350012. Auto Welding Crew (3 welding machine per crewRs. 75000alongwith two internal clamp)13. Pipe facing (Bevelling) machine (appropriate size) forAutomatic WeldingRs. 300014. Horizontal Auger Boring Machine with Rock breaking tool Rs. 350015. Pipe Clamp (Pneumatic/Hydraulic) – Internal Rs. 100016. Tyre Mounted Cranes (75 MT & above) Rs. 750017. HDD Rig with All Equipments & Accessories (Cap. 150 TRs. 50000and above)18. X-Ray M/C – Internal Crawler Rs. 250019. X-Ray M/C – External Rs. 180020. Gamma Source Rs. 60021. Water Lifting Pump (400 m 3 /hr. & above) Rs. 85022. Filling Pumps (400 TO 1000 M 3 /HR) Rs. 90023. Pressurization Pump – Motorized Rs. 300024. AUT with operators Rs. 1500025. Induction/Resistance Heating Equipment or LPG MultiRs. 3000Torch.26. Air Compressor – (300CFM) Rs. 200027. Air Compressor – (450/600/800 CFM) Rs. 250028. Air Compressor – (1000-1500 CFM) Rs. 280029. D.G. Sets : 62.5 KVA to 200 KVA (inclusive ofRs. 3000generators)30. Blast Cleaning Machine Rs. 200MH2145-C000-PS-RFQ-0020Page 239 of 334


31. Pipe Trailers (FB / Semi Low Bed) Rs. 350032. Mono drill crawler mounted Rs. 300033. Hand drill(pneumatic)for rock blasting Rs. 200034. Rock breaker attachment Rs. 300035. Dozing Pump Rs. 25036. Bevel Cutting Machine –Manual Rs. 60037. UT Machine with operator Rs. 50038. Dewatering Pump Rs. 80039. Holiday Detector Unit Rs. 40040. Dead WT Tester Rs. 20041. Dumper / Tippers Rs. 150042. Pipe locator Rs. 50043. Pipe Clamp – External Rs. 50044. Cable Cranes Rs.800045. Pipe Trailer for Coated Line Pipe Rs. 300046. Rock Breaking Machine with Excavator Rs. 5600/-47. Tyre Mounted Cranes (10 - 30 MT) Rs. 4500/-48. Grinding machine Rs. 200/-49. Gas cutting set with cylinders Rs. 350/-50. Trucks with driver Rs. 2000/-51. Car/Jeep with driver Rs. 800/-52. Tractor with trolley Rs. 600/-53. Tripod with 5 Tons Chain Pulley Block Rs. 300/-54. Pneumatic Drill (Tractor mounted for blasting) withRs. 3500/-Compressor(SIGNATURE OF BIDDER)NOTES:-1. Rates are final and <strong>Tender</strong>er is to sign only without deviation.2. Rates are inclusive of operators / drivers as applicable.3. Rates are inclusive of contractor’s overheads & profit.4. The recovery rates shall be the rates provided above plus 20% (twenty percent).MH2145-C000-PS-RFQ-0020Page 240 of 334


LIST OF APPROVED VENDORS FORMECHANICAL, ELECTRICAL, INSTRUMENTATION,CIVIL AND PIPING ITEMS(APPENDIX-XII TO SCC)MH2145-C000-PS-RFQ-0020Page 241 of 334


INSTRUMENTS1. ELECTRONICS TRANSMITTERS (PRESSURE / DP/ TEMPERATURE TRANSMITTER)A. YOKOGAWA INDIA LIMITEDB. EMERSON PROCESS MANAGEMENTC. HONEYWELL LTD.D. ABB LTD.2. PRESSURE SWITCHES, DIFFERENTIAL PRESSURE SWITCHES / TEMPERATURESWITCHSA. DAG PROCESS INSTRUMENTSB. SWITZER INSTRUMENT LIMITEDC. SIRCO CONTROLS LTD., UKD. VASU TECH. LTD.3. PRESSURE SAFETY VALVE / RELIEF VALVEA. ANDERSON GREENWOOD CROSBY.B. SEBIM VALVES INDIA PVT LTD.C. TYCO SANMARD. INSTRUMENTATION LTD.,E. FAINGER LESER4. PRESSURE GAUGES & RECEIVER GAUGESA. MANOMETER (INDIA),B. H GURU INSTRUMENTS PVT.LTD.C. GENERAL INSTRUMENTS CONSORTIUM.D. WIKA INSTRUMENTS INDIA PVT. LTD.E. A.N. INSTRUMENTS PVT. LTD.F. WAREE INSTRUMENTS LTD.5. DIFFERENTIAL PRESSURE GAUGESA. AN INSTRUMENTS PVT. LTD.B. SAMSON CONTROLS PVT. LTD.C. SWITZER INSTRUMENT LTD.D. WAREE INSTRUMENTS LTD.E. WIKA INSTRUMENTS INDIA PVT. LTD.6. TEMPERATURE ELEMENTS & THERMOWELLSA. GENERAL INSTRUMENTSB. DETRIV INSTRUMENTATIONC. NAGMAN SENSORS PVT. LTDD. PYRO-ELECTRIC INSTRUMENT7. TEMPERATURE GAUGESA. MANOMETER (INDIA)B. GENERAL INSTRUMENTS INDIAC. H GURU INSTRUMENTS (SOUTH INDIA) PVT.LTD.MH2145-C000-PS-RFQ-0020Page 242 of 334


E. WIKA INSTRUMENTS INDIA PVT. LTD.8. VARIABLE AREA FLOWMETER (ROTAMETER)A. EUREKA INDUSTRIAL EQUIPMENT (P) LIMILTEDB. KROHNE MARSHAL LTD.C. BOMBAY INSTRUMENTS9. ORIFICE PLATES AND FLANGES AND RESTRICTON ORIFICEA. BALIGA LIGHTING EQUIPMENT, LTD.B. GURUNANAK ENGG. WORKSC. MICRO PRECISION PRODUCT PVT. LIMITEDE. INSTRUMENTATION LTD. PALGHAT10. LEVEL GAUGES (REFLEX / TRANSPARENT)A. LEVCON INSTRUMENTS PVT. LIMITEDB. CHEMTROL ENGINEERING LIMITEDC. BLISS ANAND PVT. LIMITEDD. SIGMA INSTRUMENTS CO.11. LEVEL TRANSMITTER (DISPLACER TYPE – LEVEL TROL)A. CHEMTROL ENGG. LIMITED.B. MIL CONTROL LIMITED.C. FISHER XOMOX LTD.D. MAGNETROL INDIA PVT. LTD.E. DRESSER VALVE INDIA PVT. LTD.12. CONTROL PANELA. POSITRONIC, BARODAB. PRIMA AUTOMATION INDIA PVT. LTDC. BALIGA LIGHTING EQUIPMENT, LTD.D. CONTROL PANEL INDIA13. PUSH BUTTONS / SWITCHES / LAMPS (CONTROL PANEL INSTRUMENT)A. TEKNIC CONTROLSB. KAYCEEC. L&TD. SIEMENS14. ALARM ANNUNCIATORS (CONTROL PANEL INSTRUMENT)A. DIGICONTB. MINILEC INDIAC. PROCON INSTRUMENTATION PVT. LTDD. BROTHER INTERNATIONALE. POWER SERVICESF. INSTALARM INSTRUMENTS PVT. LTD.15. INTRINSIC SAFETY BARRIERS & RECEIVER SWITCHESA. MTLB. R. STAHLC. PEPPERL + FUCHSMH2145-C000-PS-RFQ-0020Page 243 of 334


16. SOLENOID VALVESA. AVCON CONTROLS PVT LTD,B. ROTEX MFRS. & ENGRS. PVT. LTD.,C. ASCOD. MAXSEAL USA.E. SKINNER USA.F. VERSA BV, NETHERLAND17. CONTROL VALVES- BODY TYPE GLOBE AND ANGLEA. SAMSON CONTROLS PVT. LTD.B. FISHER XOMOX LTD.,C. INSTRUMENTATION LIMITED, (PALGHAT)D. MIL CONTROL LTD.E. DRESSER VALVE INDIA PVT. LTD.F. KENT INTROL, UK.G. KOSO18. ON-OFF VALVES(BALL VALVES)A. VIRGO ENGINEERS PVT. LTD.B. NUOVO PIGNONE SPA.C. TYCO VALVES AND CONTROLLS INDIA PVT. LTD.D. KITAMURA VALVE MRG. CO. LTD. JAPANE. DRESSER ITALLIA, ITALYF. AUDCO, INDIA19. PROGRAMMABLE LOGIC CONTROLLER (PLC SUBSYSTEM)A. YOKOGAWA INDIAB. ALLEN BRADLEYC. GE FANNUC SYSTEMS PVT LTD.D. SIEMENSE. CEGELECF. HONEYWELLG. M/S ROCKWELL AUTOMATION20. JUNCTION BOXES & CABLE GLANDSA. FLEXPRO ELECTRICALS PVT. LTDB. BALIGA LIGHTING EQUIPMENT LTD.C. EX PROTECTAD. FLAMEPROOF CONTROL GEARSE. FCG FLAMEPROOF CONTROL GEARS PVT. LTDF. SUDHIR SWITCHGEARS PVT. LTD21. CABLES (ALARM, SIGNAL, CONTROL & THERMO COUPLE EXTN CABLES)A. M/S POLYCAB WIRES PVT. LTDB. ASSOCIATED CABLES PVT. LIMITEDC. ASSOCIATED FLEXIBLES & WIRES (P) LTD.D. UNIVERSAL CABLES LTD.E. BROOKS CABLES WORKS.F. DELTON CABLES LTDG. CORD CABLES INDUSTRIES LTD.Page 244 of 334MH2145-C000-PS-RFQ-0020


H. KEI INDUSTRIES LTD.I. CMI LIMITEDJ. THERMOPADS PVT LTD.K. UDEY PYROCABLES PVT. LTD22. INSTRUMENT AND COMMUNICATION CABLESA. ASSOCIATED CABLES (P) LIMITEDB. ASSOCIATED FLEXIBLE AND WIRES (P) LIMITEDC. UNIVERSAL CABLESD. UDAY PYRO CABLE PVT. LIMITEDF. BROOKS CABLE WORKSE. INCAB INDUSTRIES LIMITEDF. TORRENT CABLESG. KEI INDUSTRIESH. CMI LIMITEDI. DELTON CABLES LTDJ. VINDHYA TELELINKS LTD.K. ELKAY TELELINKS LTD.M. CORD CABLES23. INSTRUMENT FITTINGS (SS – TUBE AND TUBE FITTING)A. SWAGELOCKB. ASTECC. PARKERD. HEAVY METALS & TUBES LIMITED (MEHSANA)E. RATNAMANI METALS & TUBES LTDF. SANDVIK ASIA LIMITED24. MACHINE MONITORING SYSEMA. BENTLY NEWADA SALES & SERVIES (P) LTD, USA25. INSTRUMENT VALVES & MANIFOLDSA. ASTEC VALVES & FITTINGS PVT. LTD.B. CHEMTROLS ENGINEERING LTD.C. EXCEL HYDRO PNEUMATICS PVT LTD.D. EXCELSIOR ENGG. WORKS(SIZE 0.5”’ VALVE BODY TYPE:NEEDLE(SS,MONEL), BALL (C.S.), MANIFOLD TYPE 2,3 AND 5 VALVES MATERIAL SS ANDMONEL)E. HYD-AIR ENGG. WORKS LONAVLAF. MICRO PRECISION PRODUCTS PVT LTDG. PRECISION ENGINEERING INDUSTRIES (BALLVALVE, NEEDLE VALVE, MANIFOLDTYPE 2,3 AND 5 WAYS)H. PRIME ENGINEERS(VALVE SIZE UPTO 1”, MATERIAL SS.MONEL, MANIFOLDS 2,3,5WAY)I. SWASTIK ENGINEERING WORKSJ. TECHNOMATIC (INDIA) PVT LTD.ROTATING EQUIPMENT / PACKAGESPage 245 of 334MH2145-C000-PS-RFQ-0020


1. CENTRIFUGAL PUMPS VERTICAL – GENERAL PROCESS SERVICEA. BHARAT PUMPS & COMPRESSORSB. KIRLOSKAR EBARA PUMPS LTDC. KSB PUMPS LTDD. SULZER PUMPSE. FLOWSERVE INDIA CONTROL PVT LTD2. RECIPROCATING / METERING PUMPS – CONTROLLED <strong>VOL</strong>UMEA MILTON ROY INDIA PVT LTDB SHAPO TOOLSC SWELLORE ENGG (P) LTDD V K PUMPS INDUSTRIES3. AIR CONDITIONING SYSTEM (HVAC)A BALTIBOI & CO. LTDB BLUE STAR LTDC <strong>VOL</strong>TAS LIMITEDD. ETA4. EOT CRANE (HAZARDOUS AREA)A EDDY CRANES ENGRS (P) LTDB FURNACE AND FOUNDRY EQUIPMENT LTDC MEEKA MACHINERY PVT LTD.5. CHAIN PULLEY BLOCKA. HERCULES HOISTS LTD.B. LIFTING EQPTS & ACCESSORIESC. R.D VERMA & CO.D. TRACTEL TIRFOR (I) PVT LTDE. W.H.BRADY & CO LTDPIPING:1. FASTENERSA. AEP COMPANYB. BOLTMASTER INDIA PVT LTDC. DEEPAK FASTENERS LIMITEDD. FASTENERS & ALLIED PRODUCTS PVT LTD.E. HARDWIN FASTENERS PVT LTD.F. J.J.INDUSTRIESG. MULTI FASTENERS PVT LTDH. NEXO INDUSTRIESI. OME METALLURGICA ERBESE S.r.l.J. PACIFIC FORGING & FASTENERS PVT LTDK. PIONEER NUTS & BOLTS PVT LTDL. PRECISION AUTO ENGINEERSM. PRECISION ENGG. INDUSTRIESN. PRESIDENT ENGINEERING WORKSO. INDUSTRIAL E NGINEERING CORTPORATIONP. SYNDICATE ENGINEERING WORKSPage 246 of 334MH2145-C000-PS-RFQ-0020


2. FITTING BLOCK FORGED- CARBON STEELA. CSA FITTINGSB. EBY FASTENERSC. LEADER VALVES LTDD. M.S. FITTINGS MFG. CO PVT LTDE. R.N.GUPTA & CO. LTDF. SAWAN ENGINEERS PVT LTD.3. FITTINGS FROM SEAMLESS PIPE-CARBON STEELA. CSA FITTINGSB. DEE DEVELOPMENT ENGINEERS LIMITEDC. EBY INDUSTRIESD. EFTEN ENGINEERING PVT. LTD.E GUJRAT INFRAPIPES PVT. LIMITEDF. M.S. FITTINGS MFG. CO PVT LTDG. SIDHARTH & GAUTAM ENGINEERSH. TEEKAY TUBES PVT LTDI. TUBE PRODUCTS INCORPORATEJ. SAWAN ENGINEERS PVT LTD.4. FLANGE- CARBON STEELA ABASI ENGINEERING WORKSB BRITEX ENGINEERING WORKSC CD ENGINEERING CO.D CD INDUSTRIES (GHAZIABAD)E CHAUDHRY HAMMER WORKS LTDF ECHJAY INDUSTRIES PVT LTD. (RAJKOT)G GOLDEN IRON & STEEL WORKSH J K FORGINGSI JAV FORGINGS (P) LTDJ KUNJ FORGINGS PVT LTDK M.S. FITTINGS MFG. CO PVT LTDL METAL FORGINGS PVT LTDM PRADEEP METAL LIMITEDN R.N.GUPTA & CO. LTDO R.P.ENGINEERING PVT LTDP SHAH INDUSTRIAL & COMML CORPORATIONQ SHREE GANESH FORGINGS LTDR UMA SHANKAR KHANDELWAL & COS SAWAN ENGINEERS PVT LTD.T ECHJAY FORGINGS PVT LTD.5. GASKET SPIRAL WOUNDA. GASKET INDIA PRIVATE LTD.B. GOODRICH GASKETS PVT LTDC. IGP ENGINEERS PVT. LIMITEDD. MADRAS INDUSTRIAL PRODUCTSE. STARFLEX SEALING INDIA PVT LTDF. TEEKAY METAFLEX PVT LTD.Page 247 of 334MH2145-C000-PS-RFQ-0020


G. UNIQUE INDUSTRIAL PACKINGSH. VIRCAP SEALINGTECH PVT LTD.6. GASKET METALLIC & SOFT IRONA. IGP ENGINEERS PVT LTD.B. MADRAS INDUSTRIAL PRODUCTS.C. MICRO PRECISION PRODUCTS PVT LTD7. HOSE- RUBBER (STEAM/GAS/AIR/WATER/CHEM.)A. GAYTRI INDUSTRIAL CORPORATIONB. SONI RUBBER PRODUCTS LTDC. SRIDHAR RUBBER PRODUCTS PVT LTD8. PIPE-CARBON STEEL TO INDIAN STANDARDSA. ADVANCE STEEL TUBE LTDB. ASIAN MILLS PVT LTDC. GOODLUCK STEEL TUBES LTD.D INDUS TUBE LIMITEDE. JINDAL PIPES LTDF. JINDAL SAW LTD (KOSI WORKS)G. LALIT PROFILES & STEEL INDUSTRIES LTDH. MAHARASHTRA SEAMLESS LTDI. MAN INDUSTRIES (I) LTDJ. MUKAT PIPES LTDK. MUKAT TANKS & VESSELS LTD.L. NORTH EASTERN TUBES LIMITEDM. PRATIBHA PIPES &STRUCTURAL PVT LTDN. PSL LIMITED (NANI CHIRAI)O. PSL LIMITED- (CHENNAI)P. RAMA STEEL TUBES LTDQ. RATNAMANI METALS & TUBES LTDR. RATNAMANI METALS & TUBES LTDS. SRI SARBATI STEEL TUUBES LTDT. STEEL AUTHORITY OF INDIA LTDU. SURINDRA ENGINEERING CO LTD (RAJPURA)V. SURINDRA ENGINEERING CO LTD (MUMBAI)W. SURYA ROSHNI LTDX. SWASTIK PIPES LTDY. THE TATA IRON & STEEL CO LTDZ. UTKARSH TUBES PVT. L TD. ( FORMERLY BMW)AA. WELSPUN GUJARAT STAH ROHREN LTD9. PIPE-CARBON STEEL (SEAMLESS) TO ASTM STANDARDSA. BHEL (TRICHY)B. HEAVY METALS & TUBES LIMITED (MEHSANA)C. INDIAN SEAMLESS METAL TUBES LTD-AHMEDNGRD. INDIAN SEAMLESS METAL TUBES LTD-BARAMATIE. JINDAL SAW LTD (NASHIK WORKS)F. MAHALAXMI SEAMLESS LIMITEDG. MAHARASHTRA SEAMLESS LTD.Page 248 of 334MH2145-C000-PS-RFQ-0020


H. SAINEST TUBES PVT LTD.I. WUXI ERQUAN SPECIAL STEEL TUBE CO. LTD., P.R.CHINA10. PIPES & TUBULARS TO A.P.I. STANDARDSA. BHEL (TRICHY)B. INDIAN SEAMLESS METAL TUBES LTD-AHMEDNAGARC. INDIAN SEAMLESS METAL TUBES LTD-BARAMATID. JINDAL PIPES LTDE. SAW PIPES LTD (KOSI WORKS)F. JINDAL SAW LTD (NASHIK WORKS)G. LALIT PROFILES & STEEL INDUSTRIES LTDH. LLOYDS METALS & ENGINEERS LTDI. MAHARASHTRA SEAMLESS LTD.J. MAN INDUSTRIES (I) LTD.K. MUKAT TANKS & VESSELS LTD.L. RATNAMANI METALS & TUBES LTD.M. STEEL AUTHORITY OF INDIA LTD. (EXCLUDING ERW AND SPIRAL SAW PIPESN. SURINDRA ENGINEERING CO LTD-(MUMBAI)O. SURYA ROSHNI LTD., INDIAP. WELSPUN GUJARAT STAHL ROHREN LTD.11. SPRING SUPPORTSA. PIPE SUPPORTS INDIA PVT LTDB. PIPING & ENERGY PRODUCTS ( P ) LTDC. SARATHI ENGG ENTERPRISESD. SPRING SUPPORTS MFG CO12. STRAINERS (FAB/CAST/FORGED)A. BOMBAY CHEMICAL EQUIPMENTSB. FILTERATION ENGINEERS (I) PVT. LTD.C. GRAND PRIX FAB.(P) LTD(FORMLY A.G.STEEL)D. GUJARAT OTOFILTE. MULTITEX FILTRATION ENGINEERS LTD.F. SPIRAX MARSHALL LIMITEDG VARALL ENGINEERS13. PIPELINE BALL VALVE (API-6D)A. DRESSER ITALIA SRL, ITALYB. FRANZ SCHUCK GMBH (FORMERLY BORSIG), GERMANYC. ITAG, GERMANYD. KITAMURA VALVE MANUFACTURING CO. LTD., INDIAE. LARSEN & TOUBRO LTD., INDIAF. MICROFINISH VALVES LIMITED, INDIAG. OMS SALERI, ITALYH. PCC BALL VALVES SRL, ITALYI. PERAR S.P.A. (ENQ. TO T.R.P. SRL), ITALYJ. PETROL VALVES SRL, ITALYPage 249 of 334MH2145-C000-PS-RFQ-0020


K. TORMENE GAS TECHNOLOGY SPA, ITALYL. VIRGO ENGINEERS LIMITED, INDIAM. WEIR VALVES & CONTROLS UK LTD., UAE14. VALVE BALL NON FIRE SAFE-CSSA. BELGAUM AQUA VALVES PVT. LTD.B. FLOW CHEM INDUSTRIESC. LARSEN & TOUBRO LTDD. LEADER VALVES LTDE. MEVADA ENGG.WORKSF. MICROFINISH VALVES PVT LIMITEDG. OSWAL INDUSTRIES LTDH. REYNOLD VALVES LTDI. VIRGO ENGINEERS LIMITED15. VALVE BALL NON FIRE SAFE-FCSA. BELGAUM AQUA VALVES PVT. LTD.B. FLOW CHEM INDUSTRIESC. LEADER VALVES LTDD. MEVADA ENGG.WORKSE. MICROFINISH VALVES PVT LIMITED16. VALVE BUTTERFLY – CSA. ADVANCE VALVES PVT LTDB. BDK PROCESS CONTROLS PVT LTDC. CRANE PROCESS FLOW TECHNOLOGIES IND. LTDD. FOURESS ENGG.(INDIA) LTD.(BLR.WORK )E. INSTRUMENTATION LTD. (PALGHAT)F. INTERVALVE (INDIA) LTD.G. LARSEN & TOUBRO LTDH. LEADER VALVES LTDI . TYCO VALVES & CONTROLS INDIA PVT LTDJ. VALFLO PVT LIMITED17. VALVE CHECK CASTA. ADVANCE VALVES PVT LTDB. BDK ENGINEERING INDUSTRIES LTDC. BHEL (TRICHY)D. ECONO VALVES PVT. LTD.E. FOURESS ENGG (I) LTD. (AURANGABAD)F. KSB PUMPS LTD (COIMBATTORE)G. LARSEN & TOUBRO LTDH. NITON VALVE INDUSTRIES PRIVATE LTD .I. NSSL LTD. (NECO SCHUBERT & SALZER LTD)J. OSWAL INDUSTRIES LTDK. PANCHVATI VALVES & FLANGES PVT LTDL. PETROCHEMICAL ENGINEERING ENTERPRISESM. SAKHI ENGINEERS PVT. LTD.N. SHALIMAR VALVES PVT LTDMH2145-C000-PS-RFQ-0020Page 250 of 334


O. STEEL STRONG VALVES INDIA PVT LTD18. VALVE GATE CASTA. BDK ENGINEERING INDUSTRIES LTDB. BHEL (TRICHY)C. ECONO VALVES PVT. LTD.D. FOURESS ENGG (I) LTD. (AURANGABAD)E. KSB PUMPS LTD (COIMBATTORE)F. LARSEN & TOUBRO LTDG. LEADER VALVES LTDH. NITON VALVE INDUSTRIES PRIVATE LTDI. NSSL LTD. (NECO SCHUBERT & SALZER LTD)J. OSWAL INDUSTRIES LTDK. PANCHVATI VALVES & FLANGES PVT LTDL. PETROCHEMICAL ENGINEERING ENTERPRISESM. SAKHI ENGINEERS PVT. LTDN. SHALIMAR VALVES PVT LTDO. STEEL STRONG VALVES INDIA PVT LTD19. VALVE GATE FORGEDA. ASSOCIATED TOOLINGS INDIA PVT LTDB. AUTOCAP INDUSTRIESC. BDK ENGINEERING INDUSTRIES LTDD. BHEL (TRICHY)E. ECONO VALVES PVT. LTD.F. FOURESS ENGG (I) LTD. (AURANGABAD)G. KSB PUMPS LTD (COIMBATTORE)H. LARSEN & TOUBRO LTDI. LEADER VALVES LTDJ. NITON VALVE INDUSTRIES PRIVATE LTDK. OSWAL INDUSTRIES LTDL. PANCHVATI VALVES & FLANGES PVT LTDM. PETROCHEMICAL ENGINEERING ENTERPRISESN. STEEL STRONG VALVES INDIA PVT LTD20. VALVE GLOBE CASTA. BDK ENGINEERING INDUSTRIES LTDB. BHEL (TRICHY)C. ECONO VALVES PVT. LTD.D. FOURESS ENGG (I) LTD. (AURANGABAD)E. KSB PUMPS LTD (COIMBATTORE)F. LARSEN & TOUBRO LTDG. LEADER VALVES LTDH. NITON VALVE INDUSTRIES PRIVATE LTD .I. NSSL LTD. (NECO SCHUBERT & SALZER LTD)J. OSWAL INDUSTRIES LTDK. PANCHVATI VALVES & FLANGES PVT LTDL. PETROCHEMICAL ENGINEERING ENTERPRISESM. SAKHI ENGINEERS PVT. LTD.N. SHALIMAR VALVES PVT LTDO. STEEL STRONG VALVES INDIA PVT LTDPage 251 of 334MH2145-C000-PS-RFQ-0020


21. VALVE GLOBE FORGEDA. ASSOCIATED TOOLINGS INDIA PVT LTDB. AUTOCAP INDUSTRIESC. BDK ENGINEERING INDUSTRIES LTDD. BHEL (TRICHY)E. ECONO VALVES PVT. LTD.F. FOURESS ENGG (I) LTD. (AURANGABAD)G. KSB PUMPS LTD (COIMBATTORE)E. LARSEN & TOUBRO LTDF. LEADER VALVES LTDG. NITON VALVE INDUSTRIES PRIVATE LTD .H. OSWAL INDUSTRIES LTDI. PANCHVATI VALVES & FLANGES PVT LTDJ. PETROCHEMICAL ENGINEERING ENTERPRISESK. SEMPELL VALVES PVT LTDL. STEEL STRONG VALVES INDIA PVT LTDM. M.H VALVES PVT LTD22. PLUG VALVEA. SCRCK AUDCO (U.K)B. LARSEN & TOUBRO LTD.23. PRESSURE VESSEL -CSA. ALSTOM PROJECTS INDIA LIMITEDB. BHEL (HARIDWAR)C. BHEL (TRICHY)D. BHEL(BHOPAL)E. BHPVF BUILDWORTH LIMITEDG. EXPO GAS CONTAINERS LTD.H. GANSONS LTD.I. GEECY ENGINEERING PVT LTDJ. GMM PFAUDLER LTDK. GODREJ & BOYCE MFG. CO. LTD.L. GR ENGINEERNGG WORKS LTD (TARAPORE)M. GRASIM INDUSTRIESN. HINDUSTAN DORR-OLIVER LTDO. INDCON PROJECTS & EQUIPMENTS LTDP. INDIA TUBE MILLS & METAL IND LTDQ. INDUS PROJECTS LIMITEDR. INDUSTRIAL MANUFACTURERSS. ISGEC (A UNIT OF SARASWATI INDL.SYND.)T. KCP LIMITEDU. LARSEN & TOUBRO LTDV. LARSEN & TOUBRO LTD (HAZIRA WORKS)W. LARSEN & TOUBRO LTD (RANOLI WORKS)X. LLOYDS STEEL INDUSTRIES LTD.Y. NILE LIMITEDZ. PHILS HEAVY ENGINEERING PVT LIMITEDAA. PRECISION EQUIPMENTS (CHENNAI) PVT LTDPage 252 of 334MH2145-C000-PS-RFQ-0020


AB. RAJ ENGINEERING COMPANYAC. SAURASHTRA ENGINEERING CORPN. PVT LTDAD. TECHNO PROCESS EQUIPMENTS (INDIA) LTDAE. UNIVERSAL HEAT EXCHANGERS LTDAF. V H ENGINEERSAG. VIJAY TANKS & VESSELS LTDAH. WALCHANDNAGAR INDUSTRIES LTD24. INSULATION JOINTA. IGP ENGG PVT LTDB. ALFA ENGG SRLC. ZUNT ITALIANAD. NUOVA GIUNGAS SRLE. VEEKAY VIKRAM25. BAR TEEA. IBF SPAB. MULTITEX FILTRATION ENGINEERS LTDC. PIPELINE ENGINEERINGD. TUBE PRODUCT,BARODAE. TECHNOFORGE SPAF. VEEKAY VIKRAM26. LONG RADIUS BENDSA. JINDAL SAW PIPES LTDB. PSL LIMITEDC. BHEL27. CORROSION INHIBITORA. CHEM TREAT INDIA PVT. LTD.,B. RENCAL CHEMICAL, NEW MUMBAI.C. ION EXCHANGE INDIA LTD.D. ONDEO-NALCO, KOLKATA.E. NAVDEEP CHEMICALS, MUMBAIF. DORF KETAL CHEMICALS, MUMBAIELECTRICAL1. CABLES-MEDIUM <strong>VOL</strong>TAGE- POWER - XLPEA. NICOO CORPORATION LTDB CCIC. FINOLEX CABLESD. GEMSCAB IND LTDE. INDUSTRIAL CABLES (I) LTD.F. KEI IND. LTD/ NICCO CORP.LTDG. POLYCAB WIRES LTD.I. RPG CABLES LTD.J. RAVIN CABLES LTD.K. TORRENT CABLES LTDL. UNIVERSAL CABLES LTD.Page 253 of 334MH2145-C000-PS-RFQ-0020


2. CABLES-CONTROL - PVCA. CCIB. FINOLEX CABLESC. GEMSCAB IND LTDD. KEI IND. LTDE. NICCO CORP.F. POLYCAB WIRES LTD.G. RPG CABLES LTD.H. RAVIN CABLES LTD.I. TORRENT CABLES LTDJ. UNIVERSAL CABLES LTD.3. CABLE TERMINATION & JOINTING KITA. MAHINDRA ENGG. & CHEMICAL PRODUCTS LTD.B. RAYCHEM RPG LIMITEDC. REPL ENGINEERING LIMITEDD. YAMUNA GASES & CHEMICAL LTD.4. LIGHTING FIXTURES FOR NON HAZARDOUS AREAA. BAJAJB. CROMPTONC. PHILIPSD. WIPROE. GE LIGHTING5. LIGHTING FIXTURES FOR HAZARDOUS AREAA. BAJAJB. CROMPTONC. FLAMEPROOF CONTROL GEARS PRIVATE LTD.D. FLAMEPROOF EQPT.PRIVATE LIMITED.E. SUDHIR SWITCHGEAR PRIVATE LTD.F. BALIGA LIGHTING EQUIPMENT LTD.6. CABLE GLANDS FOR HAZARDOUS AREAA. BALIGA LIGHTING EQUIPMENT LTD.B. COMET BRASS PRODUCTSC. FLEXPROD. FLAMEPROOF EQUIPMENTE. FCG POWER INDUSTRIES PVT LTDF. FCG FLAMEPROOF CONTROL GEARS PVT LTDG. SUDHIR SWITCHGEARS PVT.LTDH. COMET INDUSTRIES7. PROTECTION RELAY (NUMERICAL TYPE)A. AREVAB. ABBC. SIEMENS8. AUXILIARY RELAYA. AREVAMH2145-C000-PS-RFQ-0020Page 254 of 334


B. ABB9. CONTROL SWITCHES/SELECTOR SWITCHESA. AREVAB. L & TC. SIEMENSD. SWITRONE. KAYCEE10. ELCB/MCBSA. DATAR SWITCHGEARB. HAVELLS INDIAC. INDO ASIAN FUSEGEARD. STANDARD ELECTRICALSE. LEGRAND INDIA PVT LTD11. MCCBSA. L&TB. SCHNEIDER ELECTRIC /MERLIN GERINC. SIEMENSD. ABB12. FUSESA. L&TB. SIEMENS13. TIMERSA. BHARTIA CUTLER HAMMER IND.B. L & TC. CONCORD CONTROLSD. ELECTRONIC AUTOMATION PVT. LTD.E. SIEMENS14. METERSA. AUTOMATIC ELECTRICB. MECO INSTRUMENTSC. RISHAB INSTRUMENTS15. PUSH BUTTONS /LED & INDICATING LAMPA. L&TB. SIEMENSC. TECKNICD. BHARAT CUTLER HAMMERE. CONCORD CONTROLSF. CONTROL & SWITCHGEARS16. CONTACTORSA. L&TB. SIEMENSC. GE POWER CONTROLD. SCHNEIDER ELECTRICMH2145-C000-PS-RFQ-0020Page 255 of 334


E. BHARTIA CUTLER HAMMER.F. CONTROLS & SWITCHGEARG. ABB17. BIMETAL OVERLOAD RELAYSA. L&TB. SIEMENSC. BHARTIA CUTLER HAMMER.D. CONTROLS & SWITCHGEARE. ABB18. CT/PT-MEDIUM <strong>VOL</strong>TAGEA. CONTROLS & SWITCHGEARB. GILBERT & MAXWELLC. KAPPA ELECTRICALSD. L&TE. PRAGATI ELECTRICALSF. PRECISE ELECTRICALSG. SILKAANS ELECTRICALSH. INDCOIL19. FUSE SWITCH COMBINATIONA. ABBB. CONTROL & SWITCHGEARC. L&TD. SIEMENSE. SCHNEIDER ELECTRIC20. HEAVY DUTY SWITCHESA. L&TB. SIEMENSC. SCHNEIDER ELECTRICD. CONTROL & SWITCHGEAR21. MOTOR-INDUCTION-MV (INDUSTRIAL TYPE SAFE AREA)A. ABBB CGLC. KIRLOSKAR ELECTRICD. SIEMENSE. BHARAT BIJILEEF. ALSTOM/MARATHON22. LDB/PDBA. L&TB. LEGRANDC. HAVELLS INDIAD. SIEMENSE. CRAB TREE23. CONDUITA. PRECISIONMH2145-C000-PS-RFQ-0020Page 256 of 334


B. VIMCOC. BEC24. DECORATIVE LIGHTING SWITCHES/SOCKETA. CRABTREEB. LEGRANDC. CLIPSALD. MK25. LIGHTING WIRES FIRE RETARDANT TYPEA. FINOLEXB. POLYCABC. HAVELLSD. RALLISON26. EXHAUST FANA. CROMPTON GREAVESB. GENERAL ELECTRIC27. INDUSTRIAL RECEPTACLEA ANCHORB. LEGRANDC. HAVELLS28. FLUSH BOXESA. LEGRANDB. CRABTREEC. CLIPSAL29. CEILING FANA. CROMPTON GREAVESB. USHAC. ORIENTD. POLAR30. FLAMEPROOF CEILING/ EXHAUST FANA. FLAMEPROOF EQUIPMENTS PVT LTDB. FLAMEPROOF CONTROL GEARS31. CP SYSTEMA. CORRTECH INTERNATIONAL PVT. LTD.B. CORROSION CONTROL SERVICES PVT. LTD.C. RAYCHEM RPG LTD.D. CONSULTECH CATHODIC PROTECTION ENGRS & INDIA CONSULTANTS32. TRANSFORMER – RECTIFIER UNIT FOR CP SYSTEMA. CANARA ELECTRIC CONTROLSB. ADVANCE ELECTRONICSPage 257 of 334MH2145-C000-PS-RFQ-0020


33. PERMANENT REFERENCE ELECTRODESA. HARCO (USA)B. BORIN MANUFACTURER (USA)C. M.C MILLER (USA)34. HEAT SHRINK CAP FOR ANODE TO CABLE JOINTA. BERRYPLASTIC (USA)B. RAYCHEM (USA)35. PORTABLE HALF CELL REFERENCE ELECTRODES FOR OPERATION ANDMAINTAINANCE:-Portable copper/copper Sulphate type having PVC Sch. 40 Body, Transparent window andthreaded ceramic porous plug.A. M.C MILLER (USA)B. TINKER RASORC. CORRTECH36. MMO WIRE ANODES FOR CP SYSTEMA. MACOR (USA)B. TYCP ADHESIVES (USA)37. CONDUCTIVE POLYMER ANODES FOR CP SYSTEMA. RAYCHEM (USA)38. MMO COATED TITANIUM ANODES FOR CP SYSTEMA. TITANOR COMPONENTS,GOAB. ORANZIO DE NORA (ITALY)C. MAGNETOCHEMIE (NETHERLAND)D. ACTEL LIMITED (UK)E. ELETECH SYSTEMS CORPORATION (USA)F. CERANODE TECHNOLOGIES (USA)CIVIL1. CEMENTA. ACC Ltd.B. ULTRA TECH CEMENT LTD.C. AMBUJA CEMENTS LTD.D. VASVADATTA CEMENT.2. REINFORCEMENT STEELA. STEEL AUTHORITY OF INDIA LTD.B. RINL (VISAKH STEEL)C. TATA IRON & STEEL CO. LTD.D. JINDAL STEEL LIMITED.E. ESSAR STEEL LTD.F. WELSPUN GUJARAT STAHL ROHREN LTD.MH2145-C000-PS-RFQ-0020Page 258 of 334


3. STRUCTURAL STEEL & MS PLATESA. STEEL AUTHORITY OF INDIA LTD.B. TATA IRON & STEEL CO LTD.C. JINDAL STEEL LIMITED.D. ESSAR STEEL LTD.E. ISPAT INDUSTRIES.4. PAINTSA. ASIAN PAINTSB. SHALIMAR PAINTSC. ICI PAINTSD. KANSAI NEROLAC PAINTS LTD.E. BERGER PAINTS INDIA LTD.F. ADVANCE PAINTS PVT LTD.G. JOTUN INDIA PVT LTD.5. FALSE FLOORINGA. USGB. BESTLOCK SYSTEMS AND CONCEPTS.6. FALSE CEILINGA. HUNTER DOUGHLAS(LUXALON)B. INTERACRCH BUILDING PRODUCTS (P) LTD.C. AJIT INDIA.D. INDIA GYPSUM LTD.E. BHARAT ALUMINIUM.7. CONSTRUCTION CHEMICALSA. FOSROCB. SIKAC. PIDILITE INDUSTRIES8. SANITARY FITTINGS(WC/WASH BASIN/ URINAL/ETC…)A. HINDUSTAN SANITARYWAREB. PARRYWARE SANITARYWAREC. NYCER CERAMICS9. GLASSA. ASAHI FLOAT GLASSB. SEJAL FLOAT GLASSC. ATUL GLASSD. TRIVENI GLASS10. ANCHOR FASTNERA. HILTI11 CERAMIC TILESA. SPARTEKMH2145-C000-PS-RFQ-0020Page 259 of 334


B. H & R JOHNSONC. BELL CERAMICSD. KAJARIAEGP WORKSA. T.D WILLIAMSONSB. VEEKAY VIKRAMTHIRD PARTY INSPECTION AGENCYA. LLOYDS REGISTER ASIA (LR ASIA)B. BUREAU VERITASC. DET NORSKE VERITASD. TUV – NORDE. CEILF. VELOSIHEALTH SAFETY ENVIRONMENT (HSE)1. FIRE FIGHTING EQUIPMENTA. ALERT FIRE SERVICES (DIV. OF TYCO ENGG.)B. ASCO STRUMECH PVT. LTD.C. BHARAT ENGG. WORKSD. BRIJBASI HITECH UDYOGE. KOOVERJI DEVSHI & CO PVT. LTD.F. NEWAGE INDUSTRIESG. NITIN FIRE PROTECTION INDUSTRIES LTD.H. SAFEX FIRE SERVICESI. STEELAGE INDUSTRIES LTD. (MINMAX DIV.)J. SUPREMEX EQUIPMENTSK. VIJAY INDUSTRIES & PROJECTS LTD.L. VIMAL FIRE CONTROLS PVT. LTD.M. ZENITH FIRE SERVICES () PVT. LTD.NOTE:BIDDER TO FOLLOW THE ABOVE MENTIONED VENDOR LIST.FOR ITEMS NOT LISTED HERE OR IN CASE NONE OF THE ABOVE MAKES AREAVAILABLE, BIDDER MAY FOLLOW EQUIVALENT MAKES WITH PRIOR APPROVAL FROMWORLEYPARSONS / HPCL.IT WILL BE THE RESPONSIBILITY OF THE BIDDER TO PROVIDE ALL SUPPORTINGDOCUMENTS TO ESTABLISH THAT THE BRAND/MAKE OFFERED BY THEM ISEQUIVALENT TO THE SPECIFIED MAKE AND HPCL/WORLEYPARSONS DECISIONREGARDING APPROVAL OF EQUIVALENT MAKE SHALL BE FINAL AND BINDING.MH2145-C000-PS-RFQ-0020Page 260 of 334


GRIEVANCE REDRESSAL MECHANISM(APPENDIX-XIII TO SCC)MH2145-C000-PS-RFQ-0020Page 261 of 334


HINDUSTAN PETROLEUM CORPORATION LIMITEDPlease visit HPCL’s Website www.hindustanpetroleum.<strong>com</strong> for Grievance Redressal Mechanism.MH2145-C000-PS-RFQ-0020Page 262 of 334


LIST OF APPROVALS(APPENDIX-XIV TO SCC)MH2145-C000-PS-RFQ-0020Page 263 of 334


SR.No.A1234567BParticularsF13707 /C-2/NOC/3769/2012 -11/12/2012F13708/C-2/NOC/3760/2012 -11/12/2012F09127 C-4/NOC-669/12 -23/08/2012F09126 C-4/NOC-668/12 -23/08/2012F09123 C-4/NOC-671/12 -23/08/2012F09124 C-4/NOC-667/12 -23/08/2012F09125 C-4/NOC-670/12 -23/08/2012CommentsUttar Pradesh State Pollution Control Board1) Compliance report to be submitted upto 10th of every month.2) First take approval 2 months before intimation. Intimate 2months before start of week.3) Inspection before start of Transportation.4) Septic Tank, Soak Pit.5) MCE in a month report.6) Follow the P & N G rules.7) Fire Brigade readiness.8) River,road, canal,rail crossings by HDD.9) Restoration of land.10) Environmental rules to be followed.11) Copy of Central / GOI Environmental approval to be given.12) Gas Petroleum products not to be transported.13) Daily progress for application of all environmental rules.14) Residential ac<strong>com</strong>odation wherever constructed should havesoak pit / septic tank, etc.15) Green belt to be built. DG Set to have accoustic enclosure &suitable chimney be installed.1) Compliance report to be submitted upto 10th of every month.For transportation of petroleum products 2 months prior noticemust be given.2) Mock drill may be performed on regular basis.1) Exhaust of chimney at least 2 meter above the height point ofroof. DG set to be silent, no noise.2) Safety norms / incase of accidents reporting to be done toDMP.3) Actions to be taken to have the minimum loss to theproperties/assets/mankind.4) Environmental rules of 1986 to be followed.1) Mitigation of objections raised during public hearing on14.5.12 be carried in total.2) Readiness of Fire Brigade/Engines in suffient quantity bedone.1) DG Set may not be installed.Environmental friendly petroleumproducts be used. In unethical situation, gas generators beinstalled & approval be obtained.Rajasthan State Pollution Control BoardMH2145-C000-PS-RFQ-0020Page 264 of 334


1C2012-2013/SWMC/1634 -15/02/20131) 6.11.12 to 31.10.15 given as time period for <strong>com</strong>pletion.2) Capacity, mix change to be informed.3) Water Act & Air Act to be followed.4) That the sources of air emmissions are Capacity of DG Setdefined as 25KVA & Pollution Control Measures are Acousticenclosure, with adequate stack height for standard & prescribedparameters.5) That the Industry will <strong>com</strong>ply with the standards as prescribedvide MOEF notification No.GSR 826 (E) dated 16thNovember,2009 with respect to National Ambient Air QualityStandards.6) That no physical activity will be started till EnvironmentalClearance is obtained from the <strong>com</strong>petent authority. Further,the project proponents will <strong>com</strong>ply with all the conditions ofEnvironmental Clearance as & when granted.7) That no regular industrial effluent will be generated duringthe operation of the pipeline. The effluent generated duringhydro testing will be disposed in an environmentally soundmanner & as per the prescribed discharge standards.8) That D.G. Sets of 25 KVA proposed at the SV stations will beequipped with adequate stack height as per emissionsregulations & acoustic enclosure to <strong>com</strong>ply with noise standards.9) That this consent to establish is only for part of RKPL passingthrough district Alwar & 2 SV Stations & proposed to be locatedat Qutubpur & Sinsini.10) That not withstanding anything provided hereinabove, theState Board shall have power & reserves its right, as containedunder section 27(2) of the Water Act and under section 21(6) ofthe Air Act to review anyone or all the conditions imposed herein above & to make such variation as it deemed fit for thepurpose of <strong>com</strong>pliance of the Water Act & Air Act.11) That the grant of this Consent to Establish is issued from theenvironmental angle only, & does not absolve the projectproponent from the other statutory obligations prescribed underany other law or any other instrument in force. the sole &<strong>com</strong>plete responsibility, to <strong>com</strong>ply with the conditions laid downin all other laws for the time-being in force, rests with theindustry / unit / project proponent.12) That the grant of this Consent to Establish shall not , in anyway, adversely affect or jeopardize the legal proceedings, if any,instituted in the past or that could be instituted against you bythe State Board for violation of the provisions of the Act or theRules made thereunder.CCOEMH2145-C000-PS-RFQ-0020Page 265 of 334


1 RJ/15/568 (P5322) - 24/12/2012234P/HQ/GJ/15/4861 (P152221) -21/12/2012P/HQ/UP/15/818 (P8216) -2/2/2013P/HQ/HN/15/409 (P2966) -21/12/2012MH2145-C000-PS-RFQ-0020Completion of the work related to addition / alteration.1) 4 copies of each of the replica of the drawings approved asabove.2) Specimen signature(s) of the person(s) authorised to sign onthe correspondence addressed to this office.3) Original Licence along with approved plan attached to it.4) An application in Form IX duly filled in and signed.5) Requisite fees in shape of demand draft drawn on anyNationalised Bank in the favour of Chief Controller of ExplosivesPayable at Nagpur (M.S.).6) Safety and Tank Test Certificate required under rule 130 &126 of the Petroleum Rules 2002 issued by Competent Person.7) NOC from District Authority in case of increase in plot size.1) 4 copies of each of the replica of the drawings approved asabove.2) Specimen signature(s) of the person(s) authorised to sign onthe correspondence addressed to this office.3) Original Licence along with approved plan attached to it.4) An application in Form IX duly filled in and signed.5) Requisite fees in shape of demand draft drawn on anyNationalised Bank in the favour of Chief Controller of ExplosivesPayable at Nagpur (M.S.).6) Safety and Tank Test Certificate required under rule 130 &126 of the Petroleum Rules 2002 issued by Competent Person.7) NOC from District Authority in case of increase in plot size.1) 4 copies of each of the replica of the drawings approved asabove.2) Specimen signature(s) of the person(s) authorised to sign onthe correspondence addressed to this office.3) Original Licence along with approved plan attached to it.4) An application in Form IX duly filled in and signed.5) Requisite fees in shape of demand draft drawn on anyNationalised Bank in the favour of Chief Controller of ExplosivesPayable at Nagpur (M.S.).6) Safety and Tank Test Certificate required under rule 130 &126 of the Petroleum Rules 2002 issued by Competent Person.7) NOC from District Authority in case of increase in plot size.1) 4 copies of each of the replica of the drawings approved asabove.2) Specimen signature(s) of the person(s) authorised to sign onthe correspondence addressed to this office.3) Original Licence along with approved plan attached to it.4) An application in Form IX duly filled in and signed.5) Requisite fees in shape of demand draft drawn on anyNationalised Bank in the favour of Chief Controller of ExplosivesPayable at Nagpur (M.S.).6) Safety and Tank Test Certificate required under rule 130 &Page 266 of 334


126 of the Petroleum Rules 2002 issued by Competent Person.7) NOC from District Authority in case of increase in plot size.DE12Gazzet of India - Ministry OfEnvironment And Forests -14/09/2006GAIL/DBR/PL/Crossing/2012-13/02 - Uttar Pradesh -7/3/2013GAIL/Agra/HPCL/CrossingCh.344/2013 - 15/2/2013Gazette of India, Extraordinary, Part II, section 3, sub-section (ii)vide no. : S.O. 1324 (E) dated the 15th September, 2005 invitingobjections & suggestions from all persons likely to be affectedtherby within a period of 60 days from the date on which copiesof Gazette containing the said notification were made availableto the public.6 / 1 notification not yet published.Stages in the Prior Environmental Clearance (EC) Process forNew Project :-Stage (1) Screening (only for Category 'B' projects & activities)Stage (2) ScopingStage (3) Public ConsultationStage (4) Appraisal1) Final Environment Impact assessment Report [20(twenty)hard copies & 1(one) soft copy]2) A copy of the video tape or CD of the public hearingproceedings.3) A copy of final layout plan (20 copies).4) A copy of the project feasibility report (1 copy).GAIL (India) Limited1) Permission for crossing 18" HPCL P/L with GAIL's 18" & 24"P/L.MH2145-C000-PS-RFQ-0020Page 267 of 334


3NCR/GAS-O&M/DM(O&M)-152/2012/216 - 30/08/20121) One full-length pre tested pipe (approx. 12m) shall be insertedunder the existing GAIL pipeline so that no joint <strong>com</strong>es withinthe pipeline crossing. Any tie-in joints of the crossing shall be atmin 5 m distance on either ends from the center of the GAILpipeline.2) The clearance between M/s. HPCL's pipeline top surfaces toGAIL pipeline bottom surface shall not be less than 500 mm.3) A Concrete slab (PCC) M15 of 80 mm thickness as per 15456 /Plastic grating of 8 mm thickness shall be installed between thepipelines at a distance of 200 mm from the top of gas pipeline.4) Maximum over hang length of GAIL pipeline shall not exceed8.0 meters during construction of crossing.5) Since impressed cunent cathodic protection (CP) system cancause stray current interference on adjacent pipeline dependingupon the location of the ground bed, the exact location ofpipeline and operating characteristics of CP system, a <strong>com</strong>montest lead point with the facility of PSP monitoring of GAIL andother pipeline shall be provided by lWs Hindustan PetroleumCorporation Limited and study should be conducted for theeffect of the stray potential of otler pipeline with or without theCP system.6) Any CP system introduced by IWs Hindustan PetroleumCorporation Limited for protection of their pipeline under GAILROU shall be approved by GAIL and such that it shall not causeany interference to existing CP system of GAIL and shall notdrain the current from GAIL CP system. A joint survey forinterference shall be conducted after installation of CP system asper standard practices and in case of any interference M/sHindustan Petroleum Corporation Limited shall take measure tomitigate the same on their own cost up to the satisfaction ofGAIL. Method of mitigation e.g. bonding, electrical shield,galvanic anode etc. shall be examined and approved by GAIL. Alltesting and study cost shall be borne by M/s HindustanPetroleum Corporation Limited.MH2145-C000-PS-RFQ-0020Page 268 of 334


4F1GAIL/JLPL/686/PL/CrossingPermission/2011-12 -13/06/2011A) SECURITY DEPOSIT & AGREEMENT1) An agreement on a non-judicial stamp paper of Rs.100/- shallbe executed / signed by the authorized representative of boththe parties. (As per Performa attached as Annexure).2) M/s. HPCL, Delhi shall make a refundable interest free depositof Rs. 2.0 Lacs per crossing in advance towards security of GAILpipeline, which will be refunded after <strong>com</strong>pletion of the workpertaining to crossing, CP interference survey, mitigationmeasures & submitting all required document to the satisfactionof GAIL after deduction supervision charges & cost of repair withoverhead or any other charges if applicable for non <strong>com</strong>plianceOR Undertaking signed by authorized signatory (which is alreadysubmitted).3) Supervision charges (non refundable) shall be given belowtowards the administrative and manpower cost for initialexecution as well as subsequent maintenance activities involvingexcavation in each case.4) A lump sum of Rs. 35,000/- per crossing shall be giventowards the administrative & manpower costs (Alreadysubmitted), if the crossing is executed within 3 days. There shallbe additional charges of Rs. 8200/- per day if the executionextends beyond 3 days, till <strong>com</strong>pletion of the crossing whichshall include restoration of pipeline crossing site. Time period forthis purpose shall be calculated from the date of starting ofexcavation in GAIL ROU to final restoration as before.5) Supervision charges for subsequent maintenance activity, ifany, shall be of Rs. 8200/- per day lump sum.6) After <strong>com</strong>pletion of the job, a jointly signed <strong>com</strong>pletion lettercum report shall be submitted by HPCL to our office along withthe detailed drawing etc.National Highways Authority of India - Ministry of Road Transport & Highways13055/NHAI/PIU/KNP/IIA/24322- 6/2/20131) The crossing of NH is to be done through trenchlesstechnology (HDD) as per agreed specifications.2) The pipeline shall be laid at a depth of 1.5 m below lowestground level. Thus, it shall be at least 3 m below road level at thespot as per IRC 98-1997.3) Open trench for HDD shall be away from ROW of 6 lane by 1.5m on either side. Thus ROW shall not be disturbed. As per therecords, the ROW width from centre line of the road at km.449.100 is 21.7 on LHS & 26.7 on RHS.MH2145-C000-PS-RFQ-0020Page 269 of 334


2 34091/05/12-IA/728 - 3/5/2012G12H12HPCL/RKPL/UPSIDC/01 -13/03/2012225/SIDC/CD-5/Payment File -30/07/20128V/UP/09/121/2012/FC/1459 -11/3/2013F.No. J-11011/239/2010 -IA II (I)- (I.A. Division) - 19/03/20131) That in case of any burst or leak of Petroleum product pipelinethe Licensee / Licensees shall bear the entire cost of restorationof damage caused to the road.2) That the Licensee shall install permanent pipeline markers &warning signs at crossing location to identify the crossinglocation & demarcation of ROU as set forth in API RP 1109 &approved by the Licensor.3) Manual Test Stations shall be installed at crossing locationwith a facility for bonding as well as measurement of PSP of boththe pipeline with access to the Licensor & the Licensee. PSPmeasurement of both the pipelines shall be taken as perStandard & if any abnormal reading is observed, immediateremedial action shall be taken by the Licensor & the Licenseeunder intimation to each other.UPSIDC Limited1) The carrier pipe will be of 18" OD, Carbon steel confirming toAPI 5L specification based on final design.2) The pipeline will be laid at a depth of 1.2 m (minimum) fromthe existing Ground level.3) During the execution of the work, proper safety precautionwill be ensured.4) All terms conditions mutually agreed with UPSIDC will beadhered while execution of the work.Ministry Of Environment And Forests1) Depositing cost for planting 7950 trees & maintenance for 10years to be deposited.2) Deposition of surplus sand be done properly.IYamuna Expressway Industrial Development Authority1 624/YEA/590/OSD - 16/08/20111) No working area shall be permitted within Right of Way(ROW) and pipeline shall be laid below <strong>com</strong>plete ROW.2) The depth of pipeline i.e. 1.2m below the Natural GroundLevel (NGL) shall not disturb the embankment of amunaExpressway whilw drilling to be carried out for laying of Pipeline.3) No vent / opening shall be permitted within ROW.4) M/s. HPCL shall inform the officers of M/s. Jaypee Infratech &Yamuna Expressway Authority officers before <strong>com</strong>mencementof any work, in advance.5) M/s. HPCL shall make all arrangements of site inspection byYEA officers during the execution of the work, if they so desire.JP W DMH2145-C000-PS-RFQ-0020Page 270 of 334


12345678910111213141516176055 - Office of the ExecutiveEngineer, DEEG Bharatpur -22/01/20132320 - Irrigation Division ofFirozabad - 27/12/2012210/1C - Construction Divisionof Etawa - 7/2/20132163/1C - Construction Divisionof Etawa - 11/12/20122164/1C - Construction Divisionof Etawa - 11/12/20122529/C-19 - ConstructionDivision of Mathura - 4/12/20122453/C-17 - District of Mathura -30/11/20122219/3/GAIL - 19/03/20123488/NM/ - Lower Ganga CanalMathura - 26/11/20121441/2M5 - ConstructionDivision of Mainpuri -11/12/20123760/IDH/M-9 - IrrigationDivision of Hathras - 5/12/20121915/1C - District of Firozabad -30/11/20121176/1A - Construction Divisionof Firozabad - 29/11/20122045/IDK - Irrigation Division ofKanpur - 14/12/20122046/IDK - Irrigation Division ofKanpur - 14/12/20121720/17 - Construction Divisionof Kanpur - 4/12/20121422/1C - District of Kanpur -19/12/20121) While cutting road, Red Flag / Red Signal must be used.2) All costs need to be beared in case of leakage / breakage ofthe pipeline & prior permission needs to be taken before cuttingthe road.3) While broadening the road, if the pipeline / cable getsdamaged in any case, then the Division will not be responsible.1) While cutting road, Red Flag / Red Signal must be used.2) All costs need to be beared in case of leakage / breakage ofthe pipeline & prior permission needs to be taken before cuttingthe road.3) While broadening the road, if the pipeline / cable getsdamaged in any case, then the Division will not be responsible.1) Pipeline should be laid at a depth of 1.5 m below TheoroticalScour depth.1) Pipeline should be laid 1.65 m below the ground level.1) Pipeline should be laid 1.65 m below the ground level.1) Canal crossing be done when the canal is closed.1) Canal crossing be done when the canal is closed.MH2145-C000-PS-RFQ-0020Page 271 of 334


1819202122232425262728293031323334215/PIU-1/HPLetter/2012-2013(PMGSY - PIU1 Etawa) -15/12/20123307/ID/Consent - EtawaDivision Lower Ganga Canal -29/11/20123391/ID/Consent - EtawaDivision Lower Ganga Canal -7/12/20123188/ID/Consent - EtawaDivision Lower Ganga Canal -11/11/20123213/BD/Consent/HPCL -Bhoganipur Division LowerGanga Canal - 22/12/20121126/IDI - Irrigation Division ofEtawa - 19/08/20112190/IDAD/HPCL - IrrigationDivision of Auraiya, Dibiyapur -5/12/20125422 - Office of the ExecutiveEngineer DN-II, Alwar - 7/1/20135446 - Office of the ExecutiveEngineer DN-I, Alwar -7/12/20123567 - Office of the ExecutiveEngineer DN,Rajgarh, Alwar -10/12/20121163/SC/12 - ConstructionDivision of Auraiya - 18/12/20122075/IC/12 - Irrigation Divisionof Auraiya - 4/12/20121394/IC/12 - Irrigation Division-II of Auraiya - 4/12/20123626 - Water Body CrossingsAlwar - 3/12/20123272/299 - Office of DivisionalDirector Social ForestryDepartment, Agra - 11/12/20121945/1C - Construction Divisionof Agra - 12/12/2012F( )/ F.C.A. - Office of DeputyConservator of Forest,SocialForestry, Alwar/1056 -10/2/2012MH2145-C000-PS-RFQ-00201) The repair of road cut will be done by the Deptt.. As per PWDNorms.1) The repair of road cut will be done by the Deptt.. As per PWDNorms.1) After <strong>com</strong>pletion of work, HPCL shall ensure restoration ofland & tree plantation in the particular area.Page 272 of 334


K1L1MHQ/EN/EC/TDL/HPCL/Pipeline -24/01/2013Dedicated Freight Corridor Corporation of India Limited1) RDSO guideline (BS-105) provisions should be fulfilled.2) Norms of way leave facilities / easement rights of IR should befulfilled.3) For Way leave permission, approval from N.C. railways shouldbe obtained.4) Necessary way leave charges should be deposited with N.C.Railway.Director Incharge Social Forestry Division Mainpuri1220/14-1 - Mainpuri -23/11/2012Director Incharge Social Forestry Division Etawa1 3719/22-1 - Etawa - 23/06/2012N1O1PCentral Railway & North Central Railway06-W/K.M.19.266/Etawa/11 -17/12/2012North Central RailwayAgra/W/Petroleum P.C/1457-1-2/HPCL - 23/11/20121) Way leave charges for cases other than OFC crossing & TVcable.2) Way leave charges for underground laying of Cables, CableTV,Etc.3) Way leave charges for laying optical fibre cable crossing track.DivisionAL Forest Officer Bharatpur1 F( )/DFO/011/2883 - 26/03/2012QFactory Approval Uttar Pradesh1R117/F/RK/SM - DeputyDirector's Factory - 21/02/20131 NRPL/BIJ/TS/40/165 - 1/3/2013Indian Oil Corporation LimitedMH2145-C000-PS-RFQ-0020Page 273 of 334


CHAPTER-5BRIEF SUMMARY OFAGREED TERMS & CONDITIONS(A T & C)MH2145-C000-PS-RFQ-0020Page 274 of 334


MH2145-C000-PS-RFQ-0020AGREED TERMS AND CONDITIONSThis questionnaire duly filled shall be returned along with each copy of Un-priced bid.Clauses confirmed hereunder should not be repeated in the bid. ALL THECOMMERCIAL TERMS AND CONDITIONS SHOULD BE INDICATED IN THISFORMAT ONLY. IF REQUIRED DETAILS INCLUDING DEVIATION TO GCC, IF ANY,SHOULD BE INDICATED AS AN ANNEXURE TO THIS FORMAT.In view of the rejection clause no. 12.0 of Section-2A, which will be strictly adhered to,bidders are advised to <strong>com</strong>ply with the terms and conditions of the bid document in theFirst Instance itself.Sr.DescriptionBidder’s ConfirmationNo1. Confirm Your Offer is in <strong>com</strong>plete <strong>com</strong>pliance withthe scope of work as specified in the Bid document2. Confirm you have quoted your prices strictly in theapplicable Price schedule format (enclosed with theBid document) along with Unit and Total Prices3. INSPECTIONConfirm your quoted prices are inclusive of all testingand inspection requirements as specified in the biddocument4. Confirm acceptance / <strong>com</strong>pliance with the followingconditions /clauses of the Bid document(i) Confirm price basis of your offer is strictly inaccordance with Bid document.(ii) Confirm You have furnished Bid security (BankGuarantee) for the requisite amount in the requiredformat as per terms of bid document.(iii) Confirm that You shall furnish Security Depositas per terms of Bid document.(iv) Confirm your Firm <strong>com</strong>pletion period shall bestrictly as per requirement specified inthe Bid Document.(v) Confirm that Your offer will remain Valid foracceptance for a period as stated at sl. No.1.0 ofRFQ from the Bid due date or extended due date (ifthe same is Extended).(vi) Confirm that the quoted rates shall remain FIRM,FIXED & BINDING till <strong>com</strong>plete Execution of Orderirrespective of variation in quantities and paymentshall be for the actual quantities executed at site.(vii) Confirm that Defect Liability Period shall be asper Bid document.(viii) Confirm that the Force Majeure shall be as perBid document.Page 275 of 334


(ix) Confirm acceptance of Liquidated Damagesclause for delay in <strong>com</strong>pletion asper Bid document.(x) Confirm total acceptance to Payment Terms asper Bid document(xi) Arbitration clause shall be as per Bid document.(xii) Confirm that extension of time shall be as perthe bid document5. Confirm Terms related to Taxes and Duties shall beas per Provisions of Bid document6. All correspondence must be in English LanguageOnly7. Owner reserves the right to make any changes in theterms and conditions of bid document. Confirm.8. The Bidder is required to state whether any of theBidder's Director is a relative of any Director ofOwner or the Bidder is a firm in which any Director ofOwner or his relative is a partner.9. (a) Confirm acceptance in Toto of the Terms andConditions contained in the Bid document(i) Instructions to Bidders.(ii) Special Conditions of Contract(iii) General Terms & Conditions of Work Contract(iv) All other <strong>com</strong>mercial documents / attachments /sections of the bid document(b) In case of reservations, confirm that clause wise<strong>com</strong>ments have been specified through deviationstatement.All the terms and conditions have been indicated inthis format (including Annexure, if any) and havebeen repeated in the Bid elsewhere. It is noted thatterms and conditions indicated elsewhere includingany printed terms and conditions shall not beconsidered by the owner.10. Furnish Financial Turnover figures of last 3 years.TURNOVER2011 – 20122010 – 20112009 – 2010In support of above Bidder shall enclose copies of itspublished Annual reports of preceding 3 years.Confirm <strong>com</strong>pliance.11. Bidder to confirm that full rate of service tax has beenconsidered over total service amount or for abatement inService Tax as per Clause No.11.15 of ITB and<strong>com</strong>parison of Bids as per Clause No. 14 of ITB andMH2145-C000-PS-RFQ-0020Page 276 of 334


accordingly service tax has been filled in the priceschedule.Please refer Chapter No.2 ITB-2A Clause No.11.1512. In respect of the Services covered by this tender, wherethe bidder is Individual / HUF/ Firm / AOP, the service taxliability will be discharged by bidder and HPCL in the ratioof 50% and 50% respectively.Hence bidder should mention his entity status along withnecessary proof supporting the same.Confirm Annexure-L duly filled in is submitted alongwith requisite documentary evidence(s).Please refer Chapter No.2 ITB-2A Clause No.11.1513. In accordance with 12) above, Bidder should quote hispart of applicable service tax rate, if any, separately andnot as inclusive. In case if the bidder quotes the rate“Inclusive of Service Tax” it would be considered as if thebidder has included his part of liability alone in the rate.Accordingly HPCL’s liability would be loaded forevaluation purpose.Confirm, only bidder’s part of liability on account ofservice tax is filled in price schedule.Please refer Chapter No.2 ITB-2A Clause No.11.1514. Deleted15. Please note that HPCL reserves the right to carry outONLINE REVERSE AUCTION, for determining the lowestbidder, for the requirements mentioned in this <strong>Tender</strong>Enquiry. Please confirm your acceptance to participationin the Reverse Auction, in case HPCL decides to conductreverse auction. Please note that non-acceptance toparticipate in the Reverse Auction process may lead torejection of your offer.BIDDERS NAME,ADDRESS,SIGNATURE AND SEALFax No. Telephone No. Email AddressMH2145-C000-PS-RFQ-0020Page 277 of 334


1. Annexure-A Bid Security FormCHAPTER - 6PROFORMA2. Annexure-B Composite bank Guarantee for Security Deposit / RetentionMoney / Performance Guarantee3. Annexure-C Letter of Authority for attending Unpriced and Priced Bid4. Annexure-D Declaration (Not Banned)5. Annexure-E Bidder's General Information6. Annexure-F Annual Turnover Form -1 & Qualification Format -27. Annexure-G Integrity Pact8. Annexure-H E mandate format9. Annexure-I Bank Guarantee Format for Liquidated Damages10. Annexure-J Bank Guarantee Format for Mobilisation Advance.11. Annexure-K Indemnity Bond Format12. Annexure-L Undertaking (Corporate/ Non-Corporate Entity)13. Annexure-M Bid Form14. Annexure-N Undertaking for Adequate Capacity15. Annexure-O BANK GUARANTEE FOR PERFORMANCE GUARANTEE16. Annexure-P Deviation Sheet17. Annexure-Q Business Rules and Terms & conditions for Reverse Auction18. Annexure-Q.I Business Rules19. Annexure-Q.II Terms & conditions for Reverse Auction20. Annexure-Q.III Process Compliance Form21. Annexure-Q.IV Post RA Price Confirmation22. Annexure-Q.V Contact InformationMH2145-C000-PS-RFQ-0020Page 278 of 334


23. Annexure-R NSIC Certificate Details24. Annexure-S Certificate of Non-Involvement of AgentMH2145-C000-PS-RFQ-0020Page 279 of 334


ANNEXURE-ABID SECURITY FORMBANK GUARANTEE IN LIEU OF EARNEST MONEY(On Non-Judicial stamp paper of appropriate value)To :Hindustan Petroleum Corporation Limited8 th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED aGovernment of India Company registered under the Companies Act, 1956, having its registeredoffice at 17, Jamshedji Tata Road, Bombay-20 (herein after called "the Corporation" whichexpression shall include its successor in business and assigns)issued a tender on Messrs. apartnership firm/sole proprietor business/a <strong>com</strong>pany registered under the Companies Act, 1956having its office at (hereinafter called "the <strong>Tender</strong>er" which expression shall include its executors,administrators and assigns) against <strong>Tender</strong> no (hereinafter called `the tender' which expressionshall include any amendments/ alterations to `the tender' issued by "the Corporation") for thesupply of goods to/execution of services for "the Corporation" and "the Corporation" havingagreed not to insist upon immediate payment of Earnest Money for the fulfillment of the saidtender in terms thereof on production of an acceptable Bank Guarantee for an amount of Rs(Rupees only).1. We, .............................. Bank having office at ...................................... Bombay(Hereinafter referred to as "the Bank" which expression shall include its successors andassigns) at the request and on behalf of "the <strong>Tender</strong>er" hereby agree to pay to theCorporation without any demur on first demand an amount not exceedingRs ...................................................................................................................... (RupeesOnly) against any loss or damage, costs, charges and expenses caused to or suffered by"the Corporation" by reason of non-performance and fulfillment or for any breach on thepart of "the <strong>Tender</strong>er" of any of the terms and conditions of the said <strong>Tender</strong>'.2. We, ..................................... Bank further agree that "the Corporation" shall be soleJudge whether the said <strong>Tender</strong>er' has failed to perform or fulfill the said tender' in termsthereof or <strong>com</strong>mitted breach of any of the terms and conditions of `the order' and theextent of loss, damage, cost, charges and expenses suffered or incurred or would besuffered or incurred by "the Corporation" on account thereof and we waive in favour of"the Corporation" all the rights and defences to which we as guarantors and/or "the<strong>Tender</strong>er" maybe entitled to.3. We, ............................................ Bank further agree that the amount demanded by "theCorporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liabilityMH2145-C000-PS-RFQ-0020Page 280 of 334


to pay and the amount demanded and "the Bank" to undertake to pay "the Corporation"the amount so demanded on first demand and without any demur notwithstanding anydispute raised by "the <strong>Tender</strong>er" or any suit or other legal proceedings includingarbitration pending before any court, tribunal or arbitrator relating thereto, our liabilityunder this guarantee being absolute and unconditional.4. We, ................................................... Bank further agree with "the Corporation" that "theCorporation" shall have the fullest liberty without our consent and without affecting in anymanner our obligations hereunder to vary any of the terms and conditions of the said'tender'/or to extend time of performance by "the <strong>Tender</strong>er" from time to time or topostpone for any time to time any of the powers exercisable by "the Corporation" against"the <strong>Tender</strong>er" and to forbear to enforce any of the terms and conditions relating to "thetender" and we shall not be relieved from our liability by reason of any such variation orextension being granted to "the <strong>Tender</strong>er" or for any for be arance, act or ommission onthe part of "the Corporation" or any indulgence by "the Corporation" to "the tenderer" orby any such matter or things whatsoever which under the law relating to sureties wouldbut for this provision have the effect of relieving us.5. NOTWITHSTANDING anything hereinbefore contained, our liability under thisGuarantee is restricted to Rs…… (Rupees………………….only). Our liability under thisguarantee shall remain in force until expiration of six months from the due date ofopening of the said 'tender'. Unless a demand or claim under this guarantee is made onus in writing within said period, that is, on or before all rights of "the Corporation" underthe said guarantee shall be forfeited and we shall be relieved and discharged from allliabilities thereunder.6. We, ................................................ Bank further undertake not to revoke this guaranteeduring its currency except with the previous consent of the "the corporation" in writing.7. We, ............................................. Bank lastly agree that "the Bank" 's liability under thisguarantee shall not be affected by any change in the constitution of "the <strong>Tender</strong>er" .8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms ofthe documents and/or the Agreement/Contract or M OU entered into between "the <strong>Tender</strong>er"and "the Bank" in this regard.IN WITNESS WHEREOF the Bank has executed this document on this .................. day of………..For ......................... Bank(by its constituted attorney)(Signature of a person authorised tosign on behalf of "the Bank")MH2145-C000-PS-RFQ-0020Page 281 of 334


COMPOSITE BANK GUARANTEE FOR SECURITYDEPOSIT / RETENTION MONEY / PERFORMANCE GUARANTEE(On Non-Judicial stamp paper of appropriate value)ANNEXURE-BTO:Hindustan Petroleum Corporation Limited8 th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATIONLIMITED, a Government of India Company registered under the Companies Act, 1956, having itsregistered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The Corporation"(which expression shall include its successor in business and assigns) havingplaced an order on Messers ....................................... a partnership firm/sole proprietor business/a<strong>com</strong>pany registered under the Companies Act, 1956 having its office at ....................... (hereinaftercalled "the supplier" (which expression shall include executors, administrators and assigns) videorder No dated (hereinafter called "the order" which expression shall include anyamendments/alterations to "the order" issued by "the Corporation") for the supply of goodsto/execution of services for "the Corporation" and "the Corporation" having agreed :a) not to insist upon immediate payment of Security deposit for the fulfilment andperformance of the said orderb) to pay "the supplier" as and by way of advance upto a sum of Rupees _______(Rupees ______________________________ only) being____% of the value of "theorder";c) that "the supplier" shall furnish a security for the performance of "the supplier's"obligations and/or discharge of "the supplier's" liability in connection with the said "order";and "the Corporation" having agreed with "the supplier" to accept a <strong>com</strong>posite BankGuarantee for the mobilisation advance, security deposit, retention money andperformance guarantee.1. We, ........................................... Bank having office at .............................................(hereinafter referred to as "the Bank" which expression shall include its successors andassigns) at the request and on behalf of "the supplier" hereby agree to pay to "theCorporation" without any demur on first demand an amount notexceeding Rs .........................................................................................................................(Rupees ............................. only) against any loss or damage, costs, charges and expensescaused to or suffered by "the Corporation" by reason of non-performance and fulfillment orfor any breach on the part of "the supplier" of any of the terms and conditions of the said"order".MH2145-C000-PS-RFQ-0020Page 282 of 334


2. We, ....................................... Bank further agree that "the Corporation" shall be sole judgewhether the said "Supplier" has failed to perform or fulfill the said "order" in terms thereof or<strong>com</strong>mitted breach of any terms and conditions of "the order" and the extent of loss,damage, cost, charges and expenses suffered or incurred or would be suffered or incurredby "the Corporation" on account thereof and we waive in the favour of "the Corporation" allthe rights and defences to which we as guarantors and/or "the Supplier" may be entitled to.3. We, ................................................. Bank further agree that the amount demanded by "theCorporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability topay and the amount demanded and "the Bank" undertake to pay "the Corporation" theamount so demanded on first demand and without any demur notwithstanding any disputeraised by "the Supplier" or any suit or other legal proceedings including arbitration pendingbefore any court, tribunal or arbitrator relating thereto, our liability under this guaranteebeing absolute and unconditional.4. We, ....................................................... Bank further agree with "the Corporation" that "theCorporation" shall have the fullest liberty without our consent and without affecting in anymanner our obligations hereunder to vary any of the terms and conditions of the said"order"/or to extend time of performance by "the Supplier" from time to time or to postponefor any time to time any of the powers exercisable by "the Corporation" against "theSupplier" and to forbear to enforce any of the terms and conditions relating to "the order"and we shall not be relieved from our liability by reason of any such variation or extensionbeing granted to "the Supplier" or for any forbearance, act or ommission on the part of "theCorporation" or any indulgence by "the Corporation" to "the Supplier" or by any such matteror things whatsoever which under the law relating to sureties would but for this provisionhave the effect of relieving us.5. However, it has been agreed between "the Supplier" and "the Corporation" that there shallbe only one Composite Bank Guarantee for security deposit and performanceguarantee/Retention Money @ of % valid till the end of the defects liability periodas per the terms of the P.O. No. _________________ dated ______________ shall standvalid towards the % retention money/defects liability, fully valid in all respectsunto a further period of 3 (three) months, as6. Notwithstanding anything contained herein above :i) Our liability under this guarantee shall not exceed Rs. .........ii)iii)This Bank Guarantee shall be valid upto and including ...... ; andWe are liable to pay the guarantee amount or any part thereof under this Bank Guaranteeonly and only if you serve upon us a written claim or demand on or before the expiry of 30days from the date of expiry of this guarantee.7. We, .......................................... Bank further undertake not to revoke this guaranteeduring its currency except with the previous consent of "the Corporation" inMH2145-C000-PS-RFQ-0020Page 283 of 334


writing.8. We, .............................................. Bank lastly agree that "the Bank" 's liability under thisguarantee shall not be affected by any change in the constitution of "the Supplier".9. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of thedocuments and/or the Agreement/Contract or MOU entered into between "the Supplier" and"the Bank" in this regard.IN WITNESS WHEREOF the Bank has executed this document on this............................. day of .........................ForBank(by its constituted attorney)(signature of a person authorized tosign on behalf of "the Bank")MH2145-C000-PS-RFQ-0020Page 284 of 334


ANNEXURE--CProforma of Letter of Authority for Attending Opening of Unpriced & Priced Bid.No.Hindustan Petroleum Corporation Limited8th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092Date:Attn: Mr.Dear Sirs,We ......................................................... hereby authorize following representatives (s) to attend theunpriced bid opening and priced bid opening against your Bid document number No...................... for .................................... (item Name) ........1. Name & Designation .......................... Signature ...........................2. Name & Designation .......................... Signature ...........................We confirm that we shall be bound by all and whatsoever our representative (s) shall <strong>com</strong>mit.Yours faithfully,Signature………………………………Name & Designation……………………For & on behalf of……………………….Note:This Letter of Authority should be on the letterhead of the Bidder and should be signed by a person<strong>com</strong>petent and having the power of attorney to bind the Bidder.MH2145-C000-PS-RFQ-0020Page 285 of 334


ANNEXURE--DDECLARATION (NOT BANNED)(To be submitted along with Un-priced bid)We, (M/s. _______________________ ) hereby declare / clarify that we have not been bannedor delisted by Government of India / Ministries of Government of India/Government of IndiaEnterprises.We also confirm that we have not been put on holiday/ blacklisted by HPCL or black listed byany Government Department/ Public Sector on due date of submission of bid.Stamp and Signature of BidderNote:This Declaration should be on the letterhead of the Bidder and should be signed by a person<strong>com</strong>petent and having the power of attorney to bind the Bidder.MH2145-C000-PS-RFQ-0020Page 286 of 334


ANNEXURE-EToHindustan Petroleum Corporation Limited8 th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092BIDDER'S GENERAL INFORMATIONBidder Name:Number of Years in Operation RegisteredAddressContact Person's NameOperation Addressif different from aboveTelephone Number(Country code) (Area Code) (Tel. Number)E-mail address & Web Site :Telefax NumberISO Certification, if any (if yes, please furnish details)(Country Code) (Area Code) (Tel. Number)Stamp and Signature of BidderMH2145-C000-PS-RFQ-0020Page 287 of 334


ANNEXURE-FQUALIFICATION FORMAT - FORM 1FORANNUAL TURNOVER STATEMENTThe Bidder shall indicate herein his annual turnover during preceding 3 years based on theaudited balance sheet/profit & loss account statement.Financial Year2009-20102010-20112011-2012Annual Turnover(Rs.)(Rs.)Net WorthNOTE:Copies of audited balance sheets with Profit & Loss account statement for last 3 years areenclosed along with the bid.1. Bidder shall work out Net worth on following basis: Net Worth : Reserve + Capital -Accumulated lossStamp and Signature of BidderMH2145-C000-PS-RFQ-0020Page 288 of 334


ANNEXURE FQUALIFICATION FORMAT - FORM 2FORParticular Experience Record1 2 3 4 5 6 7 8 9 10 11SRNo.Particularsof theprojectexecuteName &addressof clientLength,diameter& grade ofpipeline andcoating systemValue ofcontractW.O ref& dateContractual<strong>com</strong>pletiontimeActualCompletionTimeDateofCompletionReasonsfor delayin<strong>com</strong>pletion if anyWorkCompletionCertificateRemarksNote :ANNEXURE - F1. Details of projects <strong>com</strong>pleted in last 7 years need to be furnished.2. Copies of work orders and <strong>com</strong>pletion certificate shall be furnished for each work( Seal & Signature of the <strong>Tender</strong>er )MH2145-C000-PS-RFQ-0020Page 289 of 334


ANNEXURE-GIntegrity Pact[KK1]MH2145-C000-PS-RFQ-0020Page 290 of 334


Integrity PactClause to be included in the <strong>Tender</strong> Bid Documents(Applicable for cases above Rs. 1 to 10 crore)[KK2]The Integrity Pact duly signed by the authorized official of HPCL and the Contractor, willPage 291 of 334MH2145-C000-PS-RFQ-0020


form part of this contract / supply order.Proforma of Integrity Pact (which is issued along with the bidding document) shall bereturned/Uploaded by the bidder along with technical bid, duly signed by the samesignatory who signs the bid i.e. who is duly authorized to sign the bid. All the pages of theIntegrity Pact shall be duly signed by the same signatory.If the Bidder has been disqualified from the tender process prior to the award of contractaccording to the provisions under Integrity Pact, HPCL shall be entitled to demand andrecover from bidder Liquidated damages amount by forfeiting the EMD/Bid security (BidBond) as per provisions of Integrity Pact.If the contract has been terminated according to provisions of the Integrity Pact, or if HPCLis entitled to terminate the contract according to provisions of Integrity Pact, HPCL shallbe entitled to demand and recover from the Contractor liquidated damages amount byforfeiting the Performance Bank Guarantee / Security Deposit as per Integrity Pact.


AGREEMENT(Under Integrity Pact)To,HINDUSTAN PETROLEUM CORPORATION LIMITEDRef. <strong>Tender</strong> no. :-HPCL and the Bidder agree that the Notice Inviting <strong>Tender</strong> (NIT) is an offer made onthe condition that the bidder will sign the Integrity Pact and the Bid would be keptopen in its original form without variation or modification for a period of 120 days andthe making of the bid shall be regarded as an unconditional and absolute acceptance ofthis condition of the NIT.We confirm acceptance and <strong>com</strong>pliance with the Integrity Pact in letter and spirit. Wefurther agree that the contract consisting of the above conditions of NIT as the offer andthe submission of Bid as the Acceptance shall be separate and distinct from the contractwhich will <strong>com</strong>e into existence when bid is finally accepted by HPCL.The consideration for this separate initial contract preceding the main contract is thatHPCL is not agreeable to sell the NIT to the Bidder and to consider the bid to be madeexcept on the condition that the bid shall be kept open for 120 days after the last datefixed for the receipt of the bids and the Bidder desires to make a bid on this conditionand after entering into this separate initial contract with HPCL.HPCL promises to consider the bid on this condition and the Bidder agrees to keep thebid open for the required period. These reciprocal promises form the consideration for thisseparate initial contract between the parties.If Bidder fails to honour the above terms and conditions, HPCL shall have unqualified,absolute and unfettered right to encash / forfeit the bid security submitted in this behalf.Yours faithfully,Yours faithfully(BIDDER)(One copy of this agreement duly signed must be returned/uploaded)MH2145-C000-PS-RFQ-0020Page 293 of 334


INTEGRITY PACTBetweenHindustan Petroleum Corporation Limited (HPCL) hereinafter referred to as "The Principal",and............................................................................. hereinafter referred to as "The Bidder/Contractor"PreambleThe Principal intends to award, under laid down organization procedures, contract/sfor……………………………………… The Principle values full <strong>com</strong>pliance with allrelevant laws and regulations, and the principles of economic use of resources, and offairness and transparency in its relations with its Bidders/s and Contractor's. In order toachieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency International" (TI). Following TI's nationaland international experience, the Principal will appoint an external independent Monitorwho will monitor the tender process and the execution of the contract for <strong>com</strong>pliancewith the principles mentioned above.Section 1 — Commitments of the Principal(1) The Principal <strong>com</strong>mits itself to take all measures necessary to prevent corruptionand to observe the following principles:1. No employee of the Principal, personally or through family members, will inconnection with the tender for, or the execution of a contract, demand, take apromise for or accept, for him/herself or third person, any material orimmaterial benefit which he/she is not legally entitled to.2. The principal will, during the tender process treat all Bidders with equity andreason. The Principal will in particular, before and during the tender process,provide to all Bidders the same information and will not provide to any Bidderconfidential / additional information through which the Bidder could obtain anadvantage in relation to the tender process or the contract execution.3. The principal will exclude from the process all known prejudiced persons.(2) If the Principal obtains information on the conduct of any of its employees which is acriminal offence under the relevant Anti-Corruption Laws of India, or if there be asubstantive suspicion in this regard, the Principal will inform its Vigilance Office andin addition can initiate disciplinary actions.Section 2 — Commitments of the Bidder / Contractor(1) The Bidder / Contractor <strong>com</strong>mits itself to take all measures necessary to preventcorruption. He <strong>com</strong>mits himself to observe the following principles during hisparticipation in the tender process and during the contract execution.1. The Bidder / Contractor will not, directly or through any other person or firm,offer, promise or give to any of the Principal's employees involved in the tenderprocess or the execution of the contract or to any third person any material orimmaterial benefit which he/she is not legally entitled to, in order to obtain inMH2145-C000-PS-RFQ-0020Page 294 of 334


exchange any advantage of any kind whatsoever during the tender process orduring the execution of the contract.2. The Bidder / Contractor will not enter with other Bidders into any undisclosedagreement or understanding, whether formal or informal. This applies inparticular to prices, specifications, certifications, subsidiary contracts,submission or non-submission of bids or any other actions to restrict<strong>com</strong>petitiveness or to introduce cartelisation in the bidding process.3. The Bidder / Contractor will not <strong>com</strong>mit any offence under the relevant AnticorruptionLaws of India; further the Bidder / Contractor will not useimproperly, for purposes of <strong>com</strong>petition or personal gain, or pass on toothers, any information or document provided by the Principal as part of thebusiness relationship, regarding plans, technical proposals and businessdetails, including information contained or transmitted electronically.4. The Bidder / Contractor will, when presenting his bid, disclose any and allpayment he has made, is <strong>com</strong>mitted to or intends to make to agents, brokers orany other intermediaries in connection with the award of the contract.(2) The Bidder / Contractor will not instigate third persons to <strong>com</strong>mit offences outlinedabove or be an accessory to such offences.Section 3 - Disqualification from tender process and exclusion from future contractsIf the Bidder, before contract award has <strong>com</strong>mitted a transgression through aviolation of Section-2 or in any other form such as to put his reliability or credibilityas Bidder into question, the Principal is entitled to disqualify the Bidder from thetender process or to terminate the contract, if already signed, for such reason.(1) If the Bidder/Contractor has <strong>com</strong>mitted a transgression through a violation ofSection 2 such as to put his reliability or credibility into question, the Principal isentitled also to exclude the Bidder / Contractor from future contract awardprocesses. The imposition and duration of the exclusion will be determined by theseverity of the transgression. The severity will be determined by the circumstancesof the case, in particular the number of transgressions, the position of thetransgressors within the <strong>com</strong>pany hierarchy of the Bidder and the amount of thedamage. The exclusion will be imposed for a minimum of 6 months and maximumof 3 years.(2) A transgression is considered to have occurred if the Principal after dueconsideration of the available evidence, concludes that no reasonables doubt ispossible.(3) The Bidder accepts and undertakes to respect and uphold the Principal's absoluteright to resort to and impose such exclusion and further accepts and undertakes notto challenge orquestion such exclusion on any ground, including the lack of any hearingbefore the decision to resort to such exclusion is taken. This undertaking is givenfreely and after obtaining independent legal advice.(4) If the Bidder / Contractor can prove that he has restored / recouped the damageMH2145-C000-PS-RFQ-0020Page 295 of 334


caused by him and has installed a suitable corruption prevention system, thePrincipal may revoke the exclusion prematurely.Section 4 — Compensation for Damages(1) If the Principal has disqualified the Bidder from the tender process prior to theaward according to Section 3, the Principal is entitled to demand and recover fromthe Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.(2) If the Principal has terminated the contract according to Section 3, or if the Principleis entitled to terminate the contract according to Section 3, the Principal shall beentitled to demand and recover from the Contractor liquidated damages equivalentto Security Deposit / Performance Bank Guarantee.(3) The bidder agrees and undertakes to pay the said amounts without protest or demursubject only to condition that if the Bidder / Contractor can prove and establish thatthe exclusion of the Bidder from the tender process or the termination of thecontract after the contract award has caused no damage or less damage than theamount of the liquidated damages, the Bidder / Contractor shall <strong>com</strong>pensate thePrincipal only to the extent of the damage in the amount proved.Section 5 — Previous Transgression(1) The Bidder declares that no previous transgression occurred in the last 3 yearswith any other Company in any country conforming to the TI approach or with anyother Public Sector Enterprise in India that could justify his exclusion from the tenderprocess.(2) If the Bidder makes incorrect statement on this subject, he can be disqualified fromthe tender process or the contract, if already awarded, can be terminated for suchreason.Section 6 — Equal treatment of all Bidders / Contractors / Subcontractors(1) The Bidder / Contractor undertakes to demand from all subcontractors a <strong>com</strong>mitmentin conformity with this Integrity Pact, and to submit it to the Principal before contractsigning.(2) The Principal will enter into agreements with identical conditions as this one with allBidders, Contractors and Subcontractors.(3) The Principal will disqualify from the tender process all bidders who do not sign thisPact or violate its provisions.Section 7 — Criminal charges against violating Bidders/Contractors/SubcontractorsIf the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor,or of an employee or a representative or an associate of a Bidder, Contractor orSubcontractor which constitutes corruption, or if the Principal has substantive suspicion inthis regard, the Principal will inform the Vigilance Office.MH2145-C000-PS-RFQ-0020Page 296 of 334


Section 8 — External Independent Monitor / Monitors (to be decided by the Chairpersonof the Principal)(1) The Principal shall appoints[KK3] <strong>com</strong>petent and credible External Independent Monitor forthis Pact. # The Principal has nominated Mr. DIPAK CHATERJEE / Ms. RANJANAKUMAR as External Independent Monitor(s) for the purpose of administration ofthis Pact.[KK4] The task of the Monitor is to review independently and objectively,whether and to what extent the parties <strong>com</strong>ply with the obligations under thisagreement.(2) The Monitor is not subject to instructions by the representatives of the parties andperforms his functions neutrally and independently. He reports to the Chairperson of theBoard of the Principal.(3) The Contractors accepts that the Monitor has the right to access without restriction toall Project documentation of the Principal including that provided by the Contractor.The Contractor will also grant the Monitor, upon his request and demonstration of avalid interest, unrestricted and unconditional access to this project documentation. Thesame is applicable to Subcontractors. The Monitor is under contractual obligation totreat the information and documents of the Bidder / Contractor / Subcontractor withconfidentiality.(4) The Principal will provide to the Monitor sufficient information about all meetings amongthe parties related to the Project provided such meetings could have an impact on thecontractual relations between the Principal and the Contractor. The parties offer to theMonitor the option to participate in such meetings.(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, hewill so inform the Management of the Principal and request the Management todiscontinue or heal the violation, or to take other relevant action. The Monitor can inthis regard submit non-binding re<strong>com</strong>mendation. Beyond this, the Monitor has no rightto demand from the parties that they act in a specific manner, refrain from action ortolerate action. However, the Independent External Monitor shall give an opportunity tothe bidder / contractor to present its case before making its re<strong>com</strong>mendations to thePrincipal.(6) The Monitor will submit a written report to the Chairperson of the Board of the Principalwithin 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and,should the occasion arise, submit proposals for correcting problematic situations.(7) Monitor shall be entitled to <strong>com</strong>pensation on the same terms as being extended to/ provided to Outside Expert Committee members / Chairman as prevailing withPrincipal.(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion ofan offence under relevant Anti-Corruption Laws of India, and the Chairperson has not,within reasonable time, taken visible action to proceed against such offence orreported it to the Vigilance Office, the Monitor may also transmit this information directlyto the Central Vigilance Commissioner, Government of India.(9) The word 'Monitor' would include both singular and plural.MH2145-C000-PS-RFQ-0020Page 297 of 334


Section 9 — Pact DurationThis Pact begins when both parties have legally signed it. It expires for the Contractor12 months after the last payment under the respective contract, and for all otherBidders 6 months after the contract has been awarded. if any claim is made / lodgedduring this time, the same shall be binding and continue to be valid despite the lapse ofthis pact as specified above, unless it is discharged / determined by Chairperson of thePrincipal.Section 10 — Other provisions(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is theRegistered Office of the Principal, i.e. Mumbai. The Arbitration clause provided in themain tender document / contract shall not be applicable for any issue / dispute arisingunder Integrity Pact.(2) Changes and supplements as well as termination notices need to be made in writing.Side agreements have not been made.(3) If the Contractor is a partnership or a consortium, this agreement must be signed by allpartners or consortium members.(4) Should one or several provisions of this agreement turn out to be invalid, the remainderof this agreement remains valid. In this case, the parties will strive to <strong>com</strong>e to anagreement to their original intentions.For the Principal.Place:Date ............................................For the Bidder/ContractorWitness l :………………Witness 2: ……………….MH2145-C000-PS-RFQ-0020Page 298 of 334


MH2145-C000-PS-RFQ-0020Page 299 of 334


MH2145-C000-PS-RFQ-0020Page 300 of 334


MH2145-C000-PS-RFQ-0020Page 301 of 334296 of 373


MH2145-C000-PS-RFQ-0020Page 302 of 334296 of 373


E mandate formatANNEXURE — HTo,Hindustan Petroleum Corporation Limited8th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092The following confirmation / updation of my Bank Account Details and I hereby affirm my/ourchoice to opt for payment of amounts due to me under various contracts through electronicmode. I understand that Hindustan Petroleum Corporation Limited also reserves the right tosend the payment due to me by a Cheque / Demand Draft / Electronic Mode or through abanker.Supplier / Contractor NameSupplier / Contractor CodeAddressControlling Office NameP.A. No.E-mail IDBank NameBranch NameBranch AddressMICR No.Account TypeAccount NumberIFSC Code of the Branch (For RTGS)IFSC Code of the Branch (For NEFT)Marketing Projects OfficeI hereby confirm that the particulars given above are correct and <strong>com</strong>plete and alsoundertake to promptly advise any changes to the above details to HPCL. If the transaction isdelayed or not effected for reason of in<strong>com</strong>plete or incorrect information or banking delays, Ishall not hold Hindustan Petroleum Corporation Limited responsible. I also agree for printingof the bank details on the Cheque or DD if the payment is effected by Cheque / DD.Date:MH2145-C000-PS-RFQ-0020Page 303 of 334(Signature of Contractor / Supplier)296 of 373


Note:1. The message should be in Companies Letter Head.2. Bank details to be confirmed by the Bankers. Such information shall be duly signed& stamped by the Bankers.3. Please enclose cancelled / photocopy of a Cheque.MH2145-C000-PS-RFQ-0020Page 304 of 334296 of 373


Annexure- IProformaBANK GUARANTEE IN LIEU OF LIQUIDATED DAMAGES(On Non-Judicial stamp paper of appropriate value)To:Hindustan Petroleum Corporation Limited8th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED aGovernment of India Company registered under the Companies Act, 1956, having its registeredoffice at 17, Jamshedji Tata Road, Churchgate, Mumbai — 400 020 (hereinafter called "TheCorporation" which expression shall include its successor in business and assigns) agreeing togrant a provisional extension of time in respect of the contract entered into withMessrs…………………………………………….a sole proprietorship business/ partnership firm/ a<strong>com</strong>pany registered under the Companies Act, 1956 having its officeat………………………………………….. (hereinafter called "the Contractor", whichexpression shall include its executors, administrators and assigns) against Purchase OrderNo…………………….. dated……………… (hereinafter called "the Contract" which expressionshall include any amendments / alterations to "the contract" issued by "the Corporation")for……………………. (state the purpose of the Contract), and the Contractor having requested forextension of time without deduction of any Liquidated Damages from the bills in terms of theContract and "the Corporation" having agreed to grant provisional extension of time pending adecision on the request for extension of time and not to insist upon immediate deduction / paymentof Liquidated Damages upon receipt of this unconditional irrevocable Bank Guarantee for anamount of Rs ……………………..(Rupees …………………………only).1 . We. ....................................... Bank having our office at .................................................Bombay (hereinafter referred to as "the Bank" which expression shall include itssuccessors and assigns) at the request and on behalf of "the Contractor" hereby agreeto pay to the Corporation without any demur and on first demand an amount notexceeding Rs ......................... (Rupees ..................................... only) against any loss ordamage, costs, charges and expenses caused to or suffered by or likely to be caused toor suffered by "the Corporation" by reason of the delay in performance of work or theCorporation agreeing to grant such provisional extension of time without insisting ondeduction of Liquidated Damages.2 . We. ........................................ Bank further agree that "the Corporation" shall be soleJudge whether the said "Contractor" has failed to perform or fulfill the said "Contract" interms thereof or <strong>com</strong>mitted breach of any of the terms and conditions of "the purchaseorder/Contract" or was not entitled to any extension of time and also the extent of loss,damage, cost, charges and expenses suffered or incurred or would be suffered orincurred by "the Corporation" on account thereof and we waive in favour of "theCorporation" all the rights and defences to which we as guarantors and/or "theContractor" may be entitled to.MH2145-C000-PS-RFQ-0020Page 305 of 334


3 . We ......................................... Bank further agree that the amount demanded by "theCorporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liabilityto pay the amount demanded and "the Bank" undertakes to pay to "the Corporation" theamount so demanded on first demand without further proof or conditions and without anydemur, reservation, contest, recourse or protest and without any enquiry of you or theContractor, forthwith and in full without any deductions or set-offs or counterclaimwhatsoever, the sum claimed by you in such Demand, notwithstanding any disputeraised by "the Contractor" or the pendency of any suit or other legal proceedingsincluding arbitration pending before any court, tribunal or arbitrator relating thereto, ourliability under this guarantee being absolute and unconditional. We further agree that theCorporation shall not be bound to disclose any reasons while demanding any amountunder the Bank Guarantee.4 . We. ........................................ Bank further agree with "the Corporation" that "theCorporation" shall have the fullest liberty without our consent and without affecting in anymanner our obligations hereunder, to vary any of the terms and conditions of the said"Contract"/or to extend time of performance by "the Contractor" from time to time or topostpone for any time or from time to time any of the powers exercisable by "theCorporation" against "the Contractor" and to forbear to enforce any of the terms andconditions relating to "the Contract" and we shall not be relieved from our liability byreason of any such variation or extension being granted to "the Contractor" or for anyforbearance, actor omission on the part of "the Corporation" or any indulgence by "theCorporation" to "the Contractor" or by any such matter or things whatsoever which underthe law relating to sureties would, but for this provision, have the effect of relieving us.Any waivers or other forbearance given or variations required under the Contract or anyinvalidity, unenforceability or illegality of the whole or any part of the Contract or rights ofany party thereto, or amendment or other modification of the Contract or any other fact,circumstance, provision of statute or law which might, were our liability to be secondaryand not primary, entitle us to be released in whole or in part from our undertaking, shallnot in any way release its from our obligations under this Guarantee. Our obligationshereunder in respect of the sum or sums demanded by the Corporation under thisGuarantee are primary, independent and absolute and not by way of surety only. TheCorporation may make an unlimited number of Demands under this Guarantee providedthat the aggregate of all sums paid shall not exceed the entire Guarantee Amount.5 . Notwithstanding anything hereinbefore contained, our liability under this Guarantee isrestricted to Rs……….. (Rupees…………………. only). Our liability under this guaranteeshall remain in force until expiration of six months from the expiry of the said "Contract".Unless a demand or claim under this guarantee is made on us in writing within saidperiod, that is, on or before all rights of "the Corporation" under the said guarantee shallbe forfeited and we shall be relieved and discharged from all liabilities thereunder.6 . We .......................................... Bank further undertake not to revoke this guaranteeduring its currency except with the previous consent of "the Corporation" in Writing.7 . We ......................................... Bank lastly agree that "the Bank" 's liability under thisguarantee shall not be affected by any change in the constitution of "the Contractor" or itsinsolvency winding up, reorganisation, amalgamation or liquidation (including anyMH2145-C000-PS-RFQ-0020Page 306 of 334


appointment of a receiver, administrator, administrative receiver or supervisor of theContractor or any of its assets) nor in case of any dispute or disagreement whatsoeverunder the Agreement. We shall indemnify you immediately on demand against any cost,loss or liability suffered by you as a result of our this obligation being or be<strong>com</strong>ingunenforceable, invalid or contrary to the laws of India (except in the case of a fraud byyou).8 . "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms ofthe documents and/or the Agreement/Contract or MOU entered into between "theContractor" and "the Bank" in this regard. This Guarantee shall be governed by andconstrued in accordance with the laws of the Republic of India.9 . Any demand, notice or other <strong>com</strong>munication given in connection with or required by thisGuarantee shall be made in writing in English be delivered by hand to, or sent by prepaidregistered post, or facsimile transmission to.IN WITNESS WHEREOF the Bank has executed this document on this ....................... day ofFor_________________Bank(by its constituted attorney)(signature of a person authorized tosign on behalf of "the Bank")MH2145-C000-PS-RFQ-0020Page 307 of 334


ANNEXURE-JBANK GUARANTEE FOR MOBILISATION ADVANCE(On Non-Judicial stamp paper of appropriate value)Hindustan Petroleum Corporation Limited8th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -1100921. In consideration of M/s Hindustan Petroleum Corporation Ltd., Government of IndiaCompany registered under the Companies Act, 1956 having its Registered Office at17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called the "Corporation" whichexpression shall include its successors in business and assigns having placed anorder on M/s ___________________________________ a partnership firm/soleproprietor/a Company registered under the Companies Act 1956, having its office at_______ (<strong>com</strong>plete address) ______________ (hereinafter called "thesupplier/contractor" (which expression shall include its successors in business andassigns) vide Purchase Order No. _________________ dated __________________ for(specify nature of job) ________________ (hereinafter called "the Order" whichexpression shall include any amendments / alterations thereto as issued by "theCorporation") for the supply of goods to/the execution of service for "theCorporation" and having agreed to pay the suppliers as and by way of advance upto asum of Rupees __________________ being _________ % of the value of "the Order"in terms of "the order" on production of an acceptable Bank Guarantee for an amount ofRs._____2. We,____________________________Bank (hereinafter referred to as "the Bank") , doat the request and on behalf of "The Suppliers / Contractor" hereby agree to pay to "theCorporation" without any demur on first demand an amount not exceeding Rs _______(in words) against any loss or damage, costs, to or suffered by "the Corporation" byreason of any breach on the part of "the Supplier/Contractor" of any of the terms andconditions of the said "Order".3. We, ________________ Bank, further agree that "the Corporation" shall be the solejudge whether the said "Supplier/Contractor" has <strong>com</strong>mitted breach of any of theterms and conditions of "the Order" and the extent of loss, damage, cost, charges andexpenses suffered or incurred or would be suffered or incurred by "the Corporation"on account thereof and we waive in favour of "the Corporation" all the rights anddefense to which we as guarantors and/or the supplier may be entitled to.4. We, __________________ Bank, further agree that the amount demanded by "theMH2145-C000-PS-RFQ-0020Page 308 of 334


Corporation" as such shall be final and binding on "the Bank" as to "the Bank's"liability to pay the amount demanded and "the Bank" undertake to pay "theCorporation" the amount so demanded on first demand without any demurnotwithstanding any dispute raised by "the Supplier/Contractor" or any suit or otherlegal proceedings including arbitration pending before any court, tribunal orarbitrator relating thereto, our liability under this guarantee being absolute andunconditional.5. We, ____________ Bank, further agree that the guarantee herein contained shallremain in full force and continue to have full effect so long as the saidamount remains unadjusted.6. We, _______________ Bank, further agree with "the Corporation" that "theCorporation" shall have the fullest liberty without any consent and without affecting inany manner our obligations hereunder to vary any of the terms and condition of thesaid "Order" or to extended time of performance by "the Supplier/Contractor" fromtime to time or to postpone for any time or from time to time any of the powersexercisable by "the Corporation" against "the Supplier / Contractor" and to forbear toenforce any of the terms and conditions relating to "the Order" and we shall not berelieved from our liability by reason of any such variation or extension being grantedto "the Corporation" or for any forbearance, act or omission of "theSupplier/Contractor" or any such matter of things, whatsoever which under thelaw relating to sureties would, but for these provisions, have the effect of relieving us.7. We, __________________ Bank, hereby lastly undertake not to revoke this guaranteeduring its currency except with the previous consent of "the Corporation" in writing.8. Notwithstanding anything contained herein above :i) Our liability under this guarantee shall not exceed Rs ....................ii)iii)This Bank Guarantee shall be valid upto and including ............. ; andWe are liable to pay the guarantee amount or any part thereof under this BankGuarantee only and only if you serve upon us a written claim or demand on or # beforethe expiry of 30 days from the date of expiry of this guarantee.9. This guarantee shall not be determined or affected by the liquidation or windingup, dissolution or change of constitution or insolvency of "the Supplier/Contractor",but shall in all respects and/for all purposes be binding and operative on "the Bank"until payment of all moneys payable by "the Supplier/Contractor" in terms thereof.MH2145-C000-PS-RFQ-0020Page 309 of 334


10. "The Bank" has power to issue this guarantor in favour of "the Corporation" in termsof the documents and/or the agreement/contract or MOU entered into between"the Supplier/Contractor" and "the Bank" in this regard.IN WITNESS whereof, Bank of _____________________ , has executed this document aton 20. .(For __________ Bank)(by its constituted attorney)(signature of a person authorizedto sign on behalf of "the Bank")MH2145-C000-PS-RFQ-0020Page 310 of 334


(INDEMNITY BOND)(TO BE NOTORISED AND ON STAMP PAPER OF APPROPRIATE VALUE)TO,Hindustan Petroleum Corporation Limited8 th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092ANNEXURE-KDear Sirs,WHEREAS Hindustan Petroleum Corporation Limited, a Government of India Company,registered under the Companies Act, 1956, having its Registered Office at 17, Jamshedji TataRoad, Bombay — 400020 (hereinafter called "the Indemnified" which expression shallinclude its successors and assigns) has awarded to M/s. .......................................................... aPartnership Firm/Sole Proprietor Business/a <strong>com</strong>pany having its RegisteredOffice at ..................................................................... (hereinafter called "the Indemnifier", whichexpression shall include its successors and assigns) a contract for conditions set out, inter-alia, in"the Indemnified" 's Purchase Order No. dated (hereinafter referred to as "The Said Contract")to "the Indemnifier".AND WHEREAS "the Indemnified" has agreed to supply to "the Indemnifier" rawmaterial/<strong>com</strong>ponents to the value of Rs (Rupees only) forincorporation in fabrication by "the Indemnifier" in terms of "the said contract", the<strong>com</strong>ponents/raw material to be supplied by "the Indemnified" to "the Indemnifier" for the saidfabrication, (hereinafter, for the sake of brevity, referred to as "the said material") and pendingfabrication and delivery at job-site of the <strong>com</strong>pleted fabricated work(s) incorporating "the saidmaterial" and accounting for "the said material" shall be under the sole custody and charge of "theIndemnifier" and shall be kept, stored, altered, worked upon and/or fabricated at the sole risk andexpenses of "the Indemnifier" ;As a Pre-condition to the supply of "the said material" by "the Indemnified" to "the Indemnifier",the Indemnified" has required "the Indemnifier" to furnish to "the Indemnified" security in themanner and upon terms and conditions hereinafter indicated :NOW THEREFORE, in consideration of the premises aforesaid "the Indemnifier" Shri………………, Shri………………….all directors/partners/sole proprietor of "the Indemnifier" inconsideration of aforesaid "contract" hereby irrevocably and unconditionally and jointly andseverally undertake to idemnify and always keep "the Indemnified" from and against all loss,damage and destruction (inclusive but not limited to any or all loss or damage or destruction to orof "the said material" or any item or part thereof) by theft, fire, flood, storm, tempest, lightning,explosion, storage, chemical or physical action or reaction, bending, wrapping, exposure, rusting,faulty workmanship, faulty fabrication or faulty method of technique of fabrication, riot, civil<strong>com</strong>motion or other act of omission or <strong>com</strong>mission whatsoever within or beyond the control of "theIndemnifier", misuse and misappropriation by "the Indemnifier's"MH2145-C000-PS-RFQ-0020Page 311 of 334


servants and/or agents whatsoever to, of or in "the said material" or any part or item thereofbetween the date that the same or relative part or item thereof was supplied to "the Indemnifier"upto and until the return to "the Indemnified" on due dates of "the said material" or relative part oritem hereof or <strong>com</strong>pleted fabricated work(s) incorporating the said material AND jointly andseverally undertake to pay to "the Indemnified" forthwith on first demand in writing without protestor demur the value of "the said material" or item part thereof lost, damaged, destroyed, misusedand/or misappropriated, as the case may be, inclusive of "the Indemnified" 's cost and expenses(inclusive but not limited to handling, transportation, cartage, insurance, freight, packing andinspection costs and/or expenses) as specified in the said demand.AND "the Indemnifier" hereby agree with "the Indemnified" that:1. This Indemnity shall remain valid and irrevocable until the settlement of all claims of "theIndemnified" arising hereunder :2. This Indemnity shall be in addition to any other Indemnity, Guarantee or Securitywhatsoever that "the Indemnified" may now or any time anywise have in relation to "theIndemnifier" 's obligations/liabilities under and/or in connection with the said contractinclusive of "the said material" and "the Indemnified" shall have full authority to takerecourse to or enforce this security in preference to the other security (ies) at its solediscretion, and no failure on the part of "the Indemnified" in enforcing or requiringenforcement of any other security shall have the effect of releasing "the Indemnifier" fromits full liability hereunder :3. "The Indemnified" shall be at liberty without reference to "the Indemnifier" and withoutaffecting the full liability of "the Indemnifier" hereunder to take any other such security inrespect of "the Indemnifier" 's obligations and/or liabilities under or in connection with the"said contract" inclusive of "the said material" and to vary the terms vis-a-vis "theIndemnifier" of "the said contract" or to grant time and/or indulgence to "the Indemnifier" orto reduce or to increase or otherwise vary the prices or the total contract value or thequantity, quality, description or value of the said material or to release or to forbear fromendorsement of all or any of the obligations of "the Indemnifier" under the said contract(inclusive of anything in respect of "the said material") and/or the remedies of "theIndemnified" under any other security(ies) now or hereinafter held by "the Indemnified" andno such dealing(s), variations(s), reduction(s), increase(s) or other indulgence(s) orarrangement(s) with "the Indemnifier" or release or forbearance whatsoever shall have theeffect of releasing "the Indemnifier" from their full liability to "the Indemnified" hereunder orof anywise prejudicing rights of "the Indemnified" against "the Indemnifier" and "theIndemnifier" hereby waive all rights, if any, at any time, inconsistent with the terms of thisIndemnity.4. This Indemnity shall not be determined or affected by the liquidation or winding up,dissolution, or change of constitution or insolvency of "the Indemnifier" and the obligationsof "the Indemnifier" in terms hereof shall not be anywise affected or suspended by reasonof any dispute or disputes having been raised by "the Indemnifier" (whether now pendingbefore any Arbitrator, Officer, Tribunal or Court) or any denial of liability by "the Indemnifier"or any other order or <strong>com</strong>munication whatsoever by "theMH2145-C000-PS-RFQ-0020Page 312 of 334


Indemnifier" stopping or preventing or purporting to stop or prevent any payment by "theIndemnifier" to "the Indemnified" in terms hereof :5. The mere statement made by or on behalf of "the Indemnified" in any notice or demandor other writing addressed to "the Indemnifier" as to any of "the said material" or item orpart thereof supplied to "the Indemnifier" having been lost, damaged, destroyed, misusedor misappropriated while in the custody of "the Indemnifier" before or after <strong>com</strong>pletion ofthe <strong>com</strong>pleted fabricated work(s) incorporating "the said material" and delivery at job sitethereof shall as between "the Indemnifier" and "the Indemnified" be conclusive of thefactum of "the said material" or item or part thereof having been supplied to "theIndemnifier" and/or the loss, damage, destruction, misuse or misappropriation thereof, asthe case may be, while in the custody of "the Indemnifier" and/or prior to the <strong>com</strong>pletionof the <strong>com</strong>pleted fabricated work(s) and delivery to job site thereof without necessity onthe part of "the Indemnified" to produce any documentary proof or other evidencewhatsoever in support of this;6. The amount stated in any notice of demand addressed by "the Indemnified" to "theIndemnifier" as the value of any of "the said material", lost, damaged, destroyed ormisused or misappropriated, inclusive relative to the cost and expenses incurred by "theIndemnified" in connection therewith shall as between "the Indemnifier" and "theIndemnified" be conclusive of the value of such "said material" and the said costs andexpenses as also of the amount liable to be paid by "the Indemnifer" to "the Indemnified"in terms and for the purpose of, without necessity for "the lndemnfied" to produce anyvoucher, bill or other documentation or evidence whatsoever in support thereof.In witness whereof "the Indemnifier" have hereunto set and subscribed his hand this day andyear first hereinabove written in the presence of witnesses.Yours faithfully,1)2)3)WITNESSES1.2.MH2145-C000-PS-RFQ-0020Page 313 of 334


UNDERTAKING (CORPORATE/ NON-CORPORATE ENTITY)ANNEXURE-LWe, .................................................. confirm that we are Corporate / Non- Corporate Entity .Stamp and Signature of BidderNote : This should be submitted in the Letter Head of the BidderMH2145-C000-PS-RFQ-0020Page 314 of 334


ANNEXURE-MBID FORMTo: (Name and address of Owner/Consultant) Date:Gentlemen,Having examined the Conditions of Contract and Specifications of tender document includingAddendum(s) / Corrigendum(s) in respect of LAYING OF PIPELINE AND ASSOCIATEDWORKS the receipt of which is hereby duly acknowledged, we the undersigned, offer to supplyand delivery (Description of Goods and Services) in conformity with the said Drawings, Conditionsof Contract and specifications for the same (total bid amount in words and figures) or such othersums as may be ascertained in accordance with the Schedule of Prices attached herewith andmade part of this bid.We undertake if our bid is accepted, <strong>com</strong>plete delivery as agreed and specified in the RFQdocument. If our bid is accepted we will obtain the guarantee of a Bank in a sum not exceeding(10) % of the Contract price for the due performance of the Contract.We agree to abide by this bid for a period of 120 days ( for Public <strong>Tender</strong>) from the date fixed forbid opening under Instructions to Bidders and it shall remain binding upon us and may beaccepted at any time before the expiration of that period.Until a formal contract is prepared and executed, this bid, together with your written acceptancethereof in your notification of award (Letter of Intent / Fax of Intent) shall constitute a bindingContract between us.We understand that you are not bound to accept the lowest or any bid, you may receive.Datedthis Day ofSignatureIn the capacity of duly authorized to sign bidfor an on behalf ofWitnessAddressSignature Of BidderMH2145-C000-PS-RFQ-0020Page 315 of 334


ANNEXURE-NUNDERTAKING OF ADEQUATE CAPACITYWe Confirm that our Plant / Facility has Adequate Capacity to handle Concurrent Ordersand the Supplies to be made to HPCL will not get delayed due to the concurrent ordersfrom other Clients.Stamp and Signature of BidderMH2145-C000-PS-RFQ-0020Page 316 of 334


ANNEXURE-OBANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF SUPPLIER /CONTRACTOR(on non-judicial stamp paper of appropriate value)To,Hindustan Petroleum Corporation Limited8 th Floor, North Tower, Scope MinarDistrict Centre ,Laxmi NagarNew Delhi -110092IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a Governmentof India Company registered under the Companies Act,1956, having its registered office at 17,Jamshedji Tata Road, Bombay -400 020 (hereinafter called "the Corporation" which expressionshall include its successors and assigns) having awarded to M/s_________________________a partnership firm/sole proprietor business/a <strong>com</strong>pany registered under the Companies Act, 1956having its office at________________ (hereinafter referred to as "the Supplier" which expressionshall wherever the subject or context so permits includes its successors andassigns) a supply contract in terms inter alia, of "the Corporation's" Order No. ______________dated ______________________ and the General purchase conditions of "the Corporation" andupon the condition of "supplier's" furnishing security for the performance of "the Supplier's"obligations and/or discharge of "the supplier's" liability under and/or in connection with the saidsupply contract upto a sum of Rs.________ (Rupees_________________________________ )amounting to 10% (ten percent) of the total contract value.We, (hereinafter called "the Bank" which expression shall include its successors and assigns)hereby jointly and severally undertake and guarantee to pay to "the Corporation" in rupeesforthwith on demand in writing and without protest or demur of any and all moneys anywisepayable by "the Supplier" to "the Corporation" under, in respect of or in connection with the saidsupply contract inclusive of all the Corporation's losses and damage and costs, (inclusive betweenattorney and client) charges, and expenses and other moneys anywise payable in respect of theabove as specified in any notice of demand made by "the Corporation" to the Bank with referenceto this Guarantee upto and aggregate limit of Rs________________. (Rupees_________________ ) and "the Bank" hereby agrees with "the Corporation" that:1. This Guarantee/Undertaking shall be a continuing Guarantee / Undertaking and shallremain valid and irrecoverable for all claims of "the Corporation" and liabilities of "theSupplier" arising upto and until midnight of _____________MH2145-C000-PS-RFQ-0020Page 317 of 334


2 This Guarantee/Undertaking shall be in addition to any other guarantee or securitywhatsoever that "the Corporation" may now or any time anywise have in relation to "theSupplier's obligation/liabilities under and/or connection with the said supply contract, and"the Corporation" shall have full authority to take recourse to or enforce this security inpreference to the other security(ies) at its sole discretion and no failure on the part of"the Corporation" to enforcing or requiring enforcement to any other security shall havethe effect of releasing "the Bank" from its full liability hereunder.3 "The Corporation" shall be at liberty without reference to "the Bank" and without affectingthe full liability of "the Bank" hereunder to take any other security in respect of "theSupplier's" obligation and/or liabilities under or in connection with the said supply contractand to vary the term vis-a-vis "the supplier" of the said supply contract or to grant timeand/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary theprices of the total contract value or to release or to forebear from enforcement of all or anyof the obligations of "the supplier" under the said supply contract and/or the remedies of"the Corporation" under any other security(ies) now or hereafter held by "the Corporation"and no such dealing(s), variation(s) or other indulgence(s) or agreement(s) with "thesupplier" or release of forbearance whatsoever shall have the effect of releasing "theBank" from its full liability to "the Corporation" hereunder or of prejudicing rights of "theCorporation" against "the Bank".4. This Guarantee/Undertaking shall not be determined or affected by the liquidation orwinding up, dissolution or change of constitution or insolvency of "the supplier" but shallin all respects and for all purposes be binding and operative until payment of all moneyspayable to "the Corporation" in terms hereof5. "The Bank" hereby waives all rights at any time inconsistent with the terms of thisGuarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not beanywise affected or suspended by reason of any dispute having been raised by "thesuppliers" (whether or not pending before any arbitrator, officer, tribunal or court) or anydenial of liability by "the supplier" or any other order of <strong>com</strong>munication whatsoever by"the supplier" stopping or preventing or purporting to stop or prevent any payment by"the Bank" to "the Corporation" in terms hereof.6. The amount stated in any notice of demand addressed by "the Corporation" to "theBank" as liable to be paid to "the Corporation" by "the supplier" or as suffered orincurred by "the Corporation" on account of any losses or damages or costs,charges/and/or expenses shall be as between "the Bank" and "the Corporation" beconclusive of the amount so liable to be paid to "the Corporation" or suffered or incurredby "the Corporation", as the case may be, and payable by "the Bank" to "theCorporation", in terms hereof.7. Notwithstanding anything contained herein above:i) Our liability under this guarantee shall not exceed Rs……………..ii)iii)This Bank Guarantee shall be valid upto and including ; andWe are liable to pay the guarantee amount or any part thereof under this BankGuarantee only and only if you serve upon us a written claim or demand on or #before the expiry of 30 days from the date of expiry of this guarantee.MH2145-C000-PS-RFQ-0020Page 318 of 334


8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms ofthe documents and/or the agreement/contract or MOU entered into between "thesupplier" and "the Bank" in this regard.IN WITNESS Where of __________________ Bank, has executed this document at________________ on _______________ 20….Bank(by its constituted attorney)(Signature of a person authorized tosign on behalf of "the Bank")MH2145-C000-PS-RFQ-0020Page 319 of 334


Annexure-PNAME OF SUPPLY : ………………………….DEVIATION SHEETBIDDING DOCUMENT NO. : ……………………………….EXCEPTION AND DEVIATIONS STATEMENTBidder shall list all the deviations in the following given format ONLY. Bidder may stipulateexceptions and deviations to Bidding Document, if considered unavoidable as per the following format:Sl.No.Page No. of <strong>Tender</strong> DocumentChapter/ClauseNo.SubjectDeviationsStamp and Signature of BidderNote : To be submitted on letter head of <strong>com</strong>pany.MH2145-C000-PS-RFQ-0020Page 320 of 334


ANNEXURE-QBUSINESS RULE AND TERMS & CONDITIONS - REVERSE AUCTIONBUYER NAMEHINDUSTAN PETROLEUM CORPORATION LIMITEDAUCTION TO BECONDUCTED BYDetails will be provided laterDATE OF AUCTIONDate: Will be intimated later DynamicSealed Bid:Reverse Auction:DOCUMENTS ATTACHED1) BUSINESS RULES FOR REVERSE AUCTION (ANNEXURE —Q.I)2) TERMS & CONDITIONS OF REVERSEAUCTION (ANNEXURE — Q.II)3) ITEM DESCRIPTION (ANNEXURE — Q.III)4) PROCESS COMPLIANCE STATEMENT(ANNEXURE — Q.IV)5) POST RA PRICE CONFIRMATION(ANNEXURE — Q.V)6) CONTACT INFORMATION (ANNEXURE —Q.V1)321 of 373


ANNEXURE - Q.1Business Rules for finalization of order for LAYING OF PIPELINE AND ASSOCIATED WORKS forRewari Kanpur Pipeline Project(<strong>Tender</strong> No.12000XXX13000011-HD-10129)Auction ModeHPCL — Mumbai proposes for LAYING OF PIPELINE AND ASSOCIATED WORKS (<strong>Tender</strong>No. 12000XXX13000011-HD-10129) through reverse auction mode. HPCL has madearrangements with M/s……….who shall be HPCL's authorized service provider for the same.Please go through the guidelines given below and submit your acceptance to the same.1. Online reverse auction shall be conducted by HPCL from its .................. , on a prespecifieddate, while the vendors shall be quoting from their own offices / place of theirchoice. Internet connectivity shall have to be ensured by each agency themselves. Inextreme case of failure of Internet connectivity, (due to unforeseen circumstances,excluding power failure), fax <strong>com</strong>munication shall have to be made immediately. Faxto be sent to Fax No ............................................. addressed to ............ / M/s ...........may decide to extend the bidding time, at their discretion, but not as your right.2. M/s ............................. shall arrange to demonstrate / train your nominated person(s),without any cost to you. They shall also explain you all the Rules related to theReverse Auction / Business Rules Document to be adopted along with bid manual(which is available on the website —" .......................... "). You are required to give your<strong>com</strong>pliance on it before start of bid process.3. The normal public e tendering process will be followed for receipt of unpriced andpriced bids. Unpriced bids will be opened first. Technically and <strong>com</strong>mercially acceptedbidders will be asked to submit their sealed bids (start bid) online during a specifiedday and time frame as advised by HPCL.4. The Bid Amount of the bidder for the Sealed Bid and for the Reverse Auctionshall be the Total Order value inclusive of taxes5. Start Bid Price shall be determined on the basis of the offers received duringDynamic Sealed Bid. Prices of various bidders including lowest bidder shall getestablished only at the conclusion of Reverse Auction event.6. HPCL will pre-decide the <strong>com</strong>mercial loading, on account of <strong>com</strong>mercial deviationsif any. The loading factors shall be intimated to you in advance. The total deliveredcost (i.e. total order value incl. taxes & duties) will be total of the item-wisedelivered cost (i.e. order value incl. taxes & duties).MH2145-C000-PS-RFQ-0020Page 322 of 334


7. Procedure of Reverse AuctioningAuction shall be in two parts-i) Dynamic Sealed Bidii) English Reverse (no ties) {Reverse Auction}.i. Dynamic Sealed Bid, in which the Bidders are required to upload the excel sheet withtheir unit rates duly filled in. The <strong>com</strong>puted total delivered cost as per the excel sheetshould be entered in the field provided for the same, at the time of submission of DynamicSealed Bid. Please note that in case of any discrepancy between the total delivered costentered online in the field provided, and the total delivered cost as per the uploaded excelsheet, then the amount entered online will be taken as the total delivered cost quoted by thebidder. Hence, bidders are requested to exercise utmost caution while entering their totaldelivered cost online. As a "Good Practice", it is suggested that the Bidders copy the totaldelivered cost from the excel sheet and paste the same in the field provided online. TheSealed Bid submission shall be open for duration of 20 minutes, so that all the participatingbidders can enter their data correctly. In this type of Auction, Vendors shall be allowed toquote / revise the unit rates till the <strong>com</strong>pletion of the duration of the Dynamic Sealed Bid, byuploading the revised excel sheet, before the expiry of the duration of the Sealed Bid. Allthe participating Bidders must submit at least one Bid during the Dynamic Sealed Bidprocess. The bidders will be allowed to submit any number of bids till the <strong>com</strong>pletion of theduration of the Dynamic Sealed Bid. The last bid submitted by any bidder before theconclusion of the Dynamic Sealed Bid will be taken as the final bid for determining the StartBid Price for the Reverse Auction. Bidders will not be able to see the Bids of other Biddersas well as the Lowest Bid for any Line Item. The Dynamic Sealed Bid is only for determiningthe Start Bid Price for the Reverse Auction, and not for the purpose of determining thelowest bidder. However, the unit rates (as per the final bid) quoted by the bidders during theDynamic Sealed Bid shall be prorated to match the total delivered cost quoted by thebidders at the conclusion of the Reverse Auction process.ii. English Reverse (no ties) {Reverse Auction} : HPCL will display the Start Bid price(SBP), which shall be visible to the all vendors at the start of the Reverse Auction. Biddersshall be required to start bidding now from this Start Bid price / Opening Price.iii. Bidders must quote for the <strong>com</strong>plete quantity of each item as per the schedule of quantitiesin the tender document. In case any bidder is not submitting offer against one or more ofthe tendered items, the same must be indicated in their un-priced bids.iv. The bid decrement amount shall be specified by HPCL before start of Reverse Auction.The bidder can bid lower than the prevailing Lowest Bid at any time during the auction byone decrement or multiples of the Bid decrement.MH2145-C000-PS-RFQ-0020Page 323 of 334


v. After the <strong>com</strong>pletion of English Reverse (no ties), the Closing Price (CP) of allparticipating bidders shall be available. All the bidders must submit the final priceconfirmation through fax to HPCL (Fax No. ).vi. Order shall be placed on the lowest bidder, basis overall lowest delivered cost after theconclusion of reverse auction event.vii. The Closing Price(s) offered by the bidders at the conclusion of the Reverse Auctionshall be kept valid for a minimum period of One Month from the date of the ReverseAuction or 120 days from the due date / extended due date of tender whichever is later.8. Successful bidder / vendor shall be required to submit the final prices item-wise,worked out on pro-rata basis from the total delivered cost after Reverse Auction,in HPCL Price Format, duly signed and stamped as token of acceptance withoutany new conditions other than those already agreed to before start of auction.9. English Reverse (no ties) Auction shall be for a period of 60 minutes. If a bidderplaces a Bid in the last 5 minutes of Closing of the Auction, the auction shall getextended automatically for another 5 minutes. In case, there is no Bid in the last 5minutes of closing of Auction, the Auction shall get closed automatically without anyextension.10. During English Reverse (no ties), if no bid is received within the specified time, HPCL,at its discretion, may decide to revise Sealed Bid price and start the Reverse Auctiononce again / scrap the reverse auction process / proceed with conventional mode oftendering (opening of Priced bids submitted by you along with your un - priced bids).11. Your bid will be taken as an offer to sell. Bids once made by you, cannot be cancelled /withdrawn and you shall be bound to sell the material as mentioned above at your finalbid price, and as per the specifications and terms & conditions mentioned in the tender.Should you back out and not make the supplies as per the rates quoted, or incase the material supplied is not as per specifications mentioned in the tender,HPCL shall take appropriate action as per the terms & conditions mentioned inin <strong>Tender</strong>.12. You shall be assigned a Unique User Name & Password. You are advised to change thePassword and edit the information in the Registration Page after the receipt of initialPassword to ensure confidentiality. All bids made from the Login ID given to you will bedeemed to have been made by your Company.13. You shall be able to view the following on your screen along with the necessary fields in theEnglish Reverse (no ties) { Reverse Auction} :a. Leading Bid in the Auction (Total Delivered Cost)b. Bid Placed by youc. Start Bid Price.MH2145-C000-PS-RFQ-0020Page 324 of 334


14. At the end of the Reverse Auction, HPCL will decide the successful bidder, basislowest total delivered cost. HPCL's decision on award of Contract shall be final andbinding on all the Bidders.15. HPCL shall be at liberty to call the lowest bidder for negotiations/cancel the reverseauction process/tender at any time before ordering without assigning any reason.16. HPCL shall not have any liability to bidders for any interruption or delay in access tothe site irrespective of the cause.17. You are required to submit your acceptance to the terms/conditions/modalities givenabove before participating in the reverse auction.18. In case any bidder does not accept participation in reverse auction process andreverse auction terms and conditions, the offer of the bidder shall be liable for rejectionat the sole discretion of HPCL.19. In case a bidder agrees for reverse auction in the unpriced bid but withdrawsacceptance any time after tender due date and time, the EMD of such bidder shall beforfeited along with rejection of offer at the sole discretion of HPCL.MH2145-C000-PS-RFQ-0020Page 325 of 334


Annexure – Q.IIN.B.Terms & Conditions of Reverse Auction1. PROXY BIDS : Proxy bidding feature is a pro-supplier feature to safe guard the supplier'sinterest of any Internet failure or to avoid last minute rush. The Proxy feature allows Biddersto place an automated bid against other Bidders in an auction and bid without having toenter a new amount each time a <strong>com</strong>peting Bidder submits a new offer. The bid amountthat a Bidder enters is the minimum that the Bidder is willing to offer. Here the software bidson behalf of the supplier.−−The proxy amount is the minimum amount that the Bidder is willing to offer. Duringthe course of bidding, the Bidder cannot delete or change the amount of a ProxyBid.Bids are submitted in decrements (decreasing bid amounts). The applicationautomates proxy bidding by processing proxy bids automatically, according to thedecrement that the auction originator originally established when creating theauction, submitting offers to the next bid decrement each time a <strong>com</strong>peting Bidderbids, regardless if <strong>com</strong>peting bids are submitted as proxy or standard bids.2. GENERAL TERMS & CONDITIONS: Bidders are required to read the "Terms andConditions" section of the auctions site ( .................... ) using the Login Ids and passwordsgiven to them.3. OTHER TERMS & CONDITIONS:−−−−−−The Bidder shall not involve himself or any of his representatives in Pricemanipulation of any kind directly or indirectly by <strong>com</strong>municating with other suppliers/ bidders.The Bidder shall not divulge either his Bids or any other exclusive details of HPCLto any other party.HPCL's decision on award of Contract shall be final and binding on all the Bidders.HPCL along with .................................. can decide to extend, reschedule or cancelany Auction. If any changes are made by HPCL and / or after the first posting andthe Bidder continues to access the site after that time, it shall be presumed that thebidder has accepted the changes.HPCL & .............................................. shall not have any liability to Bidders for anyinterruption or delay in access to the site irrespective of the cause.HPCL & .................................. shall not be responsible for any damages, includingdamages that result from, but are not limited to negligence. HPCL &.......................................... will not be held responsible for consequential damages,including but not limited to systems problems, inability to use the system, loss ofelectronic information etc.− All the Bidders are required to submit the Agreement Form (Annexure - III) duly signed to .Pvt. Ltd. After the receipt of the Agreement Form, Log in ID & Password shall be allotted tothe participating bidders.MH2145-C000-PS-RFQ-0020Page 326 of 334


−After the <strong>com</strong>pletion of the Auction event, all the Bidders have to submit the final offeredPrice in the format as per Annexure -IV, immediately to HPCL for further proceedings.The unit prices quoted by the bidders during the Dynamic Sealed Bid shall be prorated asper the final bid prices.− For item description please refer the tender document.MH2145-C000-PS-RFQ-0020Page 327 of 334


Annexure- Q.IIIProcess Compliance Form(The bidders are required to print this on their <strong>com</strong>pany's letter head sign & stamp before faxing)To,Sub : Agreement to the Process related Terms and Conditions.Dear Sir,( .......................................................................................................)This has reference to the Terms & Conditions for the Reverse Auction mentioned in the BusinessRules.This letter is to confirm that :1) The undersigned is authorized representative of the <strong>com</strong>pany.2) We have studied the Terms & Conditions mentioned in the Business rules governing theReverse Auction as mentioned in your letter and confirm our acceptance of the same.3) We also confirm that we have undergone the training on the auction tool and haveunderstood the functionality of the same thoroughly.We, hereby confirm that we will honour the Bids placed by us during the auction process.With regards,Signature with <strong>com</strong>pany sealName-Company / Organization -Designation within Company / Organization -E mail id :- Sign this document and Fax to ................................................................MH2145-C000-PS-RFQ-0020Page 328 of 334


To,Post RA Price ConfirmationAnnexure Q.IV(Bidders are required to print this on their <strong>com</strong>pany's letter head sign & stamp before faxing)Sr. Manager - Procurement8 th Floor, North Tower, SCOPE Minar,Laxmi Nagar District centre, Delhi-110092Sub: Final price quoted during reverse auction ( ................................................................. ).Dear Sir,We confirm that we have quoted :Rs. ____________________________________________________________________________(Total Delivered Cost in words)as our final lump sum price during the Reverse Auction conducted today.This offer is valid for a period of One Month from the date of the Reverse Auction or 120 days fromthe due date / extended due date of tender whichever is later.We agree for proration of the item wise unit rates quoted by us during the Dynamic Sealed bid tomatch the total delivered cost mentioned above. In case of the order being placed on us, we agreeto execute the same as per the Terms & Conditions and Specifications mentioned in T E…………………………………………………………………Thanking you,Yours sincerely,Name :Designation :Company :Date :Seal :MH2145-C000-PS-RFQ-0020Page 329 of 334


Annexure Q.VCONTACT INFORMATION............................. LTD.(Service Provider)HPCLTo be provided laterMH2145-C000-PS-RFQ-0020Page 330 of 334


Annexure –RNSIC CERTIFICATE DETAILSTO BE FILLED BY BIDDERS REGISTERED WITH NSIC1 NAME OF BIDDER2 WHETHER REGISTERED WITH NSIC : YES /NO3 WHETHER COPY OF NSIC CERTIFICATEENCLOSED : YES / NO4 NSIC REGISTRATION CERTIFICATE IS VALIDUPTO5 MONETARY LIMIT OF NSIC REGISTRATIONCERTIFICATE6 WHETHER ITEM QUOTED IS COVERED INNSIC REGISTRATION CERTIFICATE IF YES,PLEASE MENTION THE ITEM NAME IN NSICCERTIFICATE UNDER WHICH TENDEREDITEM IS COVERED7 Whether you have succeeded in securing ordersfor same items (item quoted), in <strong>com</strong>petition (i.e.without price preference) with large scale unitsduring the preceding 12 months (from the dateof this tender. (say : yes or no)Stamp and Signature of BidderMH2145-C000-PS-RFQ-0020Page 331 of 334


Annexure –SCERTIFICATE OF NON-IN<strong>VOL</strong>VEMENT OF AGENTHindustan Petroleum Corporation LimitedNew Delhi-110092Dear Sir,This is to certify that we have not engaged involve any Agent/Consultant/Retainer/Associate who is not an employee of _____________________(name of your <strong>com</strong>pany) for payment of any remuneration thereof in India or abroad.Therefore, no Agent’s / Representative’s / consultant’s <strong>com</strong>mission is payable in India orabroad against this Contract.Stamp and Signature ofBidderNotes:1. This certificate should be issued in the Letter Head of the Bidder.2. This certificate is to be issued only if there is no Agent/Consultant/Retainer/Associate is involved.MH2145-C000-PS-RFQ-0020Page 332 of 334


CHAPTER NO.7TECHNICAL PARTMH2145-C000-PS-RFQ-0020Page 333 of 334


CHAPTER NO.8PRICE BID FORMATMH2145-C000-PS-RFQ-0020Page 334 of 334


Item No. 30 Character Short Description Item Description Unit QuantityPRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Unit Price Ex-works incl. P Total Price Excise CST/LST/VAT Unit Freight charges Service Tax Unit Transit Unit Octroi / Total Price FOT site Total CIF Import Duty amount& F charges, taxes & Exworks Duty Without extra upto respective including Insurance Entry Tax extra including all taxes / Value of considered on CIFduties incl custom duties if excluding ED & ST (Applicabl concessional Project site(s) cess on charges extra upto respective duties, Freight, Import value at Col.14 andany on <strong>com</strong>ponents and on finished goods e extra on form including all taxes & Freight upto respective project Service Tax on Content included in Col. 6raw material but excludingcol. 5(applicable duties except TransitCharges project site site.(Applicable Freight, Transit included in [Item-wise details to(applicable (Applicable extra on Col.( Insurance upto Col. 6 be filled in FormatED & ST on finished goodsextra on col. 5) Insurance, Octroiextra on Col. extra on col. 5) 5+7+8) ) respective projectCIF/ CD (as/Entry Tax & Service9)site Includingenclosed herewith)]TaxOctroi/entry Tax etc.1 2 3 4 5 6 7 8 9 10 11 12 13 14 15SUPPLYSUPPLY including procurement and transportation to worksite (s) / workshop (s) including loading , unloading and handling for the followingmaterials to be supplied by Contractor as per the requirement of PMS , specifications, data-sheets, standards, instructions of Owner /Engineer-In-Charge and other provisions of Contract.BARRED TEESupply of Barred Tee as per details below:1 Barred tee 18"*16"Tkh8.7mm (Size-18INCH x 16INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-8.7mm x 8.7mm, Standard-MSS SP-75,NOS 1SPECIFICATION No. MH2145-C000-PL-SPC-0008)Supply of Barred Tee as per details below:2 Barred tee 18"*16"Tkh7.1mm (Size-18INCH x 18INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-7.1mm x 7.1mm, Standard-MSS SP-75,NOS 2SPECIFICATION No. MH2145-C000-PL-SPC-0008)MONOLITHIC ISOLATION JOINT345Supply of Carbon Steel Monolithic Isolation Joints as per details below:MONOLITHIC IJ 18" Thk 8.7(Size-18INCH, Pipe Thk-8.7mm, Material-ASTM A694 F65, Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)Supply of Carbon Steel Monolithic Isolation Joints as per details below:MONOLITHIC IJ 18" Thk 7.1(Size-18INCH, Pipe Thk-7.1mm, Material-ASTM A694 F65, Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)Supply of Carbon Steel Monolithic Isolation Joints as per details below:MONOLITHIC IJ 21" sch 80(Size-2INCH, Pipe Sch-80, Material-ASTM A105 Gr.B (HOLD), Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)VALVESNOS 2NOS 1NOS 266 valve Size3/4 " #150Supply of Carbon steel Ball Valves as per details below: -Size 3/4 INCH , Rating 150 , Ends Flanged RF , BODY/BONNET – A105N, TRIM –SS 316 SEALS PTFE, DIMENSION / DESIGN AS PER B16.10 / BS EN ISO 17292, API 6D. REDUCED BORE,Tag No. BA-C100-RNOS 37valveSize3/4 " #600Supply of Carbon steel Ball Valves as per details below: -Size 3/4 INCH , Rating 600 , Ends Flanged RF , Standard BS 5351 / API 6D ,BODY/BONNET – ASTM A216 WCB, TRIM - AISI316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B16.10 / BS EN ISO 17292, API 6D.REDUCED BORE, Tag No. BA-C600-RNOS 38valve 1" #150Supply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 150 , Ends Flanged RF ,BODY/BONNET – A105N, TRIM – SS316 SEALS PTFE, DIMENSION / DESIGN AS PER B16.10 / BS EN ISO 17292, API 6D. REDUCED BORE , Tag No. BA-C100-RNOS 19valve 1" #600Supply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – A105N, TRIM -AISI316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE, Tag No. BA-C600-RNOS 1110valve 2" #600Supply of Carbon steel Ball Valves as per details below: -Size 2 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTM A216 WCB,TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE , Tag No. BA-C600-RNOS 121112131415161718valve 4" #6004" #600 with elec sensorvalve Check 1" #150valve Globe 4" #600valve Plug 1" 150#valve Plug 3/4 600#valve Plug 1" 800#DBBV VALVES 1" 600#Supply of Carbon steel Ball Valves as per details below: -Size 4 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTM A216 WCB,TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE, Tag No. BA-C610-RSupply of Carbon steel Ball Valves (with electronic position sensor) as per details below: -Size 4 INCH , Rating 600 , Ends Flanged RF ,BODY/BONNET – ASTM A216 WCB, TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D.REDUCED BORE, Tag No. BA-C610-R-INSupply of Lift Check Valves as per details below : -Size 1 INCH , Rating 150 , Ends Flanged RF , LIFT TYPE, BODY – A105N, TRIM 13% Cr,DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 15761, Tag No. CH-C110Supply of Carbon Steel Globe Valves as per details below : -Size 4 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTM A216WCB,TRIM – 13% Cr, DIMENSIONS / DESIGN AS PER B 16.10 / BS1873, GEAR OP , Tag No. GL-C600-GSupply of Carbon Steel Plug Valves as per details below: -Size 1 INCH , Rating 150 , Ends flanged , BODY ASTM A105N, TRIM SS 316,PTFE, TO BS 5353 / API 599, FULL PORT, Tag No. PL-C110Supply of Carbon Steel Plug Valves as per details below:-Size 3/4 INCH , Rating 600 , Ends flanged , BODY ASTM A105N, TRIM SS 316,PTFE, TO BS 5353 / API 599, FULL PORT , Tag No. PL-C610Supply of Carbon Steel Plug Valves as per details below:-Size 1 INCH , Rating 800 , Ends Socket weld, BODY ASTM A105N, TRIM SS 316,PTFE, TO BS 5353 / API 599, REGULAR PATTERN, SW CLASS 6000, Tag No. PL-C804Supply of Carbon Steel Double Block and Bleed Valves as per details below : - Size 2 INCH , Rating 600 , Ends Flanged RF X FNPT , CSBODY, SS 316 TRIM, PTFE, REDUCED BORE BALL VALVE WITH NEEDLE BLEEDER VALVE, ½” FNPT INST. CONN., API 6D , Tag No.DBC608NOS 6NOS 4NOS 1NOS 2NOS 19NOS 9NOS 2NOS 81920valve Ball 1" 600#DBB valve 1"X 1/2" 600#Supply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – A105N, TRIM -AISI316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE, Tag No. BA-600-RSupply of Carbon steel Double Block & Bledd Valves as per details below: -Size 2 INCH X ½ INCH , Rating 600 , Ends Flanged RF X FNPT ,CS BODY, SS 316 TRIM, PTFE, REDUCED BORE BALL VALVE WITH NEEDLE BLEEDER VALVE, ½” FNPT INST. CONN., API 6D , TagNo. DB-C608NOS 20NOS 20PIPES, FLANGES & FITTINGSSupply of Weldolet conforming to MSS-SP-97 and as per details given below:21 NOS 52weldolet 18" 8.7 mm(Size1 - 18INCH , Thk1/Sch1-8.7mm, Size2 - 2INCH, Thk2/Sch2 - Sch80, Material-ASTM A105)Supply of BW Weldolet as per details given below: Size1- 16 INCH ,Sch- 80 , Size2 – 2 INCH, Sch 80 , MaterialASTM A 694 Gr. F52, Dmn.22NOS 2BW weldolet 16" sch 80 Std. MSS-SP-97Supply of BW Weldolet as per details given below: Size1- 16 INCH ,Sch- 80 , Size2 – 3 INCH, Sch 80 , MaterialASTM A 694 Gr. F52, Dmn.23NOS 2BW weldolet 16" sch 80 Std. MSS-SP-97Supply of Sockolet conforming to MSS-SP-97 and as per details given below:24 Sockelet 18" 2-3/4" 6000#NOS 3(Size1-18INCH, Size2-3/4INCH, Rating-6000, Material-ASTM A105)Supply of Sockolet as per details given below: Size1- 2 INCH , Size2 - 1 INCH, Material ASTM A105N,Sch / Rating 3000 #, Dmn. Std.25NOS 11Sockelet 2"-1" 3000#MSS-SP-97Supply of Sockolet as per details given below: Size1- 4 INCH , Size2 - 1 INCH, Material ASTM A105N, Sch / Rating 6000 #, Dmn. Std.26NOS 2Sockelet 4"-1" 6000#MSS-SP-97Supply of Sockolet as per details given below: Size1- 8 INCH , Size2 – 3/4 INCH, Material ASTM A105N, Sch / Rating 3000 #, Dmn. Std.27NOS 3Sockelet 8"-3/4" 3000# MSS-SP-97Supply of Sockolet as per details given below: Size1- 16 INCH , Size2 – 3/4 INCH, MaterialASTM A 694 Gr. F52, Sch / Rating 6000 #,28NOS 4Sockelet 16"-3/4" 3000# Dmn. Std. MSS-SP-97Supply of Sockolet as per details given below: Size1- 16 INCH , Size2 – 1 INCH, MaterialASTM A 694 Gr. F52, Sch / Rating 6000 #,29NOS 3Sockelet 16"-1" 6000# Dmn. Std. MSS-SP-97Supply of 90°Elbow conforming to ASME B16.9 and as per details given below:30NOS 13(Size-2INCH, Rating-6000, Material-ASTM A234 Gr. WPB, BE)90 Deg elbow 2" 6000#Supply of Flange conforming to ASME B16.5 and as per details given below:31 Flange 2" 600#NOS 23(Size-2INCH, Rating-600 #, Sch-Sch80, Material-ASTM A105, WNRF)Supply of Flange conforming to ASME B16.5 and as per details given below:32 Flange 18" 600#NOS 4(Size-18INCH, Rating- 600#, Thk-8.7mm, Material-ASTM A105, WNRF)Supply of Blind Flange conforming to ASME B16.5 and as per details given below:33 Blind Flg 2" 600#NOS 28(Size-2INCH, Rating-600#, Material-ASTM A105, WNRF)Supply of Socket Welded Flanges as per details below: Size 3/4 INCH , Rating 150 , Material ASTM A105N , Face/Finish RF/125AARH ,34NOS 9Sock Welded Flg 3/4" 150# Dmn. Std. ASME B16.5 ,Supply of Socket Welded Flanges as per details below: Size 3/4 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH ,35NOS 68Sock Welded Flg 3/4" 600# Dmn. Std. ASME B16.5 ,Supply of Socket Welded Flanges as per details below: Size 1 INCH , Rating 150 , Material ASTM A105N , Face/Finish RF/125AARH ,36NOS 69Sock Welded Flg 1" 150# Dmn. Std. ASME B16.5 ,Supply of Socket Welded Flanges as per details below: Size 1 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH ,37NOS 6Sock Welded Flg 1" 600# Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 4 INCH , Rating 150 , Thk/Sch 40 , Material ASTM A105N , Face/Finish38NOS 6WN flange 4" 150#RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 2 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A105N , Face/Finish39NOS 76WN flange 2" 600#RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 2 INCH , Rating 600 , Thk/Sch 40 , Material ASTM A105N , Face/Finish40NOS 9WN flange 2" 600#RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 2 INCH , Rating 150 , Thk/Sch 40 , Material ASTM A105N , Face/Finish41NOS 6WN flange 2" 150#RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 4 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A105N , Face/Finish42NOS 17WN flange 4" 600#RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 8 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A105N , Face/Finish43NOS 9WN flange 8" 600#RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 16 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A694 Gr. F52 ,44NOS 14WN flange 16" 600#Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Blind Flanges as per details given below:Size 4 INCH , Rating 150 , Material ASTM A105N , Face/Finish RF/125AARH , Dmn. Std.45NOS 2Blind flg 4" 150#ASME B16.5 ,Supply of Blind Flanges as per details given below:Size 1 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH , Dmn. Std.46NOS 2Blind flg 1" 600#ASME B16.5 ,Supply of Blind Flanges as per details given below:Size 16 INCH , Rating 600 , Material ASTM A694 Gr. F52 , Face/Finish RF/125AARH ,47NOS 3Blindflg 16" 600#Dmn. Std. ASME B16.5 ,Supply of Carbon Steel Seamless Pipes as per details below:Size 3/4 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B , Ends PE , Dmn. Std.48M 29CS pipe 3/4" sch80ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 1 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B , Ends PE , Dmn. Std.49M 75CS pipe 1" sch80ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 2 INCH , Thk/Sch 40 , Material ASTM A106 Gr.B , Ends BE , Dmn. Std.50M 51CS pipe 2" sch40ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below: Size 4 INCH , Thk/Sch 40 , Material ASTM A106 Gr.B / ASTM A 106 GR.B / API51M 106CS pipe 4" sch405L GR. B, Seamless, Ends BE , Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 2 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B , Ends BE , Dmn. Std.52M 114CS pipe 2" sch80ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below: Size 4 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B / API 5L GR. B,53M 58CS pipe 4" sch80Seamless, TO ASME B36.10, BE , Ends BE , Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 8 INCH , Thk/Sch 80 , ASTM A 106 GR.B / API 5L GR. B, Seamless, TO54M 55CS pipe 8" sch80ASME B36.10, BE , Ends BE , Dmn. Std. ASME B36.10Supply of Carbon Steel Pipes as per details below:Size 16 INCH , Thk/Sch 80 , Material API 5L GR. X52, LSAW, Ends BE , Dmn. Std.55M 157CS pipe 16" sch80ASME B36.10Supply of Reducing Tee conforming to MSS SP-75 and as per details given below:56 Reducing Tee 18" X 18" 8.7mmNOS 1(Size-18INCH x 8INCH, Thk/Sch-8.7mm x Sch.80, Material-ASTM A234 Gr.WPB, Seamless)Supply of Equal Tee conforming to MSS SP-75 and as per details given below:57 Equal tee 18" 8.7mmNOS 3(Size-18INCH, Thk-8.7mm, Material-ASTM A234 Gr.WPB, Seamless)58Supply of Seamless BW Cap as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB , Dmn. Std. ASME B16.9 NOS 3Seamless BW cap 1" sch8059 SW Cap 1" 6000# Supply of SW Cap as per details given below:Size 1 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME B16.11 NOS 260616263646566676869707172737475767778Supply of 1.5 D 45 SW Elbow as per details given below:Size 1 INCH , Thk/Sch 3000# , Material ASTM A105N , Dmn. Std. ASME B16.11 , NOS 21.5 D 45 SW Elbow 1" 3000#Supply of 1.5 D 45 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 61.5 D 45 SW Elbow 2" sch40 ASME B16.9 ,Supply of 1.5 D 45 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 111.5 D 45 SW Elbow 4" sch80 ASME B16.9 ,Supply of 1.5 D 45 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 51.5 D 45 SW Elbow 2" sch80 ASME B16.9 ,Supply of 1.5 D 45 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 31.5 D 45 SW Elbow 4" sch80 ASME B16.9 ,Supply of 1.5 D 45 BW Elbow as per details given below:Size 8 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 31.5 D 45 SW Elbow 8" sch80 ASME B16.9 ,Supply of 1.5 D 90 SW Elbow as per details given below:Size 1 INCH , Thk/Sch 3000# , Material ASTM A105N , Dmn. Std. ASME B16.11 , NOS 401.5 D 90 SW Elbow 8" 3000#Supply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 331.5 D 90 SW Elbow 2" sch40 ASME B16.9 ,Supply of 1.5 D 90 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 291.5 D 90 SW Elbow 4" sch40 ASME B16.9 ,Supply of 1.5 D 90 SW Elbow as per details given below:Size 3/4 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME B16.11 , NOS 271.5 D 90 SWElbow 3/4" 6000Supply of 1.5 D 90 SW Elbow as per details given below:Size 1 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME B16.11 , NOS 131.5 D 90 SW Elbow 1" 6000#Supply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 311.5 D 90 SW Elbow 2" sch80 ASME B16.9 ,Supply of 1.5 D 90 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 181.5 D 90 SW Elbow 4" sch80 ASME B16.9 ,Supply of 1.5 D 90 BW Elbow as per details given below:Size 8 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 161.5 D 90 SW Elbow 8" sch80 ASME B16.9 ,Supply of 1.5 D 90 BW Elbow as per details given below:Size 16 INCH , Thk/Sch 80 , Material WPHY X52, Welded AS PER MSS SP 75, NOS 181.5 D 90 SW Elbow 16"sch80Supply of BW Reducing Tees as per details given below:Size1-4 INCH , Thk1/Sch1 40 , Size2 -2 INCH SCH 40 , Material ASTM A234 GrNOS 4BW reducing Tee 4" sch1 40 WPB Seamless , Dmn. Std. ASME B16.9 ,Supply of BW Reducing Tees as per details given below:Size1- 8 INCH , Thk1/Sch1 80 , Size2 -4 INCH SCH 80 , Material ASTM A234 GrNOS 3BW reducing Tee 8" sch1 80 WPB Seamless , Dmn. Std. ASME B16.9 ,Supply of BW Reducing Tees as per details given below:Size1- 16 INCH , Thk1/Sch1 80 , Size2- 8 INCH SCH 80 , Material WPHY X52,NOS 3BW reducing Tee16" sch1 80 Welded AS PER MSS SP 75Supply of SW Equal Tees as per details given below: Size 1 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME B16.11 , NOS 4SW equal Tee 1" sch 6000#Page 1 of 9


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)798081828384858687Supply of BW Equal Tees as per details given below: Size 2 INCH , Thk/Sch 40 , Material ASTM A234 Gr WPB , Dmn. Std. ASME B16.9 , NOS 5SW equal Tee 2" sch 40Supply of BW Equal Tees as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB , Dmn. Std. ASME B16.9 , NOS 4SW equal Tee 2" sch 80Supply of BW Equal Tees as per details given below:Size 4 INCH , Thk/Sch 40 , Material ASTM A234 Gr WPB , Dmn. Std. ASME B16.9 , NOS 6SW equal Tee 4" sch 40Supply of BW Equal Tees as per details given below:Size 8 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB , Dmn. Std. ASME B16.9 , NOS 2SW equal Tee 8" sch 80Supply of BW Equal Tees as per details given below:Size 16 INCH , Thk/Sch 80 , Material WPHY X52, Welded AS PER MSS SP 75, NOS 5SW equal Tee 16" sch 80Supply of Seamless PBE Concentric Swage as per details given below:Size1- 2 INCH , Thk1/Sch1 80 , Size2- 3/4 INCH SCH 80 , MaterialNOS 3SeamlessPBE 2" 3/4"sch1 80 ASTM A105N, Dmn. Std. BS 3799Supply of Seamless BW Cap as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB , Dmn. Std. ASME B16.9 NOS 15Seamless BW Cap 2" sch80Supply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.NOS 151.5 D 90 BW elbow 2" sch80 ASME B16.9 ,Supply of BW Equal Tees as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB Seamless , Dmn. Std. ASMENOS 25BW equal Tee 2" sch 80 B16.9 ,CASED PIPESupply of Casing Pipe conforming to API 5Lor IS3589 and as per details given below:88 Casing pipe 24" 7.9mmM 620(Size-24INCH, Material -API 5L or IS3589, 7.9mm Thk.Supply of Conduit Pipe conforming to IS1239 and as per details given below:89 Conduit pipe 6"M 2620(Size-6INCH, Material -IS1239, Heavy Wall.Supply of Pipe conforming to PE pipe and as per details given below:90 HDPE pipe 2"M 5240(Size-2INCH, Material-HDPE,Heavy Pipe Thickness)91 Pipeline Defect Mapper Supply of 'PIPELINE DEFECT MAPPER as per the specification, scope of work and provisions of Contract Document. Nos 19293Fig 8 blind 2" 600#Fif 8 blind 4" 600#SUPPLY OF SPECTACLE BLINDSSupply of Fig. 8 Sp. Blind as per details given below:Size 2 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH , Dim.Std. ASME B 16.48 ,Supply of Fig. 8 Sp. Blind as per details given below:Size 4 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH , Dim.Std. ASME B 16.48 ,NOS 4NOS 5SUPPLY OF SPACER & BLINDSSupply of Spacer & Blind as per details given below:Size 16 INCH , Rating 600 , Material A516 GR. 70 , Face/Finish RF , Dmn. Std. ASME94NOS 3Space & Blind 16" 600# B16.48 ,95 Hose pipe 4" SUPPLY OF HOSE 4” as per the dats sheet, scope of work, specifications & provisions of the tender document Nos. 4SIGHT FLOW INDICATOR96Sight flow indicator DN 100Supply of SIGHT FLOW INDICATOR of size DN 100 as per the data sheet, scope of work, specifications and provisions of contract document NOS 4INSTRUMENTATION ITEMSSupply of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum). As per Specification no.97nos. 18Heat detector 24V IP42 MH2145-C000-00-IC-SPC-0009.Supply of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As per Specification no.98nos. 36Opt Smoke Detector24V IP42 MH2145-C000-00-IC-SPC-0009.Supply of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As per Specification99nos. 24Ion Smoke detector24V ip42 no. MH2145-C000-00-IC-SPC-0009.100 H gasdetector battery room Supply of Hydrogen Gas Detector for Battery Room. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 6101 MCP dbl action glass unit Supply of Manual Alarm Call Point double action "break glass" unit. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 24102 Visual alrm 24v IP66 Ex pr Supply of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,IS. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 24103 Audio Alrm 4V IP66 Ex prof Supply of Audio Alarm 4VDC,IP66,Explosion proof ,ZONE-1. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 30104 TRV Supply of Thermal Relief Valves as per the data sheet, specification, scope of work and provisions of the contract document Nos 8105 Pressue gauges Supply of Pressure Gauges as per the data sheet, specification, scope of work and provisions of the contract document Nos 16106Supply of Pressure indicating Transmitter as per the data sheet, specification, scope of work and provisions of the contract document Nos 15Pressure indicator107Supply of Temperature Element with Temperature Transmitter (Skin Temeperature Measurement Type) as per the data sheet, specification,Nos 13Temp. elements with Transm scope of work and provisions of the contract108Supply of Temperature Element with Temperature Transmitter as per the data sheet, specification, scope of work and provisions of theNos 2Temp. elements with Transm contract109 OTDR Supply of Optical Time Domain Reflectometer (OTDR) as per the Specifications, Scope of Work, and provisions of the contract document nos. 1Note:1. Quantity indicated abve are tentative. Bidder to ascertain the acual quantity required for different site. Payment shall be made on the actual quantity installed.Page 2 of 9


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Unit Price inclusive of all costTotal Price inclusive of all cost towards Air/towards Air/ Rail fare, Service Rail fare, lodging, boarding, Travelinglodging,Tax ,medical , local transport, all insurances,boarding, Traveling ,medical , including in<strong>com</strong>e/corporate (as may be applicable)local transport, allcess ,incidental charges and all other expenses ,insurances,Item No. 30 Character Short Description Item Description Unit Quantityapplicable taxes It duties etc. including service taxin<strong>com</strong>e/corporateon(7) = (5 + 6) x 4(as may be applicable)Unit Price,incidental charges and all(@ 12.36%)other expenses, taxes Itduties etc. but excludingservice tax1 2 3 4 5 6 7INSTALLATION / WORKSPIPELINE LAYING / INSTALLATIONPIPELINE LAYING / INSTALLATION :- Laying /installation of buried coated line pipe, associated fittings, and accessories, etc. includinglaying of optical fibre cable with or without conduit, including splicing and jointing pits and kits (excluding MOVs/SVs which shall be paidunder separate item as per SOR) as per specifications, drawings, other provisions of Contract & instructions of Engineer-in-charge includingbut not limited to carrying out the followings:“Receiving and taking-over”, handling, loading , transportation and unloading of Owner supplied externally corrosion coated and bare line pipesfrom designated place(s) of issue/dump site(s) to Contractor’s own stock-yard (s)/workshop(s)/ Work (site) including stringing on the pipelineRight-of-Use (ROU)/Right of way (ROW); “Receiving and taking over”, handling, including loading and unloading, transportation of Ownersupplied materials other than line pipe from Owner’s designated place(s) of issue to worksite(s);Opening of ROU in owner notified (6(i) notified / gazzetted) land, including all necessary co-ordination / liasoning for the same. All necessaryco-oridination / assistance in disbursement of <strong>com</strong>pensation (land / crop). (HPCL will make the necessary payments towards Land/ crop / anyother <strong>com</strong>pensation). Arrangement of all additional land as required for Contractor’s storage, fabrication, access for construction (other thanOwner gazzetted / notified ROU/ROW); supply of all materials (except Owner supplied materials), consumables, equipment, labour, etc;Staking and installation of construction markers, clearing , grubbing, grading (as required) of Right of Use/ Right of way, Counting the numberand type of trees cut in presence of WP/HPCL/Government concerned authorities and keeping record thereof including plantation andmaintenance of <strong>com</strong>pensatory trees as per tender requirements; Trenching to all depth and to a width to ac<strong>com</strong>modate the pipeline and/ orOptical Fiber Cable(OFC)/Cable Conduit as specified in scope document and as per the relevant standards, specifications, etc. by excavationin all types of soils (including soft/hard rock) , including blasting, chiseling or otherwise cutting etc, providing trench padding as required withsand / graded earth approved by Engineer-in-Charge; Carrying out repairs of pipe and coating defects not attributable to Owner (i.e. defectsoccurring after “taking over” of pipes from Owner); Thorough internal cleaning of all pipes by suitable methods to remove debris, shots, gritsetc. to the satisfaction of Engineer-in-Charge; Stringing of line pipes along ROU/ROW including providing straw bags, soft padding/sandpadding; aligning, bending, cutting and beveled area, welding, carrying out destructive/non-destructive testing of welds as required includingradiography and providing all requisite equipment, labour, supervision, materials, films, consumables, all facilities and personnel to process,develop, examine and interpret radiographs and other test as required; carrying out repairs of weld joints found defective by Engineer-In-Charge, carrying out re-radiography and other non-destructive tests as required on repaired joints, etc; Installation of carrier pipe includingconcrete coated pipes (Wherever required ) at all crossings including; but not limited to roads/canals/nala/water crossing etc. (except forcrossings by HDD that are specifically covered separately in this SOR) by open cut or jacking/boring method (cased crossings) including pretestingas required; Carrying out installation / insertion of carrier pipe in the casing pipe at cased crossings (excluding supply and installation ofcasing pipe covered separately); coating of all field weld joints, long radius bends (HI and Cold), buried fittings, coating and installation ofunderground MOVs at Stations and terminals, including supply and provision of Warning tape throughout the length of pipe, etc;Lowering the pipelines in trench including providing sand bag separators for parallel pipelines at the specified spacing (when applicable),providing required padding over and around the pipeline with sand/graded material approved by Engineer-In-Charge (in rocky areas) or withcohesion less soil like sand in case of station approaches (for the underground portion from the point of entry into the station premises) andseisimic fault locations (1KM on etiher side for major faults or 500m on either side of minor faults) or backfilling with available, approvedexcavated material and/or other suitable soil as per Scope of Work and as approved by Engineer-In-Charge; Supply and installation of slopebreakers as per specifications and drawings in steep slope areas, bank stabilization at crossings, wherever required and as per the instructionof Engineer-In-charge; Carrying out hydrostatic testing including air cleaning, flushing, filling, gauging, pressurization of <strong>com</strong>plete pipeline invarious test sections as approved by Engineer-In-Charge to the specified test pressure, providing all equipments, pumps, fittings, instruments,dead weight tester, all types of PIGs etc., and services, supervision, labour, consumables, water including supply of corrosion rectification ofdefects attributable to Contractor, re-testing after rectification, successful <strong>com</strong>pletion of hydrotesting of pipeline. All tie-in welding includingGolden tie-in, tie-in(s) with the pipeline/piping re-beveling, as required. Carrying out all temporary ancillary, auxiliary works and all incidentalworks required to make the pipeline ready for pre-<strong>com</strong>missioning; Repair of defects recorded during EGP/Gauge Plate run or otherwiseincluding cutting, beveling, welding, radiography, field joint coating etc; as applicable, Final clean-up and restoration of ROW/ ROU includingobtaining NOC from respective statutory authorities as required and disposal of debris and returning all surplus material to designated disposalareas/storage yard, as directed by Engineer-In-Charge; Restoration of land, facilities and boundary wall etc at associated facilitiesdismantled/damaged by the Contractor during construction ; Obtaining work permits/ NOC from various statutory authorities havingjurisdiction, before execution of the work, and <strong>com</strong>plying with all stipulation /conditions /re<strong>com</strong>mendation of the said authorities ; Preparation ofas-built drawings, pipe-book, test reports and other records. SOR shall be read in conjunction with scope of work, job specific requirements,specifications, standards, drawings and other provisions of contract document. All above works for buried pipeline as per following details:Installation of Coated Line Pipes (with OFC/ OFC conduit ) as per following details:110 PIPELINE LAYING 7.9 MM+OFCM 38130(Pipe OD-457 mm, Wall Thickness-7.9mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/OFC conduit) as per following details :111 PIPELINE LAYING 7.1MM+OFCM 5494(Pipe OD-457 mm, Wall Thickness-7.1 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/OFC conduit) as per following details :112 PIPELINE LAYING 6.4MM +OFCM 140200(Pipe OD-457 mm, Wall Thickness-6.4 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/OFC conduit) as per following details :113 PIPELINE LAYING 8.7 mm+OFCM 258(Pipe OD-457 mm, Wall Thickness-8.7 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/ OFC conduit ) as per following details:114 PIPELINE LAYING 6.4MM +OFCM 32550(Pipe OD-457 mm, Wall Thickness-6.4mm, Pipe Grade-API 5L Gr X-60, PSL2, Coating-3 LPE)CONTINUOUS CONCRETE COATINGUnit rate for additional work over and above item for supply of all consumables and materials and application of continuous concrete weightcoating on pipes of all wall thickness and concrete coating of the filed joints thereof, in all areas of work except minor/ major river crossingscovered separately, and performing all works as per specifications and instructions of Engineer-In-Charge and other provisions of Contract115 ContConcrete coatingAllthkM 4650documents.Pipes as per following details:(Pipe OD-457 mm, Wall Thickness-8.7, 7.9, 7.1, 6.4 mm, Concrete Coating Thickness-75 mm)MINOR WATER CROSSINGS116MINOR Cross.-Open cut mtdComplete work for minor crossings(minor water bodies, minor roads-metalled, asphalted,mud cart tracks etc.) (between the limits as definedin the drawings and execution of, but not limited to, the followings works) in accordance with specifications and instructions of Engineer-In-Charge and all provisions of Contract document; Receiving and taking over “ Owner supplied corrosion coated line pipes from Owner’sdesignated places of issue/dump site (s) and transportation to Contractor’s stock yard/workshop/’worksite including all handling, loading ,unloading, etc. Supply of all Contractor supplied materials to worksite (s) , manpower, other resources and acquiring the required land for sitepreparations; Complete site preparation including arranging of required land for construction purpose, preparations of pipeline launching area,etc. String preparation including continuous concrete coating of joints (as applicable but paid under separate item in the SOR), repair ofcorrosion coating damages, NDT of re-beveled area, welding, testing, radiography, weld repair and retest, corrosion coating of fields joints,pretest (hyrdostatic test) of <strong>com</strong>pleted strings(covered /paid under Pipeline laying / installation item), etc.Pre-construction surveys; Trenchingto the required depth on the banks, beds, berms, formations including maintenance of the trench in all types of strata, all depths and allconditions of minor crossings by various methods, etc. to a width to ac<strong>com</strong>modate the pipeline and optical fiber cable/cable conduit (ifapplicable) as per the relevant standards, specifications, etc. Laying of pipeline in approved trench and across the minor crossings, Backfillingof the trench including supply and padding by select backfill as required, stabilization of excavation and banks, including supply of allmaterials, consumables, restoration and clean up etc. tie in with pipeline at either banks etc.; All other works required as per specifications,drawings and instruction of Engineer-In-ChargeM 3800Minor Water Crossing By Open Cut MethodPage 3 of 9


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)INSTALLATION OF CASING PIPE:Cased crossings including installation of cased pipe including transportation of casing pipes from Contractor’s storage point to worksite.Installation of casing pipe by jacking /boring for rail, road or canal crossings wherever required in all types of soils and terrain as per enclosedreference drawing,etc. including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints,supply & installation of casing insulators, end seals, fill material inside casing(as per scope of work), back filling and restoration ofthe facility crossed to its original condition and performing all works as per drawings, specifications, conditions of crossing approval andinstructions of Engineer-In-Charge and provisions of Contract document.117Cased Crossings 610 mmAll works for installation of casing pipe of size 610 mm, Material API 5L Gr B/IS:3589, Wall Thickness 7.9 mmLength of cased crossing by jacking/boringAll works for installation of casing pipe of size 168.3 mm for OFC including insertion of 2 nos.HDPE pipes in the same casingLength of cased crossing by jacking/boringPIPELINE INSTALLATION AT MAJOR RIVER BY HDD TECHNIQUEM550118Cased Cross 168.3 HDPEM550Complete works for the Major River crossings by HDD technique including design and detailed engineering of the crossings, mobilization anddemobilization at site(s), supply of all material as per “Scope of Supply” and all consumables equipments, manpower and other resources, andtemporary acquisition of the required land for site preparations and execution of, but not limited to the above works as per specification,drawings and as per provisions of contract document and instructions of Owner/ Engineer-in-Charge .Seperate Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduit pipeby HDD for major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosed referencedrawing including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of all weld joints,installation of casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all works as perdrawings, specifications and instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item. Forrest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for various crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457mmPipe OD : 168.3mm119 P/L INST MJR RIVER HDD457 For all works under River crossing, refer Crossing List. (No of River - 5 nos) M 900120P/L INST MJR RIVER HDD168For all works under River crossing,( no. of River -5 nos) (for Pipe OD: 168.3mm) including insertion of 2 Nos HDPE pipe in the casing M 900PIPELINE INSTALLATION AT MAJOR CANALS / OTHER CROSSINGS BY HDD TECHNIQUEComplete works for the major canals/State Highways/National Highways/other crossings; if any by HDD technique including design anddetailed engineering of the crossings, mobilization and demobilization at site(s), supply of all material as per “Scope of Supply” and allconsumables equipments, manpower and other resources, and temporary acquisition of the required land for site preparations and executionof, but not limited to the above works as per specification, drawings and as per provisions of contract document and instructions of Owner/Engineer-in-Charge .Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduit pipe by HDDfor major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosed reference drawingincluding supply of all other materials, equipments, consumables, manpower, welding including visual inspection of all weld joints, installationof casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all works as per drawings,specifications and instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item. Forrest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457 mmPipe OD : 168.3 mmAll works mentioned above for Major Canal/State highway/National highway crossings as per the Crossing List and any other crossing as perthe directions of Engineer-In-Charge for Pipe OD: 457mm121CROSS MJR CAN/SH/NH 457M 1000122CROSS MJR CAN/SH/NH 168For all works mentioned above for Major Canal/State highway/National highway crossing as per the Crossing List and any othre crossing asper the directions of Engineer-in-charge for casing Pipe OD: 168.3mm including insertion of 2 nos. HDPE pipes in the same casingINSTALLATION OF VALVES/SCRAPER TRAPS/EQUIPMENTS/ABOVE GROUND PIPELINE AND OTHER FACILITY AT DISPATCHAND RECEIVING STATION AND SV STATIONS:Receiving and taking over of all Owner supplied materials, equipments from Owner’s designated place(s) of issue, transportation includingloading, unloading, handling from Owner designated place(s) of issue to Contractor’s own stock yard(s)/work shop(s) including arranging allnecessary intermediate storage areas(s) thereof, as required; Installation of all materials, equipment, consumables as defined in Contractor’sscope of supply and its transportation to the work site(s); Installations of above ground piping, valves, bar tees, IJs, equipments includingwelding, testing (destructive and non-destructive), Painting (as per specification), supply and fixing of gaskets, bolts, studs, nuts as required,leveling, aligning, installation and assembly of accessories including accessories for actuators, if any, by bolting /threading or welding of pipesat all elevations as per drawings, specification, other provisions of Contract and directions of the Engineer-in-Charge.M 1000Installation of Scraper Launcher including jib crane and PIG trolley, PIG signallers, as per detailed Scope of WorkINST VALVE LAUNCH Sayyadpur (Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#) forSet123 1Saiyyadpur PranInstallation of Scraper Receiver including PIG trolley, PIG Signallers as per detailed Scope of Work:(Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#)124 Saiyyadpur Pran Set 1INST VALVE Reciever Sayyadpur125 Kanpur Set 1INST VALVE Reciver KanpurInstallation of aboveground 18” pipeline between Scrapper Launcher / Revciever, Barred Tee, IJ , Station by-pass line Check Valve, StationInlet / Outlet Valve) including installation of Barred Tees, IJs as per detailed Scope of Work126 INST VLV RECIEVER Bharatp Saiyyadpur Pran Mtrs 150127 INST VLV RECIEVER MATHURA Kanpur Receipt Station Mtrs 20128Installation of aboveground 18” 600# Check-Valve (flanged) in Station By-pass lines at Saiyyadpur Pran including supply of all necessary boltsNo 1INST Abv grd scr/rec REWAR / studs & nuts, gaskets etc. all <strong>com</strong>plete as per detailed Scope of work.129Installation of buried Long stem Sectionalizing Valves (SVs),Station Limit Valves (SLVs), Scrapper Launcher / Reciever Isolation Valves,No 17INST Abv grd scr/rec Bhart Station by-pass Valves, Station Inlet / Outlet Valves as per the Scope of Work.Transportation of valves to the work site of installation of valves, including supply and fixing of gaskets, bolts, studs, nuts, wherever required,leveling, aligning, installation and assembly of accessories including accessories for actuators, if any by bolting/threading or welding of pipes atall elevations, testing, <strong>com</strong>pleting all work in all respects as per drawings, specifications, other provisions of contact and direction of theengineer-in-charge130Installation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below: SizeNOS 81INST Abv grd scr/rec Mathu 4 INCH and below , Rating 150,600 & 800131Installation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below: SizeNOS 5INST 18" check valve6 INCH and above , Rating 600132Installation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below: SizeNOS 30INST 18" Long Steam SV vlv 2 INCH and below , Rating 600PERMANENT MARKERSupply, fabrication and Installation including assembling of following types of permanent markers along the route including all associated civilworks such as excavation in all types of soil, construction of pedestals and grouting with concrete, clearing, supply and application of approvedcolour and quality of primer and paint, stencil letter cutting for numbers, direction, chainage etc. restoration of area to original condition andperforming all works as per drawings, specifications and instructions of Engineer-in-Charge.Note: The painting of all markers shall conform to Normal Corrosive Environment of spec.513-MH2145-PL-SPC-0019 irrespective of whatevershown on respective standards.133 PM : Navigable Water sign Navigable Water Sign NOS 4134 PM: KM posts Kilometer Posts NOS 161135 PM: Warning signs Pipeline Warning Signs NOS 286136 PM : Boundary marker Right of use Boundary Markers NOS 2067137 PM: Arial marker Aerial Markers NOS 53138 PM: Direction Marker Direction Markers NOS 351139 PM: OFC joint pit marker OFC joint identification markers. NOS 100LEAKS/BURSTS (ATTRIBUTABLE TO OWNER)MAJOR LEAK (DETECTED BY VISUAL METHOD):All works for locating major leak/burst (occurred during hydrostatic testing) including necessary repairing/replacing defective pipe length,including cutting and removing out defective pipes, pretesting of replacement pipe and welding into mainline, NDT of welds and re-beveledarea, repair and re-testing of defective welds, coating of welded joints, clean-up retesting the pipeline including providing all necessaryequipments, labour, materials, consumables and inputs other than Owner supplied materials and performing all works as per drawings,specifications enclosed with the Contract and directions of Engineer-in-charge.Note: This rate is applicable for manufacturing defects in Company supplied material only.Major Leak (detected by visual method)(Pipeline Size-18 INCH)MINOR LEAK (DETECTED BY SECTIONALISING):MAJOR LEAK (VISUAL METHOD)140NOS 1All works for locating 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, pretesting of replacement pipe and welding into mainline,NDT of welds and re-bevelled area, repair and re-testing of defective welds, coating of welded joints, clean-up, retesting the pipeline includingproviding all necessary equipments, labour, materials, consumables and inputs other than Owner supplied materials and performing all worksas per drawings, specifications enclosed with the Contract and directions of Engineer-in-ChargeNote: This rate is applicable for manufacturing defects in Company supplied material onlyMinor Leak (detected by sectionalizing)(Pipeline Size-18 INCH)IDLE TIME PRESERVATION OF PIPELINEPreservation of <strong>com</strong>plete pipeline and associated facilities and its maintenance including supply of all consumables, all equipment, man-poweretc. <strong>com</strong>plete as per the requirements of specifications of Engineer-in-ChargeMINOR LEAK SECTIONALISING141NOS1Page 4 of 9


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)By filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor to maintain142the effectiveness of the inhibitor water for the following details:LS 1Preserve fill&prss.CI 6 M(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 6 Months)By filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor to maintain143 Preserve fill&prss.CI 12 Mthe effectiveness of the inhibitor water for the following details:LS 1(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 12 Months)Carrying out pre-<strong>com</strong>missioning checks and making the entire pipeline (including above ground and underground facility) ready for<strong>com</strong>missioning including supply of all equipment, manpower, consumables (including all types of PIGs and required materials), materials forall temporary works and performing all associated works, <strong>com</strong>plete as per the relevant specifications, other provisions of Contract documentand instructions of Engineer-in-Charge.144 Dewatering of entire p/l All works as per above for dewatering of entire pipeline. LS 1145 Swapping/flushing P/l All works as per above for swabbing/flushing as applicable of entire pipeline. LS 1146 Commisioning asst. RKPL All works as per above related to <strong>com</strong>missioning assistance during <strong>com</strong>missioning of Rewari-Kanpur Pipeline LS 1147Transportation of surplus bare/coated line pipes from the dump sites to Company’s designated storage areas For Haryana-Rewari, forRajasthan-Bharatpur, for Uttar Pradesh-Mathura & Kanpur Terminal including loading/ unloading /handling and carrying out all associatedworks like arranging for cranes, manpower, trailers, loading and unloading equipment; preparation of storage area at unloading point including M 7650providing all consumables, sand ridges, wooden sleepers, plastic sheets etc., preparation of material reconciliation statement all <strong>com</strong>plete asper the scope of work, provisions of contract document and directions of Engineer-in-chargeTransport surplus linepipe148GEO TEXTILE BAGS FOR ANTI-BUOYANCYUnit rate for additional works over and above for design, manufacture and supply of non-biodegradable geo-textile bags (made of polypropylenefabric) materials and installation of geo-textile bags duly filled with gravel/stone ballast on pipelines of all wall thickness for anti-buoyancy as M 1500GEO TEXTILE BAGS Anti- Bouper specification no 513-MH2145-PL-SPC-0023, drawings and instructions of Engineer-in-Charge and other provisions of the Contractdocument.REPAIR OF DEFECTES IN LINE PIPE (ATTRIBUTABLE TO COMPANY)149Repair defect upto 25mmRepair of defects not attributable to Contractor on Company supplied bare line pipes, noted and recorded at the time of “Receiving and takingover” by Contractor, in the presence of Company Representative including performing all works as per Scope of Work document 513-MH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following :Cutting and re-beveling of defects due to lamination up to 25 mm for following pipe sizes457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)All works for the following :Cutting and re-bevelling (Defects beyond 25mm) from pipe ends due to lamination and carrying out ultrasonicinspection after repairing as per Scope of Work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)NO 10150Repair defect above 25mmNO 10All works for the following :Cutting and re-bevelling defects due to lamination after welding from pipe ends / body and carrying out ultrasonic151 Repair defect & reweldingNO 20inspection after repairing and rewelding as per Scope of work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF COATING DEFECTES IN SURPLUS LINE PIPE FROM COMPANY X-STOCK (ATTRIBUTABLE TO COMPANY)152 Repair coating defectsRepair of coating defects not attributable to Contractor on Company supplied surplus bare line pipes, noted and recorded at the time of“Receiving and taking over” by Contractor, in the presence of Company representative including performing all works as per Scope of workdocument 513-MH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following:M 10457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesInspection and testing of available coated line pipe at the Owner’s storage point indicated below, identification of line pipe good for the service(any repair to be carried out in coating or pipe bevel shall be recorded jointly with the owner while taking over the custody and the same shallbe carried out by the contactor and payment shall be made as per applicable SOR items) as required, and lifting of line pipe good for theservice and its transportation to Dump yard near Bahadurgarh including loading/ unloading /handling and carrying out all associated works likearranging for cranes, manpower, trailers, loading and unloading equipment; testing and inspection equipments, preparation of storage area atunloading point including providing all consumables, sand ridges, wooden sleepers plastic sheets, etc; preparation of material receiptstatement.Note - The line pipe tested and accepted by Contractor at the Owner’s storage point (with/without repair) shall be considered good for theservice and any further repairs before laying or repairs required during any stage of laying/ testing /pre-<strong>com</strong>missioning / <strong>com</strong>missioning shallbe done by the contractor at no extra cost to Owner. This line pipe shall be considered issued to the pipeline laying contractor from Dumpyard for further transportation to Pipeline route for laying purpose.153 Insp & Testing of pipe 6.4 18" Dia x 6.4mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 5000154 Insp & Testing of pipe 7.1 18" Dia x 7.1mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 430155 Insp & Testing of pipe 7.9 18" Dia x 7.9mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 2200156 Insp & Testing of pipe 8.7 18" Dia x 8.7mm THK coated line pipe from Ramanmandi Terminal M 25157 Insp&Testing uncoatpipe8.7 18" Dia x 8.7mm THK Uncoated from Bahadurgarh Terminal M 25LONG RADIUS BENDS158Fabrication of Long Radius (R=6D) Bends including coating from free issue Bare line pipe of Size 18” dia, thickness 8.7 mm, API 5L Gr. X-65,PSL2 as specified in scope of work, drawings and specifications for different TPs and terminals, stations from 18 to 90 degrees all <strong>com</strong>plete Nos 95LONG RADIOUS BENDS r=6D as per the provisions of the contract and directions of Engineer-in-charge.ELCTRONIC GEOMETRIC PIGGING OF PIPELINESCarrying out all works related to Magnetic Cleaning & Electronic Geometric Pigging (EGP) (inlcuding necessary runs of Magnetic Pig, EGP) ofpipeline including defect verification at a max. of 2 locations for each identified segment of pipeline including preparation of site reports, dataanalysis, preparation & submissison of final report (6 sets), inlcuding supply of material, euipment , manpower etc.as required.This item isinclusive of Mobilization/Demobilization of pigging tools, tackles, consumables, <strong>com</strong>pressors, pumps, accessories and personnel byCONTRACTOR at WORK SITE.as per specification and provisions of the bid document for 18” diameter Rewari-Kanpur Pipeline as per thesections listed below:(defect verification shall preferably be made for defects not attributable to pipeline laying contractor)159 EGP : Mathura- sayyadpur 18", 600# Pipeline between Mathura to Saiyyadpur Pran M 118300160 EGP : sayyadpur -Kanpur 18", 600# Pipeline between Saiyyadpur Pran to Kanpur M 162818162Repair of defect identified in EGP not attributable to the pipeline laying contractor inlcuding all necessary works for defect repair like cutting, rebevelling,welding (as required) including all material, manpower, consumables etc. all <strong>com</strong>plete as per the specifications & provisions of bid M 36EGP: repair of defectdocument.163P/l Mapper data gatheringPIPELINE DEFECT MAPPERData to be gathered throughout the strech of pipeline by using pipeline defect mapper, GPS co-ordinates along with depth of the pipleine shallbe captured in 10 m intervals along the length of the pipeline including generation & submission of recordFABRICATION, WELDING, ERECTION, INSTALLATION & TESTING OF ABOVE GROUND PIPING : Receiving and Taking over of all(Owner and contractor supplied) materials from Owner's designated place(s) of issue, transportation including loading, unloading, handlingfrom Owner' designated place(s) of issue to Contractor's own stock yard(s)/ work site(s)/ work shop(s) including arranging all necessaryintermediate storage area(s) thereof, as required; supply of all materials (except those specified subsequently in SOR), equipment,consumables as defined in Contractor's scope of supply and their transportation to the work site(s); performing all above ground/buried pipingfabrication works including cutting, edge preparation (inclusive of grinding the edges of pipes, fittings, flanges etc. to match with the matchingedges of uneven/different thickness wherever required),fit up, pre-heating wherever required, welding, threading etc,; erection of pipes of alltypes and thickness over sleepers, overhead on racks and at all elevations, hook-up with equipment nozzles; installation of all type of valves upto size of 1.5" NB, all types of inline and online instrumentsKm 228Such as pressure/thermal safety valves(other than those covered separately), fittings of all sizes i.e, elbows, reducers, tees, 'o' lets, flanges,blind flanges, spectacle blinds, tappings for pressure gauges, thermo wells, hoses and hose couplings of all sizes, if applicable, sampleconnections, flame arrestors as applicable, vents and drains required for process and hydro-testing purposes etc. including fixing of all types ofgaskets (including gaskets for RTJ flanges), bolts, studs and nuts of all sizes; fabrication of strainers of sizes up to 1.5" , carrying out nondestructivetesting (excluding radiography covered subsequently in SOR) such as magnetic particle/ liquid penetration etc. as required; hookupwith existing piping/pipeline installed by others as per drawings wherever required; cleaning and flushing by water / <strong>com</strong>pressed air,carrying out hydrostatic test, pneumatic test, valve functional test and any other type of testing as specified, de-pressurizing, dewatering,drying by <strong>com</strong>pressed air if applicable; cutting/ re beveling as required, dewatering, drying by <strong>com</strong>pressed airand providing <strong>com</strong>missioning assistance to Commissioning Contractor / Agency for process piping and <strong>com</strong>missioning of non-process pipingif applicable; clean - up and restoration of site, preparation of as built drawings, documents and project records; transportation of surplus freeissue materials to Owner's designated place(s); <strong>com</strong>pleting all works in all respects as per the AFC drawings, specifications , standards andother provisions of Contract and instruction of Engineer-in-Charge. Note :- Installation of items such as valves (2" and above), flow meters,strainers of size 2" NB and above, equipments will be paid separately as per rates covered in appropriate items. Radiography of weld jointswould be measured and paid for separately as per separate schedule item.Installation of above ground Carbon Steel Process Piping as per details given below: Size ¾ INCH , Thk / Sch 80 , Material ASTM A106 Gr.164M 29Fabr,weld inst AbvGrd pipe 3/4" B , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 1 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B165M 75Fabr,weld inst AbvGrd pipe 1" , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 2 INCH , Thk/Sch 40 , Material ASTM A106 Gr. B166M 51Fabr,weld inst AbvGrd pipe 2" 40 , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 2 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B167M 38Fabr,weld inst AbvGrd pipe 2" 80 , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 4 INCH , Thk/Sch 40 , Material ASTM A106 Gr. B168M 106Fabr,weld inst AbvGrd pipe 4" 40 / API 5L GR. B, SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 4 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B169M 58Fabr,weld inst AbvGrd pipe 4" 80 / API 5L GR. B, SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 8 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B170M 55Fabr,weld inst AbvGrd pipe 8" 80 B / API 5L GR. B, SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 16 INCH , Thk/Sch 80 , Material API 5L GR. X52,171M 157Fabr,weld inst AbvGrd pipe 8" 80 LSAWRADIOGRAPHYRadiography of weld joints of piping ( using gama or x-ray), including the cost of supply of all material, equipment and manpower required fordeveloping the films, review by ASNT qualified personnel, carrying out defect, repair, re-shoot etc. all <strong>com</strong>plete as per specifications and asdirected by the Engineer-in-charge. The radiography work shall be carried out <strong>com</strong>plying with all the statutory and safety requirements.Measurement will be done for each weld joint of respective size of piping. In case of any repair, re-shoot, re takes, the same shall not bemeasured again for payment.172 RADIOGRAPHY DIN20 DN 50 NOS 365173 RADIOGRAPHY DIN100 DN 100 NOS 185174 RADIOGRAPHY DIN200 DN 200 NOS 70175 RADIOGRAPHY DIN400 DN 400 NOS 106Page 5 of 9


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)176 PIPE SUPPORT suppy,erecPIPE SUPPORTS: Supply, 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 for all types of pipes etc. If applicable, all necessary equipments,consumables, labour etc. for <strong>com</strong>pleting all works including supply of bolts, nuts, washers, U-clamp, wooden blocks etc. as required forsupporting supply including the cost of surface preparation by blast cleaning to SA 2.5, primer and painting all <strong>com</strong>plete as per specification,data sheets, drawings, terms and conditions and as directed by the Engineer-in-charge.Kg 1500CS Structural SteelPAINTINGSupply and application of Paint including Surface preparation blast cleaning, supply of paints, solvents and primers, and application of primerand finish paints suitable for project specific environment as defined in contract documents and on pipes as per standard specification forpainting and protective coating as per attached specification no.MH2145-C000-PI-SPC-004, indentification, lettering / Numbering, colourcoading etc. as specified including rub down and touch up wherever required and providing of scaffolding for all heights, labour, materials,tools and tackles, consumable, supervision etc. to <strong>com</strong>plete the work in all respect as per specification, Drawings, standards and instructionsof Engineer-in -charge.177178179180181182Paiting abvgrd pipe 3/4"Paiting abvgrd pipe 1"Paiting abvgrd pipe 2"Paiting abvgrd pipe 4"Paiting abvgrd pipe 6"Paiting abvgrd pipe 16"Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 3/4 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 1 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 2 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 4 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 8 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 16 INCH , Painting Environment NormalCorrosive ,M2 10M2 20M2 115M2 70M2 50M2 240ALL GENERAL CIVIL WORKS AND BUILDING WORKS AS MENTIONED BELOW COMPLETE FOR SV STATION : SV-07, 08, 09, 10,11 & SAIYYADPUR PRANGENERAL CIVIL WORKS :Design, carrying out geotechnical survey and topographical survey, detail engineering, preparing construction and fabrication drawings,obtaining approval of drawings and designs from engineer-in-charge, and construction of all general civil works viz. land development, sitegrading involving cutting and filling (upto a depth of 1.2m) as per actual site conditions. <strong>com</strong>pound wall (upto a length of 180 mts), gates,approach road (with bitumen topping) from existing road (upto 50 sq. m surface area) , internal roads, drains, culverts, road crossings forelectrical and instrumentation cables, pavements, footpath, drinking water system, plumbing work for toilets, construction of tube wellincluding supply and installation of submersible pump, obtaining approval for tubewell from the statutory authorities, structural cage for allvalves including preparing design and drawing as per actual site details of valves, water harvesting system, and other miscellaneous works atSV Stations & Saiyyadpur Pran including supply of labour, material, equipment etc <strong>com</strong>plete as per specification, preliminary and conceptualdrawings, design basis, approved drawings, codes and standards, other terms and conditions and as per the direction of engineer-incharge.(DOC.NO.MH2145-C000-CI-SOW-0002)BUILDING WORKS :Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from the engineerin-charge,construction of structural and architectural works for civil buildings and other miscellaneous structures, transportation, erection,fabrication, painting, finishing etc., all <strong>com</strong>plete to make ready for <strong>com</strong>missioning including switchgear & control room building for all SVstations & Saiyyadpur Pran as indicated in the attached layout plans, including supply of all labour, material, equipment etc., <strong>com</strong>plete as perspecification, preliminary and conceptual drawings, design basis, approved drawings, codes and standards, other terms and conditions and asper the direction of Engineer-in-charge.REFERENCE DOCUMENTS :1) SCOPE OF WORK : DOC.NO. : MH2145-C000-CI-SOW-00022) ARCHITECTURAL SPECIFICATION : DOC.NO. MH2145-C000-AR-SPC-0001 TO 00043) ARCHITECTURAL DESIGN BASIS : DOC.NO. MH2145-C000-AR-BOD-00014) CIVIL/STRUCTURAL SPECIFICATION : DOC.NO.MH2145-C000-CI-SPC-0001 TO 0012 & MH2145-C000-ST-SPC-0001 TO 00025) CIVIL/STRUCTURAL DESIGN BASIS : DOC.NO. MH2145-C000-CI-BOD-00016) SV SUILDING TYPE-1 (SV-01, 02, 03 04, 05, 06) STATION- ARCHITECTURAL DRAWINGS( GROUND FLOOR & ROOF PLAN,ELEVATIONS & SECTIONS, FINISHES SCHEDULE) : MH2145-C000-AR-DSK-0001 TO 00037) ARCHITECTURAL STANDARD DRAWINGS : MH2145-C000-AR-DST-0001 TO 00048) CIVIL/STRUCTURAL STANDARD DRAWINGS : MH2145-C000-CI-DST-0001 TO 0008 & MH2145-C000-ST-DST-0001, 0002 & 00049) GENERAL CIVIL LAYOUT FOR SV STATION SV STATION (SV-01,02,03,04,05,06) : MH2145-C130-CI-DGA-0001All the above for SV station/ IP station land acquired by HPCL, including obtaining approvals from concerned road authority for laying ofapproach road to SV stations/ IP Stations from the nearest road, preparation of layout plan of stations showing outside roads etc.obtaining thepermission of local authorities for construction of SV station/ IP Station building all <strong>com</strong>plete as per the scope of work, provisions of contractdocument and directions of Engineer-in-Charge.183 SV7 STATION WORKS For SV-7 station @ approx. Ch: 256.251 ,Village: Husainpur Garhia LS 1184 SV8 STATION WORKS For SV-8 station @ approx. Ch: 322.473, Village: Keshapur Rahin LS 1185 SV9 STATION WORKS For SV-9 station @ approx. Ch: 343.701, Village: Karathu LS 1186 SV10 STATION WORKS For SV-10 station @ approx. Ch: 371.453, Village: Sayal LS 1187 SV11 STATION WORKS For SV-11 station @ approx. Ch: 408.130, Village: Laipur LS 1188 For IP station @Ch: 284.605, Saiyyadpur Pran LS 1ISP STATION WORKSAll the above Including acquisition of Land in the name of HPCL for SV Stations/ IP Stations along the pipeline route at chainage marked inthe alignment sheets and as per the scope defined in Scope of Work document No. 513-MH2145-PL-SOW-0001, collection of revenuerecords, establishing correctness of ownership by search/revenue records, nil encumbrances, expediting subsequent formalities includingsigning of agreements or sale deed, if any, to facilitate possession of land by HPCL, Making payment to land owners, obtaining all requiredapprovals/no objection certificates from concerned authorities like village panchayats or municipalities etc. under whose jurisdiction each plotof land falls, for constructing and setting up the SV Stations/ IP Stations, obtaining approvals from concerned road authority for laying ofapproach road to SV stations/ IP Stations from the nearest road, registering the land in HPCL’s name including entry of HPCL’s name inoriginal Jamabandi on the acquired plot no. and obtaining copy of the same in support. Statutory fees as applicable like stamp duty etc.shallbe paid by HPCL. Prepare layout plan of station showing outside roads etc. all <strong>com</strong>plete as per the scope of work, provisions of contractdocument and directions of Engineer-in-Charge. Typically the area required for each SV station is approx. (50m X 40m) and IP station isapprox. (80m X 50m). Payment shall be made basis per Sq.m of SV/ IP land189 SV7 WORK WITH LAND Acquisition of land for SV-7 station @Ch: 256.197, Husainpur Garha (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400190 SV8 WORK WITH LAND Acquisition of land for SV-8 station @Ch: 322.540, Keshapur Rahin (Chainage tolerance of +/- 500 mtrs) Sq.m 2400191 SV9 WORK WITH LAND Acquisition of land for SV-9 station @Ch: 343.670, Karathu (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400192 SV10 WORK WITH LAND Acquisition of land for SV-10 station @Ch:371.453, Sayal (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400193 SV11 WORK WITH LAND Acquisition of land for SV-11 station @Ch: 408.130, Laipur (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400194 IPS WORK WITH LAND Acquisition of land for IP station @Ch: 284.605, Saiyyadpur Pran (Chainage tolerance of +/- 500 mtrs) Sq.m 4800195196197SV station fill grad <strong>com</strong>paSV const <strong>com</strong>pund wallSV approach roadFilling, grading & <strong>com</strong>paction of earth to finish grade level all <strong>com</strong>plete as per the specifications, approved drawings, directions of Engineer-inchargeCu.m 12000and provisions of contract document all <strong>com</strong>plete for a depth of filling over and above 1.2 m and upto 3.0mConstruction of Compound wall for SV stations/ IP Stations all <strong>com</strong>plete as per the specifications, approved drawings, scope of work,directions of Engineer-in-charge & provisions of contract document for a length over and above 180 mtrs (being paid under the earlier items) Mtrs 500Payment shall be made on length of the <strong>com</strong>pound wallConstruction of approach road (including bitumen topping) all <strong>com</strong>plete as per the specifications, approved drawings, scope of work, directionsof Engineer-in-charge and provisions of contract document for Black top surface over and above 50 Sq.m (being paid under earlier items) Sq.m 2500All related civil and structural works for scraper launcher ,receiver, pipe sleeper and miscellaneous pipe supports at Saiyyadpur Pran station &Kanpur station.SUPPORTS AND EQUIPMENT FOUNDATIONS :Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from engineer-incharge,construction of supports and foundations, pipe sleepers, transportation, erection, fabrication, painting, finishing etc., all <strong>com</strong>plete forthe scraper launcher and receiving facilities of cross-country pipeline as indicated in the scope drawings, including supply of all labour,material, equipment etc. <strong>com</strong>plete as per specification, preliminary and conceptual drawings, design basis, approved drawings, codes andstandards, other terms and conditions and as per the direction of Engineer-in-charge.EXCAVATION AND BACK FILLING198Excav back fill upto 1.5mExcavation and backfilling around foundation and trenches/pits in all types of soil viz. earth, sand,gravel, clay, soft & hard murum etc.(excluding soft/hard rock) for footings, steps, plinth beams, equipment foundations, drains, trenches,manholes, underground tanks/pits, etcincluding shoring strutting, dewatering where required (until foundation work is <strong>com</strong>plete). item also includes carting of surplus excavatedearth, stacking,spreading, levelling and <strong>com</strong>pacting/consolidating surplus materials within hpcl's premises or outside at an unobjectionableplace for all leads as per instructions of WP / HPCL engineer in charge (rate includes removal of any vegetation, small shrubs etc. having girthof 300mm or less). excavated volume as per approved drawing shall only be considered for measurement.Note 1: Top soil to be cleared of shrubs grass etc including roots and 150 mm top soil to be stored separately within HPCL's premises oroutside for all leads and to be used for micrograding as required.Note 2 : Rate shall be inclusive of all royalties / obtaining clearance of local authoraties and no extra cost whatsoever than the quoted ratesshall be paid by HPCL.Up to & including 1.5 m below FGL/NGLCu. M 220CONCRETE AND ALLIED WORKSNote: The rates for all items covered in this section shall include cost of dewatering, if required till <strong>com</strong>pletion of works upto ground level andchamphers in rcc works shall be provided wherever required at no extra cost. rate of concrete work shall be inclusive of materials such ascement, sand, aggregates, water, admixtures, etc.PCC - Providing & laying plain cement concrete (nominal mix) conforming to is:456-2000, using specified graded coarse aggregate of199 PCC and allied workCu. M 7approved quality at various locations etc. including machine mixing, shuttering, consolidating with rammers/ vibrators & curing etc. <strong>com</strong>pleteas directed and instructed by WP / HPCL engineer in charge.Same as above for 1:4:8 grade concrete with 40mm max. size & down graded aggregate in making good soft & loose strata met underfoundations, base slab, plinth beams, walls & rafts etc.Page 6 of 9


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)RCC - Providing & laying in position controlled grade reinforced cement concrete conforming to is:456-2000,with design mix of required gradeat all locations and levels using 20mm and down size graded aggregates in all types of works [including leaving pockets, placing of conduits,making openings, pockets placing inserts/ sleeves in columns/ beams/ slabs etc.] machine mixing, using admixtures are required, lifting,placing, machine vibrating, tamping, curing etc. as specified, <strong>com</strong>plete as per drawings & / or as directed by WP / HPCL engineer incharge.ready mix concrete may be used by contractor with concrete having required quality at no extra cost.200 RCC for m30 gradeNote: (1) The rate also includes cost of providing offsets, cutouts, formwork, construction joints, making holes in or cutting formwork for taking Cu. M 31out dowel bars, hacking the exposed surfaces to receive plaster as necessary.(2) rate of providing and fixingreinforcement steel and any other embedded steel items shall be measured and paid seperately.Same as above, but for M30 grade concrete for below ground works for footings/foundations, plinth beams, raft slabs, pedestals, trenches,manhole pit, culverts, drains, sumps, pits equipment foundations, encasing of pipes etc at depth below and upto plinth level.201RCC for m20 gradeProviding, supplying & casting in place RCC M20 grade slab/paving with all required machinaries/accessories by using vacuum dewateringmethod (tremix flooring or equivalent) inclusive of shuttering,all construction, isolation, expansion joints & tests,curing, etc <strong>com</strong>plete asdirected by WP/HPCL engineer in charge. The reinforcement shall be paid separately.Cu. M 130REINFORCEMENT-Providing, laying & fixing in position reinforcement as per dwg. locations & levels including bar bending schedules &obtaining their approval, cutting, bending & binding with 16g MS annealed binding wire incl. placing proper concrete cover blocks, chair202 Reinforcement HYSD IS1786MT 13supports etc <strong>com</strong>plete as specified and directed by wp/hpcl engineer in charge.HYSD conforming to IS:1786 of Grade Fe415Anchor bolts and relevant accessories like plates, nuts, pipesleeves etc. bolts shall be turned from M.S. rounds conforming to IS 2062 and IS432 grade 1. Nuts and washers shall conform to IS 1363 and IS 3138. Threading shall be coarse conforming to IS 1367 and IS 4218, sleeves203 Anchor boltingMT 1shall be M.S. tubes – medium to IS 1239.Embedded insert plates, insert/corner angles/channels, pipesleeves alongwith lugs/holdfast including painting as per painting specifications for204 Enbedded insert platessteel structures. Plate/angle/channels shall be conforming to IS 2062. Lugs shall be M.S. rounds conforming to IS 2062 and IS 432 Grade 1. MT 1.5205Prv & Lay Non srink groutProviding and laying non-shrink premix type grout (Fosroc or equivalent make) having minimum <strong>com</strong>pressive strength of 40N/mm2 includingproviding necessary formwork as required.Cu. M 3STRUCTURAL STEEL AND ALLIED WORKS206 STRUCTURAL STEEL & ALLIEDProviding, fabricating, welding and/or bolting, as required, erecting and fixing in position all types of structural steel works (including paintingas per specifications : MH2145-C000-CI-SPC-0005) viz. columns,beams, monorails, rafters, trusses, purlins,frame for louvres, bracing,ladders and cage ladders, sag rods (except cheqd. plates, grating & pipe railing only) made up of rolled & built up sections with moment orshear connections, shop/site fabricated including all accessories viz. nuts, bolts, cleats, gussets, suspenders etc as per specification <strong>com</strong>pleteas directed by WP/ HPCL Engineer incharge. The rate to include for welding weights, site connection, nut & bolts and same will not bemeasured for payment.(painting & sand blasting shall be included in this item.) The rate shall include for preparing & providing detailedfabrication drawings based on design drawings & getting the same approved from the WP / HPCL Engineer incharge.MT 10207Electrical System for SV's208Electrical System for IPS209Laying 11KV Power supply211Laying 11KV beyond 3kms212 TCP213 PCPElectrical SystemContractor to quote for the lump sum amount for the Residual design , supply, Installation, testing, <strong>com</strong>missioning of <strong>com</strong>plete ElectricalSystem including Transportation to site, Loading, unloading, Storage, packing, unpacking etc. at site of Electrical Equipments & accessioriesall <strong>com</strong>plete as per detailed scope of work ( MH2145-C000-EL-REQ-0009 ), specifications, design basis, data sheets, SLDs, other provisionsof contract document and directions of Engineer-In-ChargeElectrical system for SV-07,08,09,10,11Electrical system for IP Station at Saiyyadpur PranLaying of 11KV power supply line from the point of supply identified / approved by State Electricity Board / Owner to the SV/IP station ( OHline upto a maximum distance of 3Kms) including supply & installation of two pole structures, Transformer, CT/PT etc.as per the approveddrawings, schematics including supply of all material from approved vendors, installation, terminations at all ends including switchgear end,testing and Commissioning as per the scope of work, specifications and provisions of the contract document, instructions of Engineer-in-Charge and terms & conditions of SEB approval.All the works as above for any distance over & above 3Kms all <strong>com</strong>plete as per the scope of work, specifications and provisions of the contractdocument, instructions of Engineer-in-Charge and terms & conditions of SEB approval.Cathodic Protection SystemTemporary Cathodic Protection(T-C-P) system ( scope as per Annexure 1 and 2 of Scope of Work -Electrical) for Ch 227.706 to EndReceiving Station at KanpurPermanent Cathodic Protection(P-C-P) system ( scope as per Annexure 1 and 2 of Scope of Work - Electrical) for Ch 227.706 to EndReceiving Station at Kanpur, including identification & provision of anode beds including acquisition of land (in the name of HPCL) for AnodeBeds (each approx. 10 m X 10 m) including land development site / area grading as required all <strong>com</strong>plete as per the Scope of Work,Specifications, Provisions of Contract document and directions of Engineer-In-ChargeNote: Contractor to decide the locations and the TCP/PCP requirements for chainage 227.706 to End Receiving Station at KanpurLUMP5SUMLUMP1SUMLUMP6SUMMtr 10000LUMP1SUMLUMP1SUM214 Prssure gauges Bourdon215 Pressue indicating Trans216 Temp Element & trans217 Temp Element & transInstrumentation SystemPRESSURE GAUGE -Type : BOURDON TUBEInstallation & Calibration of Line mounted or Remote mounted Pressure Gauge with Pulsation Dampener / Syphon / Overrange Protector(Wherever required) inclusive of mounting of instrument, Installation of tubing materials such as valves fittings, pipes, tubes, <strong>com</strong>pressionfittings as per specification, erection of support, mounting on support, (if support required), laying of capillary on supports and installation ofmanifolds/ impulse lines with supports and tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes and standardsand as directed by the Engineer-in-charge.PRESSURE INDICATING TRANSMITTERInstallation & Calibration of Pressure Transmitters including mounting on Yoke / Surface, piping & tubing materials such as valves, fittings,pipes, tubes, <strong>com</strong>pression fittings, supports for capillary (if any) , erection of supports for impulse lines whenever required, installation ofmanifolds/ impulse lines with supports an tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes and standardsand as directed by the Engineer-in-charge.TEMPERATURE ELEMENT WITH TEMPERATURE TRANSMITTER-Type :Skin Temperature measurementInstallation & Calibration of RTD element along with Temperature Transmitter remote mounted. Installation of transmitter including mountingon yoke, fabrication and erection of supports with clamps and laying of extension/RTD cable, Yoke and Calibration as per specification No.MH2145-C000-IC-SPC-006 / MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications,drawings, codes and standards and as directed by the Engineer-in-charge.TEMPERATURE ELEMENT WITH TEMPERATURE TRANSMITTERInstallation & Calibration of RTD element with thermowell, along with Temperature Transmitter remote mounted. Installation of transmitterincluding mounting on yoke, fabrication and erection of supports with clamps and laying of extension/RTD cable, Yoke and Calibration as perspecification No. MH2145-C000-IC-SPC-006 / MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as perspecifications, drawings, codes and standards and as directed by the Engineer-in-charge.nos. 16nos. 15nos. 13nos. 2218 Inst Thermal relief valve219 Inst&Calb wall heat detect220 Inst&Calb smokedetect opt221 Inst&Calb smokedetect ion222 Inst&Calb Hydrogen detect223 Inst&Calb MCP224 Inst&Calb audio alarm225 Inst&Calb audio alarm226 FIRE ALARM PANEL, RTU227 Supply FAS equipment228 Extra Depth bet. 2 to 5 mtrNOTE:1NOTE:2NOTE:3THERMAL RELIEF VALVEInstallation of TSV on piping / vessel with or without isolation valves as per requirement ,Installation of valve including fabrication and erectionof supports with clamps and Calibration. including the cost of all labour, materials, equipment etc. as per datasheet no, (Doc no. MH2145-C000-IC-DAS-0002) drawings, codes and standards and as directed by the Engineer-in-charge.Installation & Calibration of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum)As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Hydrogen Gas Detector for Battery Room.As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Manual Alarm Call Point double action "break glass" unit.As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,ISAs per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Audio Alarm 4VDC,IP66,Explosion proof ,ZONE-1.As per Specification no. MH2145-C000-00-IC-SPC-0009.FIRE ALARM PANEL, RTU, TELECOMMUNICATION SYSTEM: Erection of Units suppiled by vendors of Tele<strong>com</strong>, SCADA packages,including supply & laying of cables laying as per the approved cable layout between indoor units and from field instruments to indoor unitsincluding cable terminations as required, all necessary assistance to package vendors for Testing & Commissioning all <strong>com</strong>plete as per thescope of work, specifications and directions of Engineeer-in-ChargeSUPPLY OF FIRE FIGHTING & SAFETY EQUIPMENTRESIDUAL DESIGN, ENGINEERING, MATERIALS, FABRICATION, ASSEMBLY, INSPECTION, TESTING, PAINTING,DOCUMENTATION, SUPPLY AND SHIPMENT OF ALL ITEMS LISTED UNDER SCOPE OF WORK DOCUMENT NO ."MH2145-C000-SR-SOW-0001", Specifications, Data Sheets, provisions of the contract document and directions of Engineer-In-Charge. The item shall alsoinclude placement of all the equipment as per approved equipment arrangement drawing / layoutAdditional rate over pipeline laying described under line no. 110,111,112,113 & 114 with extra clearcover of 2m to 5m beyond that defined inthe alignment sheet for single approved stretch beyond 150m pre-approved by site-in-charge based on site condition.All fire extinguishers shall conform to respective IS/UL or Equivalent codes, viz. 10 Kg DCP Type (applicable IS:/UL Standard), 4.5/6,8 KgCO2 Type (IS:2878/UL 154) & 25/50/75 Kg DCP Type (IS:10658/UL 299) and bear ISI/UL markSafety Equipment / CO2 flooding system shall meet OISD / NFPA requirement and shall bear relevant/required IS/UL markSafety Signages shall be supplied as lot item based on site requirements.nos. 8nos. 18nos. 36nos. 24nos. 6nos. 24nos. 24nos. 30nos. 6NOS. 6Meters 3000Page 7 of 9


Item No. Item Description Unit QuantityUN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Unit Price Ex-works incl.P & F charges, taxes &duties incl custom dutiesif any on <strong>com</strong>ponentsand raw material butexcluding ED & ST onfinished goodsTotal PriceExworksexcluding ED &ST on finishedgoodsExciseDuty(Applicable extra oncol. 5%ageCST/LST/VATWithoutconcessionalform(applicableextra on col.5)%ageUnit Freight charges Service Taxextra upto respective includingProject site(s) cess onFreightincluding all taxes &duties except TransitInsurance, Octroi/Entry Tax & ServiceTaxCharges(applicableextra on Col.9) %ageUnit TransitInsurancecharges extrauptorespectiveproject site(Applicableextra on col. 5)Unit Octroi /Entry Tax extrauptorespectiveprojectsite.(Applicableextra on Col.(5+7+8) %ageTotal Price FOT siteincluding all taxes /duties, Freight,Service Tax onFreight, TransitInsurance uptorespective projectsite IncludingOctroi/entry Tax etc.Total CIFValue ofImportContentincluded inCol. 6 %ageImport Duty amountconsidered on CIFvalue at Col.14 andincluded in Col. 6[Item-wise details tobe filled in FormatCIF/ CD (asenclosed herewith)]1 2 3 4 5 6 7 8 9 10 11 12 13 14 151 SUPPLY AS PER TENDER DOCUMENTQuoted Quoted Quoted Quoted Quoted QuotedBidders may choose to indicate linewise tax implication in unpriced bid. Please do not indicate price in unpriced bidPage 8 of 9


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 41 2 3 4 5 6 71 PIPELINE LAYING / INSTALLATION WORK AS PER TENDER DOCUMENTQuoted QuotedBidders may choose to indicate linewise tax implication in unpriced bid. Please do not indicate price in unpriced bidPage 9 of 9


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Short Description of item Item Description Unit QuantityUnit FOB Internationalsea port of exit Priceincluding storage( in USD)Total FOBInternational seaport of exit Priceincluding storage(4 x 5 )( in USD)UnitPrice onCFRMumbai( in USD)Total Price onCFR Mumbai”Qty X UnitCFR price”(4x7)( in USD)Shipping Net Wt ( MT) / Gross Wt ( MT ) /Volume ( M3)1 2 3 4 5 6 7 8 9SUPPLYSUPPLY including procurement and transportation to worksite (s) / workshop (s) including loading , unloading and handlingfor the following materials to be supplied by Contractor as per the requirement of PMS , specifications, data-sheets, standards,instructions of Owner /Engineer-In-Charge and other provisions of Contract.12Barred Tee 18" * 16" Tkh 8.7mmBarred tee 18" * 16" Tkh 7.1mmBARRED TEESupply of Barred Tee as per details below:(Size-18INCH x 16INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-8.7mm x Sch.120, Standard-MSS SP-75,SPECIFICATION No. MH2145-C000-PL-SPC-0008)Supply of Barred Tee as per details below:(Size-18INCH x 18INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-8.7mm x 8.7mm, Standard-MSS SP-75,SPECIFICATION No. MH2145-C000-PL-SPC-0008)NOSNOS14MONOLITHIC ISOLATION JOINT3MonolIthicIJ18"*16" Tkh 7.1mmSupply of Carbon Steel Monolithic Isolation Joints as per details below:(Size-18INCH, Pipe Thk-8.7mm, Material-ASTM A694 F65, Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)NOS54MonolIthicIJ18"*16" Tkh 7.1mmSupply of Carbon Steel Monolithic Isolation Joints as per details below:(Size-2INCH, Pipe Sch-80, Material-ASTM A105 Gr.B (HOLD), Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)NOS 345 Valve CS ball 1" 600#6 Valve CS DBBV 2" X1.2" 600#VALVESSupply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTM A216WCB, TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED , Tag No. BA-C600-RSupply of Carbon steel Double Block & Bleed Valves as per details below: -Size 2 INCH X ½ INCH , Rating 600 , CS BODY, SS 316TRIM, PTFE, REDUCED BORE BALL VALVE WITH NEEDLE BLEEDER VALVE, ½” FNPT INST. CONN., RF X FNPT, API 6D, Tag No.DB-C608NOS 12NOS 247Weldolet 18" 600# 8.7mm8 Sockolet 18" - 3/4" 6000#PIPES, FLANGES & FITTINGSSupply of Weldolet conforming to MSS-SP-97 and as per details given below:(Size1 - 18INCH , Thk1/Sch1-8.7mm, Size2 - 2INCH, Thk2/Sch2 - Sch80, Material-ASTM A105)Supply of Sockolet conforming to MSS-SP-97 and as per details given below:(Size1-18INCH, Size2-3/4INCH, Rating-6000, Material-ASTM A105)NOSNOS734990 deg elbow 2" 6000#Supply of 90°Elbow conforming to ASME B16.9 and as per details given below:(Size-2INCH, Rating-6000, Material-ASTM A234 Gr. WPB, BE)NOS17Page 1 of 10


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Short Description of item Item Description Unit QuantityUnit FOB Internationalsea port of exit Priceincluding storage( in USD)Total FOBInternational seaport of exit Priceincluding storage(4 x 5 )( in USD)UnitPrice onCFRMumbai( in USD)Total Price onCFR Mumbai”Qty X UnitCFR price”(4x7)( in USD)Shipping Net Wt ( MT) / Gross Wt ( MT ) /Volume ( M3)10111213Flange 2" 600#Flange 18" 600#Blind Flg 2" 600#Pipe 2" sch 80Supply of Flange conforming to ASME B16.5 and as per details given below:(Size-2INCH, Rating-600 #, Sch-Sch80, Material-ASTM A105, WNRF)Supply of Flange conforming to ASME B16.5 and as per details given below:(Size-18INCH, Rating- 600#, Thk-8.7mm, Material-ASTM A105, WNRF)Supply of Blind Flange conforming to ASME B16.5 and as per details given below:(Size-2INCH, Rating-600#, Material-ASTM A105, WNRF)Supply of Pipe conforming to ASME B36.10 and as per details given below:NOSNOSNOSM83429941415Reduce tee 18" > 8" 8.7mm sch8Equal tee 18: 8,7mm(Size-2INCH, Material-ASTM A106 Gr.B, Seamless, Sch.80)Supply of Reducing Tee conforming to MSS SP-75 and as per details given below:(Size-18INCH x 8INCH, Thk/Sch-8.7mm x Sch.80, Material-ASTM A234 Gr.WPB, Seamless)Supply of Equal Tee conforming to MSS SP-75 and as per details given below:(Size-18INCH, Thk-8.7mm, Material-ASTM A234 Gr.WPB, Seamless)NOSNOS2416 Seamless BW Cap 2" sch80Supply of Seamless BW Cap as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB , Dmn. Std. ASMEB16.9NOS 1817 1.5 D 90 BW elbow 2" 80schSupply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.Std. ASME B16.9 ,NOS 1818 BW equal 2" Sch 80Supply of BW Equal Tees as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB Seamless , Dmn. Std.ASME B16.9 ,NOS 30CASED PIPE19Casing pipe 24" 7.9mmSupply of Casing Pipe conforming to API 5Lor IS3589 and as per details given below:(Size-24INCH, Material -API 5L or IS3589, 7.9mm Thk.20Conduit pipe 6"Supply of Conduit Pipe conforming to IS1239 and as per details given below:(Size-6INCH, Material -IS1239, Heavy Wall.MM620262021HDPE pipe 2"Supply of Pipe conforming to PE pipe and as per details given below:(Size-2INCH, Material-HDPE,Heavy Pipe Thickness)M 524022 Pipeline Defect Mapper Supply of 'PIPELINE DEFECT MAPPER as per the specification, scope of work and provisions of Contract Document. NOS 1INSTRUMENTATION ITEMS23 Heat detector 24V IP42Supply of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum)As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 1824 Opt Smoke Detector24V IP42Supply of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As perSpecification no. MH2145-C000-00-IC-SPC-0009.nos. 3625 Ion Smoke detector24V ip42Supply of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As perSpecification no. MH2145-C000-00-IC-SPC-0009.nos. 2426 H gasdetector battery room Supply of Hydrogen Gas Detector for Battery Room. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 627 MCP dbl action glass unit Supply of Manual Alarm Call Point double action "break glass" unit. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 2428 Visual alrm 24v IP66 Ex pr Supply of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,IS. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 2429 Audio Alrm 4V IP66 Ex prof Supply of Audio Alarm 24VDC,IP66,Explosion proof ,ZONE-1. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 3030 TRVSupply of Thermal Relief Valves as per the data sheet (Doc no. MH2145-C000-IC-DAS-0002), specification, scope of work andprovisions of the contract documentNos 531 Pressue gauges Supply of Pressure Gauges as per the data sheet, specification, scope of work and provisions of the contract document Nos 2232 Pressure indicator Supply of Pressure indicating Transmitter as per the data sheet, specification, scope of work and provisions of the contract document Nos 1733 Temp. elements with TransmSupply of Temperature Element with Temperature Transmitter (Skin Temeperature Measurement Type) as per the data sheet,specification, scope of work and provisions of the contractNos 1734 OTDRSupply of Optical Time Domain Reflectometer (OTDR) as per the Specifications, Scope of Work, and provisions of the contractdocumentnos. 1Note:1. Quantity indicated abve are tentative. Bidder to ascertain the acual quantity required for different site. Payment shall be made on the actual quantity installed.Page 2 of 10


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)o. Short description Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 42 3 4 5 6 7PIPELINE LAYING / INSTALLATIONPIPELINE LAYING / INSTALLATION :- Laying /installation of buried coated line pipe, associated fittings, and accessories, etc. includinglaying of optical fibre cable with or without conduit, including splicing and jointing pits and kits (excluding MOVs/SVs which shall be paidunder separate item as per SOR) as per specifications, drawings, other provisions of Contract & instructions of Engineer-in-chargeincluding but not limited to carrying out the followings:“Receiving and taking-over”, handling, loading , transportation and unloading of Owner supplied externally corrosion coated and bare linepipes from designated place(s) of issue/dump site(s) to Contractor’s own stock-yard (s)/workshop(s)/ Work (site) including stringing on thepipeline Right-of-Use (ROU)/Right of way (ROW); “Receiving and taking over”, handling, including loading and unloading, transportation ofOwner supplied materials other than line pipe from Owner’s designated place(s) of issue to worksite(s);Opening of ROU in owner notified (6(i) notified / gazzetted) land, including all necessary co-ordination / liasoning for the same. Allnecessary co-oridination / assistance in disbursement of <strong>com</strong>pensation (land / crop). (HPCL will make the necessary payments towardsLand/ crop / any other <strong>com</strong>pensation). Arrangement of all additional land as required for Contractor’s storage, fabrication, access forconstruction (other than Owner gazzetted / notified ROU/ROW); supply of all materials (except Owner supplied materials), consumables,equipment, labour, etc; Staking and installation of construction markers, clearing , grubbing, grading (as required) of Right of Use/ Right ofway, Counting the number and type of trees cut in presence of WP/HPCL/Government concerned authorities and keeping record thereofincluding plantation and maintenance of <strong>com</strong>pensatory trees as per tender requirements; Trenching to all depth and to a width toac<strong>com</strong>modate the pipeline and/ or Optical Fiber Cable(OFC)/Cable Conduit as specified in scope document and as per the relevantstandards, specifications, etc. by excavation in all types of soils (including soft/hard rock) , including blasting, chiseling or otherwise cuttingetc, providing trench padding as required with sand / graded earth approved by Engineer-in-Charge; Carrying out repairs of pipe and coatingdefects not attributable to Owner (i.e. defects occurring after “taking over” of pipes from Owner); Thorough internal cleaning of all pipes bysuitable methods to remove debris, shots, grits etc. to the satisfaction of Engineer-in-Charge; Stringing of line pipes along ROU/ROWincluding providing straw bags, soft padding/sand padding; aligning, bending, cutting and beveled area, welding, carrying out destructive/nondestructivetesting of welds as required including radiography and providing all requisite equipment, labour, supervision, materials, films,consumables, all facilities and personnel to process, develop, examine and interpret radiographs and other test as required; carrying outrepairs of weld joints found defective by Engineer-In-Charge, carrying out re-radiography and other non-destructive tests as required onrepaired joints, etc; Installation of carrier pipe including concrete coated pipes (Wherever required ) at all crossings including; but not limitedto roads/canals/nala/water crossing etc. (except for crossings by HDD that are specifically covered separately in this SOR) by open cut orjacking/boring method (cased crossings) including pre-testing as required; Carrying out installation / insertion of carrier pipe in the casingpipe at cased crossings (excluding supply and installation of casing pipe covered separately); coating of all field weld joints, long radiusbends (HI and Cold), buried fittings, coating and installation of underground MOVs at Stations and terminals, including supply and provisionof Warning tape throughout the length of pipe, etc;Lowering the pipelines in trench including providing sand bag separators for parallel pipelines at the specified spacing (when applicable),providing required padding over and around the pipeline with sand/graded material approved by Engineer-In-Charge (in rocky areas) or withcohesion less soil like sand in case of station approaches (for the underground portion from the point of entry into the station premises) andseisimic fault locations (1KM on etiher side for major faults or 500m on either side of minor faults) or backfilling with available, approvedexcavated material and/or other suitable soil as per Scope of Work and as approved by Engineer-In-Charge; Supply and installation of slopebreakers as per specifications and drawings in steep slope areas, bank stabilization at crossings, wherever required and as per theinstruction of Engineer-In-charge; Carrying out hydrostatic testing including air cleaning, flushing, filling, gauging, pressurization of <strong>com</strong>pletepipeline in various test sections as approved by Engineer-In-Charge to the specified test pressure, providing all equipments, pumps, fittings,instruments, dead weight tester, all types of PIGs etc., and services, supervision, labour, consumables, water including supply of corrosionrectification of defects attributable to Contractor, re-testing after rectification, successful <strong>com</strong>pletion of hydrotesting of pipeline. All tie-inwelding including Golden tie-in, tie-in(s) with the pipeline/piping re-beveling, as required. Carrying out all temporary ancillary, auxiliary worksand all incidental works required to make the pipeline ready for pre-<strong>com</strong>missioning; Repair of defects recorded during EGP/Gauge Plate runor otherwise including cutting, beveling, welding, radiography, field joint coating etc; as applicable, Final clean-up and restoration of ROW/ROU including obtaining NOC from respective statutory authorities as required and disposal of debris and returning all surplus material todesignated disposal areas/storage yard, as directed by Engineer-In-Charge; Restoration of land, facilities and boundary wall etc atassociated facilities dismantled/damaged by the Contractor during construction ; Obtaining work permits/ NOC from various statutoryauthorities having jurisdiction, before execution of the work, and <strong>com</strong>plying with all stipulation /conditions /re<strong>com</strong>mendation of the saidauthorities ; Preparation of as-built drawings, pipe-book, test reports and other records. SOR shall be read in conjunction with scope of work,job specific requirements, specifications, standards, drawings and other provisions of contract document. All above works for buried pipelineas per following details:PIPELINE LAYING 7.9 MM+OFCPIPELINE LAYING 7.1MM +OFCPIPELINE LAYING 6.4 MM+OFCPIPELINE LAYING 8.7MM +OFCContConcrete coatingAllthkInstallation of Coated Line Pipes (with OFC) as per following details:(Pipe OD-457 mm, Wall Thickness-7.9mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC)as per following details :(Pipe OD-457 mm, Wall Thickness-7.1 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC)as per following details :(Pipe OD-457 mm, Wall Thickness-6.4 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC) as per following details :(Pipe OD-457 mm, Wall Thickness-8.7 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)CONTINUOUS CONCRETE COATINGUnit rate for additional work over and above item for supply of all consumables and materials and application of continuous concrete weightcoating on pipes of all wall thickness and concrete coating of the filed joints thereof, in all areas of work except minor/ major river crossingscovered separately, and performing all works as per specifications and instructions of Engineer-In-Charge and other provisions of Contractdocuments.Pipes as per following details:(Pipe OD-457 mm, Wall Thickness-8.7, 7.9, 7.1, 6.4 mm, Concrete Coating Thickness-75 mm)MINOR CROSSINGS-Open cut method (minor water bodies, minor roads-metalled, asphalted,mud cart tracks etc.)M 67000M 101525M 59920M 2920M 3300MINOR Cross.-Open cut mtdComplete work for minor crossings(minor water bodies, minor roads-metalled, asphalted,mud cart tracks etc.) (between the limits as definedin the drawings and execution of, but not limited to, the followings works) in accordance with specifications and instructions of Engineer-In-Charge and all provisions of Contract document; Receiving and taking over “ Owner supplied corrosion coated line pipes from Owner’sdesignated places of issue/dump site (s) and transportation to Contractor’s stock yard/workshop/’worksite including all handling, loading ,unloading, etc. Supply of all Contractor supplied materials to worksite (s) , manpower, other resources and acquiring the required land forsite preparations; Complete site preparation including arranging of required land for construction purpose, preparations of pipeline launchingarea, etc. String preparation including continuous concrete coating of joints (as applicable but paid under separate item in the SOR), repairof corrosion coating damages, NDT of re-beveled area, welding, testing, radiography, weld repair and retest, corrosion coating of fieldsjoints, pretest (hyrdostatic test) of <strong>com</strong>pleted strings(covered /paid under Pipeline laying / installation item), etc.Pre-construction surveys;Trenching to the required depth on the banks, beds, berms, formations including maintenance of the trench in all types of strata, all depthsand all conditions of minor crossings by various methods, etc. to a width to ac<strong>com</strong>modate the pipeline and optical fiber cable/cable conduit(if applicable) as per the relevant standards, specifications, etc. Laying of pipeline in approved trench and across the minor crossings,Backfilling of the trench including supply and padding by select backfill as required, stabilization of excavation and banks, including supplyof all materials, consumables, restoration and clean up etc. tie in with pipeline at either banks etc.; All other works required as perspecifications, drawings , conditions of crossing approval, instructions of Engineer-In-Charge and provisions of contract dcoument.M 2700Uncased Crossings by Open Cut MethodCased CrossingsCased Crossings 610 mmCased crossings including installation of cased pipe including transportation of casing pipes from Contractor’s storage point to worksite.Installation of casing pipe by jacking /boring for rail, road or canal crossings wherever required in all types of soils and terrain as perenclosed reference drawing,etc. including supply of all other materials, equipments, consumables, manpower, welding including visualinspection of all weld joints,supply & installation of casing insulators, end seals, fill material inside casing(as per scope of work), back fillingand restoration of the facility crossed to its original condition and performing all works as per drawings, specifications, conditions of crossingapproval and instructions of Engineer-In-Charge and provisions of Contract document.All works for installation of casing pipe of size 610 mm, Material API 5L Gr B/IS:3589, Wall Thickness 7.9 mmLength of cased crossing by jacking/boringM 850All works for installation of casing pipe of size 168.3 mm for OFC including insertion of 2 nos.HDPE pipes in the same casingCased Cross 168.3 HDPELength of cased crossing by jacking/boringM 850Page 3 of 11


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)o. Short description Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4PIPELINE INSTALLATION AT MAJOR RIVER BY HDD TECHNIQUEComplete works for the Major River crossings by HDD technique including design and detailed engineering of the crossings, mobilizationand demobilization at site(s), supply of all material as per “Scope of Supply” and all consumables equipments, manpower and otherresources, and temporary acquisition of the required land for site preparations and execution of, but not limited to the above works as perspecification, drawings and as per provisions of contract document and instructions of Owner/ Engineer-in-Charge .Seperate Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduitpipe by HDD for major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosedreference drawing including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints, installation of casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all worksas per drawings, specifications, conditions of crossing approval, instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item.For rest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for various crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457mmPipe OD : 168.3mmP/L INST MJR RIVER HDD457 For all works under River crossing,( no. of River -3 nos) (for Pipe OD: 457mm) M 700For all works under River crossing,( no. of River -3 nos) (for Pipe OD: 168.3mm) including insertion of 2 nos.HDPE pipes in the sameP/L INST MJR RIVER HDD168Mcasing700PIPELINE INSTALLATION AT MAJOR CANALS / STATE HIGHWAY / NATIONAL HIGHWAY / OTHER CROSSINGS BY HDDTECHNIQUEComplete works for the major canals/State Highways/National Highways/other crossings; if any by HDD technique including design anddetailed engineering of the crossings, mobilization and demobilization at site(s), supply of all material as per “Scope of Supply” and allconsumables equipments, manpower and other resources, and temporary acquisition of the required land for site preparations andexecution of, but not limited to the above works as per specification, drawings and as per provisions of contract document and instructionsof Owner/ Engineer-in-Charge .Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduit pipe byHDD for major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosed referencedrawing including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of all weld joints,installation of casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all works as perdrawings, specifications, conditions of crossing approval, instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item.For rest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457 mmPipe OD : 168.3mmAll works mentioned above for Major Canal/State highway/National highway crossings as per the Crossing List and any other crossing asCROSS MJR CAN/SH/NH 457Mper the directions of Engineer-In-Charge for Pipe OD: 457mm1400For all works mentioned above for Major Canal/State highway/National highway crossing as per the Crossing List and any othre crossingCROSS MJR CAN/SH/NH 168Mas per the directions of Engineer-in-charge for casing Pipe OD: 168.3mm including insertion of 2 nos. HDPE pipes in the same casing1400INSTALLATION OF VALVES/SCRAPER TRAPS/EQUIPMENTS/ABOVE GROUND PIPELINE AND OTHER FACILITY ATDISPATCH AND RECEIVING STATION AND SV STATIONS:Receiving and taking over of all Owner supplied materials, equipments from Owner’s designated place(s) of issue, transportation includingloading, unloading, handling from Owner designated place(s) of issue to Contractor’s own stock yard(s)/work shop(s) including arranging allnecessary intermediate storage areas(s) thereof, as required; Installation of all materials, equipment, consumables as defined inContractor’s scope of supply and its transportation to the work site(s); Installations of above ground piping, valves, bar tees, IJs, equipmentsincluding welding, testing (destructive and non-destructive), Painting (as per specification), supply and fixing of gaskets, bolts, studs, nutsas required, leveling, aligning, installation and assembly of accessories including accessories for actuators, if any, by bolting /threading orwelding of pipes at all elevations as per drawings, specification, other provisions of Contract and directions of the Engineer-in-Charge.Installation of Scraper Launcher including jib crane and PIG trolley, PIG signallers, as per detailed Scope of Work(Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#) forINST VALVE LAUNCH REWARI Rewari Set 1INST VALVE LAUNCH Bharatp Baharatpur Set 1INST VALVE LAUNCH Mathura Mathura Set 1Installation of Scraper Receiver including PIG trolley, PIG Signallers as per detailed Scope of Work:(Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#)INST VLV RECIEVER Bharatp Bharatpur set 1INST VLV RECIEVER MATHURA Mathura set 1Installation of aboveground 18” pipeline between Scrapper Launcher / Revciever, Barred Tee, IJ , Station by-pass line Check Valve, StationInlet / Outlet Valve) including installation of Barred Tees, IJs as per detailed Scope of WorkINST Abv grd scr/rec REWAR Rewari Despatch station Mtrs 20INST Abv grd scr/rec Bhart Bharatpur Intermediate Station Mtrs 40INST Abv grd scr/rec Mathu Mathura Intermediate Station Mtrs 40Installation of aboveground 18” 600# Check-Valve (flanged) in Station By-pass lines at Mathura & Bharatpur including supply of allINST 18" check valveNos.necessary bolts / studs & nuts, gaskets etc. all <strong>com</strong>plete as per detailed Scope of work.2Installation of 18" 600# buried Long stem Sectionalizing Valves (SVs),Station Limit Valves (SLVs), Scrapper Launcher / Reciever IsolationINST 18" Long Steam SV vlvNos.Valves, Station by-pass Valves, Station Inlet / Outlet Valves as per the Scope of Work.22Transp. Of valves to siteTransportation of valves to the work site of installation of valves, including supply and fixing of gaskets, bolts, studs, nuts, whereverrequired, leveling, aligning, installation and assembly of accessories including accessories for actuators, if any by bolting/threading orwelding of pipes at all elevations, testing, <strong>com</strong>pleting all work in all respects as per drawings, specifications, other provisions of contact anddirection of the Engineer-in-chargeInstallation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below:Size 2 INCH and below , Rating 600 #PERMANENT MARKERSupply, fabrication and Installation including assembling of following types of permanent markers along the route including all associatedcivil works such as excavation in all types of soil, construction of pedestals and grouting with concrete, clearing, supply and application ofapproved colour and quality of primer and paint, stencil letter cutting for numbers, direction, chainage etc. restoration of area to originalcondition and performing all works as per drawings, specifications and instructions of Engineer-in-Charge.Note: The painting of all markers shall conform to Normal Corrosive Environment of spec.513-MH2145-PL-SPC-0019 irrespective ofwhatever shown on respective standards.Supply and Erection ofNos. 36PM : Navigable Water sign Navigable Water Sign NOS 3PM: KM posts Kilometer Posts NOS 183PM: Warning signs Pipeline Warning Signs NOS 263PM : Boundary marker Right of use Boundary Markers NOS 2223PM: Arial marker Aerial Markers NOS 45PM: Direction Marker Direction Markers NOS 399PM: OFC joint pit marker OFC joint identification markers. NOS 100Page 4 of 11


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)o. Short description Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4LEAKS/BURSTS (ATTRIBUTABLE TO OWNER)MAJOR LEAK (VISUAL METHOD)MAJOR LEAK (DETECTED BY VISUAL METHOD):All works for locating major leak/burst (occurred during hydrostatic testing) including necessary repairing/replacing defective pipe length,including cutting and removing out defective pipes, pretesting of replacement pipe and welding into mainline, NDT of welds and re-beveledarea, repair and re-testing of defective welds, coating of welded joints, clean-up retesting the pipeline including providing all necessaryequipments, labour, materials, consumables and inputs other than Owner supplied materials and performing all works as per drawings,specifications enclosed with the Contract and directions of Engineer-in-charge.Note: This rate is applicable for manufacturing defects in Company supplied material only.Major Leak (detected by visual method)(Pipeline Size-18 INCH)MINOR LEAK (DETECTED BY SECTIONALISING):NOS 1MINOR LEAK SECTIONALISINGPreserve fill&prss.CI 6 MPreserve fill&prss.CI 12 MAll works for locating 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, pretesting of replacement pipe and welding intomainline, NDT of welds and re-bevelled area, repair and re-testing of defective welds, coating of welded joints, clean-up, retesting thepipeline including providing all necessary equipments, labour, materials, consumables and inputs other than Owner supplied materials andperforming all works as per drawings, specifications enclosed with the Contract and directions of Engineer-in-ChargeNote: This rate is applicable for manufacturing defects in Company supplied material onlyMinor Leak (detected by sectionalizing)(Pipeline Size-18 INCH)IDLE TIME PRESERVATION OF PIPELINEPreservation of <strong>com</strong>plete pipeline and associated facilities and its maintenance including supply of all consumables, all equipment, manpoweretc. <strong>com</strong>plete as per the requirements of specifications of Engineer-in-ChargeBy filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor tomaintain the effectiveness of the inhibitor water for the following details:(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 6 Months)By filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor tomaintain the effectiveness of the inhibitor water for the following details:(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 12 Months)NOSLSLS111Carrying out pre-<strong>com</strong>missioning checks and making the entire pipeline (including above ground and underground facility) ready for<strong>com</strong>missioning including supply of all equipment, manpower, consumables (including all types of PIGs and required materials), materials forall temporary works and performing all associated works, <strong>com</strong>plete as per the relevant specifications, other provisions of Contract documentand instructions of Engineer-in-Charge.Dewatering of entire p/l All works as per above for dewatering of entire pipeline. LS 1Swapping/flushing P/l All works as per above for swabbing/flushing as applicable of entire pipeline. LS 1Commisioning asst. RKPL All works as per above related to <strong>com</strong>missioning assistance during <strong>com</strong>missioning of Rewari-Kanpur Pipeline LS 1Transport surplus linepipeTransportation of surplus bare/coated line pipes from the dump sites to Company’s designated storage areas For Haryana-Rewari, forRajasthan-Bharatpur, for Uttar Pradesh-Mathura & Kanpur Terminal including loading/ unloading /handling and carrying out all associatedworks like arranging for cranes, manpower, trailers, loading and unloading equipment; preparation of storage area at unloading pointincluding providing all consumables, sand ridges, wooden sleepers, plastic sheets etc., preparation of material reconciliation statement all<strong>com</strong>plete as per the scope of work, provisions of contract document and directions of Engineer-in-chargeM 7650GEO TEXTILE BAGS Anti- BouRepair defect upto 25mmRepair defect above 25mmRepair defect & reweldingRepair coating defectsGEO TEXTILE BAGS FOR ANTI-BUOYANCYUnit rate for additional works over and above for design, manufacture and supply of non-biodegradable geo-textile bags (made ofpolypropylene fabric) materials and installation of geo-textile bags duly filled with gravel/stone ballast on pipelines of all wall thickness for antibuoyancyas per specification no 513-MH2145-PL-SPC-0023, drawings and instructions of Engineer-in-Charge and other provisions of theContract document.REPAIR OF DEFECTES IN LINE PIPE (ATTRIBUTABLE TO COMPANY)Repair of defects not attributable to Contractor on Company supplied bare line pipes, noted and recorded at the time of “Receiving andtaking over” by Contractor, in the presence of Company Representative including performing all works as per Scope of Work document 513-MH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following :Cutting and re-beveling of defects due to lamination up to 25 mm for following pipe sizes457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)All works for the following :Cutting and re-bevelling (Defects beyond 25mm) from pipe ends due to lamination and carrying out ultrasonicinspection after repairing as per Scope of Work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)All works for the following :Cutting and re-bevelling defects due to lamination after welding from pipe ends / body and carrying out ultrasonicinspection after repairing and rewelding as per Scope of work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF COATING DEFECTS IN SURPLUS LINE PIPE FROM COMPANY X-STOCK (ATTRIBUTABLE TO COMPANY)Repair of coating defects not attributable to Contractor on Company supplied surplus bare line pipes, noted and recorded at the time of“Receiving and taking over” by Contractor, in the presence of Company representative including performing all works as per Scope of workdocument 513-MH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following:457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesInspection and testing of available coated line pipe at the Owner’s storage point indicated below, identification of line pipe good for theservice (any repair to be carried out in coating or pipe bevel shall be recorded jointly with the owner while taking over the custody and thesame shall be carried out by the contactor and payment shall be made as per applicable SOR items) as required, and lifting of line pipe goodfor the service and its transportation to Dump yards including loading/ unloading /handling and carrying out all associated works likearranging for cranes, manpower, trailers, loading and unloading equipment; testing and inspection equipments, preparation of storage areaat unloading point including providing all consumables, sand ridges, wooden sleepers plastic sheets, etc; preparation of material receiptstatement.Note - The line pipe tested and accepted by Contractor at the Owner’s storage point (with/without repair) shall be considered good for theservice and any further repairs before laying or repairs required during any stage of laying/ testing /pre-<strong>com</strong>missioning / <strong>com</strong>missioning shallbe done by the contractor at no extra cost to Owner. This line pipe shall be considered issued to the pipeline laying contractor from Dumpyard for further transportation to Pipeline route for laying purpose.MNONONOM100010102036Insp & Testing of pipe 6.4 18" Dia x 6.4mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 5000Insp & Testing of pipe 7.1 18" Dia x 7.1mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 430Insp & Testing of pipe 7.9 18" Dia x 7.9mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 2200Insp & Testing of pipe 8.7 18" Dia x 8.7mm THK coated line pipe from Ramanmandi Terminal M 25Insp&Testing uncoatpipe8.7 18" Dia x 8.7mm THK Uncoated from Bahadurgarh Terminal M 25LONG RADIUS BENDSLONG RADIOUS BENDS r=6DFabrication of Long Radius (R=6D) Bends including coating from free issue Bare line pipe of Size 18” dia, thickness 8.7 mm, API 5L Gr. X-65, PSL2 as specified in scope of work, drawings and specifications for different TPs and terminals, stations from 18 to 90 degrees all<strong>com</strong>plete as per the provisions of the contract and directions of Engineer-in-charge.Nos 80Page 5 of 11


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)o. Short description Item Description Unit QuantityELECTRONIC GEOMETRIC PIGGING OF PIPELINESCarrying out all works related to Magnetic Cleaning & Electronic Geometric Pigging (EGP) (inlcuding necessary runs of Magnetic Pig, EGP)of pipeline including defect verification at a max. of 2 locations for each identified segment of pipeline including preparation of site reports,data analysis, preparation & submissison of final report (6 sets), inlcuding supply of material, euipment , manpower etc.as required.This itemis inclusive of Mobilization/Demobilization of pigging tools, tackles, consumables, <strong>com</strong>pressors, pumps, accessories and personnel byCONTRACTOR at WORK SITE.as per specification and provisions of the bid document for 18” diameter Rewari-Kanpur Pipeline as perthe sections listed below:(defect verification shall preferably be made for defects not attributable to pipeline laying contractor)EGP : Rewari -mathura 18", 600# Pipeline between Rewari to Mathura (including Receiving & Launching from Bharatpur) M 160000EGP : Mathura- sayyadpur 18", 600# Pipeline between Mathura to Saiyyadpur Pran M 118300EGP: repair of defectP/l Mapper data gatheringRepair of defect identified in EGP not attributable to the pipeline laying contractor inlcuding all necessary works for defect repair like cutting,re-bevelling, welding (as required) including all material, manpower, consumables etc. all <strong>com</strong>plete as per the specifications & provisions ofbid document.PIPELINE DEFECT MAPPERData to be gathered throughout the strech of pipeline by using pipeline defect mapper, GPS co-ordinates along with depth of the pipleineshall be captured in 100 m intervals along the length of the pipeline including generation & submission of record all <strong>com</strong>plete as per thespecifications, scope of work and directions of Engineer-in-ChargeM 36Km 228Unit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4FABRICATION, WELDING, ERECTION, INSTALLATION & TESTING OF ABOVE GROUND PIPING : Receiving and Taking over of all (Owner andcontractor supplied) materials from Owner's designated place(s) of issue, transportation including loading, unloading, handling from Owner' designatedplace(s) of issue to Contractor's own stock yard(s)/ work site(s)/ work shop(s) including arranging all necessary intermediate storage area(s) thereof, asrequired; supply of all materials (except those specified subsequently in SOR), equipment, consumables as defined in Contractor's scope of supply andtheir transportation to the work site(s); performing all above ground/buried piping fabrication works including cutting, edge preparation (inclusive ofgrinding the edges of pipes, fittings, flanges etc. to match with the matching edges of uneven/different thickness wherever required),fit up, pre-heatingwherever required, welding, threading etc,; erection of pipes of all types and thickness over sleepers, overhead on racks and at all elevs, end seals,back fillings and restoration as original of the facility crossed and performing all works as per drawings, specifications, condFabr,weld inst AbvGrd pipeSuch as pressure/thermal safety valves(other than those covered separately), fittings of all sizes i.e, elbows, reducers, tees, 'o' lets, flanges, blindflanges, spectacle blinds, tappings for pressure gauges, thermo wells, hoses and hose couplings of all sizes, if applicable, sample connections, flamearrestors as applicable, vents and drains required for process and hydro-testing purposes etc. including supply & fixing of all types of gaskets (includinggaskets for RTJ flanges), bolts, studs and nuts of all sizes; fabrication of strainers of sizes up to 1.5" , carrying out non-destructive testing (excludingradiography covered subsequently in SOR) such as magnetic particle/ liquid penetration etc. as required; hook-up with existing piping/pipeline installedby others as per drawings wherever required; cleaning and flushing by water / <strong>com</strong>pressed air, carrying out hydrostatic test, pneumatic test, valvefunctional test and any other type of testing as specified, de-pressurizing, dewatering, drying by <strong>com</strong>prestion as original of the facility crossed andperforming all works as per drawings, specificatiand providing <strong>com</strong>missioning assistance to Commissioning Contractor / Agency for process piping and <strong>com</strong>missioning of non-process piping ifapplicable; clean - up and restoration of site, preparation of as built drawings, documents and project records; transportation of surplus free issuematerials to Owner's designated place(s); <strong>com</strong>pleting all works in all respects as per the AFC drawings, specifications , standards and other provisionsof Contract and instruction of Engineer-in-Charge. Note :- Installation of items such as valves (2" and above), flow meters, strainers of size 2" NB andabove, equipments will be paid separately as per rates covered in appropriate items. Radiography of weld joints would be measured and paid forseparately as per separate schedule item.Installation of above ground Carbon Steel Process Piping as per details given below: Size 2 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B ,RADIOGRAPHYRadiography of weld joints of piping ( using gama or x-ray), including the cost of supply of all material, equipment and manpower required fordeveloping the films, review by ASNT qualified personnel, carrying out defect, repair, re-shoot etc. all <strong>com</strong>plete as per specifications and as directed bythe Engineer-in-charge. The radiography work shall be carried out <strong>com</strong>plying with all the statutory and safety requirements. Measurement will be donefor each weld joint of respective size of piping. In case of any repair, re-shoot, re takes, the same shall not be measured again for payment.M50RADIOGRAPHY DIN20NOS120PIPE SUPPORT suppy,erecPAINTING of pipeDN 20PIPE SUPPORTS: Supply, Fabrication and erection of pipe/equipment supports (for all sizes/thickness) including shoes, pipes, cradles, turnbuckles, t-posts for all types of guides, anchors, special supports for all types of pipes etc. If applicable, all necessary equipments, consumables, labouretc. for <strong>com</strong>pleting all works including supply of bolts, nuts, washers, U-clamp, wooden blocks etc. as required for supporting supply including the costof surface preparation by blast cleaning to SA 2.5, primer and painting all <strong>com</strong>plete as per specification, data sheets, drawings, terms and conditionsand as directed by the Engineer-in-charge.CS Structural SteelPAINTINGSupply and application of Paint including Surface preparation blast cleaning, supply of paints, solvents and primers, and application of primer and finishpaints suitable for project specific environment as defined in contract documents and on pipes as per standard specification for painting and protectivecoating as per attached specification no.MH2145-C000-PI-SPC-004, indentification, lettering / Numbering, colour coading etc. as specified includingrub down and touch up wherever required and providing of scaffolding for all heights, labour, materials, tools and tackles, consumable, supervision etc.to <strong>com</strong>plete the work in all respect as per specification, Drawings, standards and instruction of engineer-in -charge.Painting of all above ground piping including all valves fittings, flanges etc. including colour bands Size 2 INCH , Painting Environment NormalCorrosive ,KG 1500M2 60ALL GENERAL CIVIL WORKS AND BUILDING WORKS AS MENTIONED BELOW COMPLETE FOR SV STATION : SV-01, 02, 03, 04, 05, 06GENERAL CIVIL WORKS :Design, carrying out geotechnical survey and topographical survey, detail engineering, preparing construction and fabrication drawings, obtainingapproval of drawings and designs from engineer-in-charge, and construction of all general civil works viz. land development, site grading involvingcutting and filling (upto a depth of 1.2m) as per actual site conditions. <strong>com</strong>pound wall (upto a length of 180 mts), gates, approach road (with bitumentopping) from existing road (upto 50 sq. m surface area) , internal roads, drains, culverts, road crossings for electrical and instrumentation cables,pavements, footpath, drinking water system, plumbing work for toilets, construction of tube well including supply and installation of submersible pump,obtaining approval for tubewell from the statutory authorities, structural cage for all valves including preparing design and drawing as per actual sitedetails of valves, water harvesting system, and other miscellaneous works at SV Stations including supply of labour, materition as original of the facilitycrossed and performing all works as per drawings, specifications, conditions of crossing approval, instructions of Engineer-In-Charge and provisions ofContract document .Note: For HDD works, the measurement shallBUILDING WORKS :Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from the engineer-in-charge,construction of structural and architectural works for civil buildings and other miscellaneous structures, transportation, erection, fabrication, painting,finishing etc., all <strong>com</strong>plete to make ready for <strong>com</strong>missioning including switchgear & control room building for all SV stations as indicated in theattached layout plans, including supply of all labour, material, equipment etc., <strong>com</strong>plete as per specification, preliminary and conceptual drawings,design basis, approved drawings, codes and standards, other terms and conditions and as per the direction of Engineer-in-charge.REFERENCE DOCUMENTS :1) SCOPE OF WORK : DOC.NO. : MH2145-C000-CI-SOW-00022) ARCHITECTURAL SPECIFICATION : DOC.NO. MH2145-C000-AR-SPC-0001 TO 00043) ARCHITECTURAL DESIGN BASIS : DOC.NO. MH2145-C000-AR-BOD-00014) CIVIL/STRUCTURAL SPECIFICATION : DOC.NO.MH2145-C000-CI-SPC-0001 TO 0012 & MH2145-C000-ST-SPC-0001 TO 00025) CIVIL/STRUCTURAL DESIGN BASIS : DOC.NO. MH2145-C000-CI-BOD-00016) SV SUILDING TYPE-1 (SV-01, 02, 03 04, 05, 06) STATION- ARCHITECTURAL DRAWINGS( GROUND FLOOR & ROOF PLAN, ELEVATIONS& SECTIONS, FINISHES SCHEDULE) : MH2145-C000-AR-DSK-0001 TO 00037) ARCHITECTURAL STANDARD DRAWINGS : MH2145-C000-AR-DST-0001 TO 00048) CIVIL/STRUCTURAL STANDARD DRAWINGS : MH2145-C000-CI-DST-0001 TO 0008 & MH2145-C000-ST-DST-0001, 0002 &00049) GENERAL CIVIL LAYOUT FOR SV STATION SV STATION (SV-01,02,03,04,05,06) : MH2145-C130-CI-DGA-0001All the above for SV station land acquired by HPCL, including obtaining approvals from concerned road authority for laying of approachroad to SV stations from the nearest road, preparation of layout plan of stations showing outside roads etc.obtaining the permission of localauthorities for construction of SV station building all <strong>com</strong>plete as per the scope of work, provisions of contract document and directions ofEngineer-in-Charge.SV1 STATION WORKS For SV-1 station @ approx. Ch: 34.095 , Village: Ramnagar Nichala LS 1SV2 STATION WORKS For SV-2 station @ apporx. Ch: 58.234, Village: Mubirukpur LS 1SV3 STATION WORKS For SV-3 station @approx. Ch: 92.699, Village: Qutubpur LS 1SV4 STATION WORKS For SV-4 station @approx. Ch: 117.435, Village: Supawasa LS 1SV5 STATION WORKS For SV-5 station @approx. Ch: 184.929, Village: Ghuncha LS 1SV6 STATION WORKS For SV-6 station @approx. Ch: 227.706, Village: Rajnagar LS 1All the above Including acquisition of Land in the name of HPCL for SV Stations along the pipeline route at chainage marked in thealignment sheets and as per the scope defined in Scope of Work document No. 513-MH2145-PL-SOW-0001, collection of revenuerecords, establishing correctness of ownership by search/revenue records, nil encumbrances, expediting subsequent formalities includingsigning of agreements or sale deed, if any, to facilitate possession of land by HPCL, Making payment to land owners, obtaining all requiredapprovals/no objection certificates from concerned authorities like village panchayats or municipalities etc. under whose jurisdiction eachplot of land falls, for constructing and setting up the SV Stations, obtaining approvals from concerned road authority for laying of approachroad to SV stations from the nearest road, registering the land in HPCL’s name including entry of HPCL’s name in original Jamabandi onthe acquired plot no. and obtaining copy of the same in support. Statutory fees as applicable like stamp duty etc.shall be paid by HPCL.Prepare layout plan of station showing outside roads etc. all <strong>com</strong>plete as per the scope of work, provisions of contract document anddirections of Engineer-in-Charge. Typically the area required for each SV station is approx. (50m X 40m). Payment shall be made basis persq.m area of the SV land.Page 6 of 11


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)o. Short description Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4SV1 LAND ACQUISITION For SV-1 station @Ch: 34.095 ,Village: Ramnagar Nichala (Chainage tolerance of +/- 500 mtrs) Sq.m 2400SV2 LAND ACQUISITION For SV-2 station @Ch: 58.234, Village: Mubirukpur (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400SV3 LAND ACQUISITION For SV-3 station @Ch: 92.699, Village: Qutubpur (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400SV4 LAND ACQUISITION For SV-4 station @Ch: 117.435, Village: Supawasa (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400SV5 LAND ACQUISITION For SV-5 station @Ch: 184.929, Village: Ghuncha (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400SV6 LAND ACQUISITION For SV-6 station @Ch: 227.706, Village: Rajnagar (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400SV station fill grad <strong>com</strong>paSV const <strong>com</strong>pund wallSV approach roadFilling, grading & <strong>com</strong>paction of earth to finish grade level all <strong>com</strong>plete as per the specifications, approved drawings, directions of Engineerin-chargeand provisions of contract document all <strong>com</strong>plete for a depth of filling over and above 1.2 m and upto 3.0mConstruction of Compound wall for SV stations all <strong>com</strong>plete as per the specifications, approved drawings, scope of work ,directions ofEngineer-in-charge & provisions of contract document for a length over and above 180 mtrs (being paid under the earlier items). Paymentshall be made basis additional length of the <strong>com</strong>pound wall constructed over and above 180 mtrs.Construction of approach road (including bitumen topping) all <strong>com</strong>plete as per the specifications, approved drawings, scope of work,directions of Engineer-in-charge and provisions of contract document for Black top road surface over and above 50 Sq.m(being paid underearlier items)All related Civil and Structural works for scraper launcher ,receiver, pipe sleeper and miscellaneous pipe supports at Rewari, Bharatpur &Mathura station.SUPPORTS AND EQUIPMENT FOUNDATIONS :Cu.m 12000Mtrs 400Sq.m 2500Page 7 of 11


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)o. Short description Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from engineer-incharge,construction of supports and foundations, pipe sleepers, transportation, erection, fabrication, painting, finishing etc., all <strong>com</strong>plete forthe scraper launcher and receiving facilities of cross-country pipeline as indicated in the scope drawings, including supply of all labour,material, equipment etc. <strong>com</strong>plete as per specification, preliminary and conceptual drawings, design basis, approved drawings, codes andstandards and as per the directions of Engineer-in-charge.EXCAVATION AND BACK FILLINGExcav back fill upto 1.5mExcavation and backfilling around foundation and trenches/pits in all types of soil viz. earth, sand,gravel, clay, soft & hard murum etc.(excluding soft/hard rock) for footings, steps, plinth beams, equipment foundations, drains, trenches,manholes, underground tanks/pits, etcincluding shoring strutting, dewatering where required (until foundation work is <strong>com</strong>plete). item also includes carting of surplus excavatedearth, stacking,spreading, levelling and <strong>com</strong>pacting/consolidating surplus materials within HPCL's premises or outside at an unobjectionableplace for all leads as per instructions of WP / HPCL engineer in charge (rate includes removal of any vegetation, small shrubs etc. havinggirth of 300mm or less). excavated volume as per approved drawing shall only be considered for measurement.Note 1: Top soil to be cleared of shrubs grass etc including roots and 150 mm top soil to be stored separately within HPCL's premises oroutside for all leads and to be used for micrograding as required.Note 2 : Rate shall be inclusive of all royalties / obtaining clearance of local authoraties and no extra cost whatsoever than the quoted ratesshall be paid by HPCL.Cu. M 330Up to & including 1.5 m below FGL/NGLPCC and allied workCONCRETE AND ALLIED WORKSNote: The rates for all items covered in this section shall include cost of dewatering, if required till <strong>com</strong>pletion of works upto ground level andchamphers in rcc works shall be provided wherever required at no extra cost. rate of concrete work shall be inclusive of materials such ascement, sand, aggregates, water, admixtures, etc.PCC - Providing & laying plain cement concrete (nominal mix) conforming to is:456-2000, using specified graded coarse aggregate ofapproved quality at various locations etc. including machine mixing, shuttering, consolidating with rammers/ vibrators & curing etc. <strong>com</strong>pleteas directed and instructed by WP / HPCL engineer in charge.Same as above for 1:4:8 grade concrete with 40mm max. size & down graded aggregate in making good soft & loose strata met underfoundations, base slab, plinth beams, walls & rafts etc.Cu. M 15RCC for m30 gradeRCC - Providing & laying in position controlled grade reinforced cement concrete conforming to is:456-2000,with design mix of requiredgrade at all locations and levels using 20mm and down size graded aggregates in all types of works [including leaving pockets, placing ofconduits, making openings, pockets placing inserts/ sleeves in columns/ beams/ slabs etc.] machine mixing, using admixtures are required,lifting, placing, machine vibrating, tamping, curing etc. as specified, <strong>com</strong>plete as per drawings & / or as directed by WP / HPCL engineerincharge. ready mix concrete may be used by contractor with concrete having required quality at no extra cost.Note: (1) The rate also includes cost of providing offsets, cutouts, formwork, construction joints, making holes in or cutting formwork fortaking out dowel bars, hacking the exposed surfaces to receive plaster as necessary.(2) rate of providing andfixing reinforcement steel and any other embedded steel items shall be measured and paid seperately.Cu. M 50Same as above, but for M30 grade concrete for below ground works for footings/foundations, plinth beams, raft slabs, pedestals, trenches,manhole pit, culverts, drains, sumps, pits equipment foundations, encasing of pipes etc at depth below and upto plinth level.RCC for m20 gradeProviding, supplying & casting in place RCC M20 grade slab/paving with all required machinaries/accessories by using vacuum dewateringmethod (tremix flooring or equivalent) inclusive of shuttering,all construction, isolation, expansion joints & tests,curing, etc <strong>com</strong>plete asdirected by WP/HPCL engineer in charge. The reinforcement shall be paid separately.Cu. M 195REINFORCEMENT-Providing, laying & fixing in position reinforcement as per dwg. locations & levels including bar bending schedules &obtaining their approval, cutting, bending & binding with 16g MS annealed binding wire incl. placing proper concrete cover blocks, chairsupports etc <strong>com</strong>plete as specified and directed by wp/hpcl engineer in charge.Reinforcement HYSD IS1786 HYSD conforming to IS:1786 of Grade Fe415 MT 20Anchor boltingAnchor bolts and relevant accessories like plates, nuts, pipesleeves etc. bolts shall be turned from M.S. rounds conforming to IS 2062 andIS 432 grade 1. Nuts and washers shall conform to IS 1363 and IS 3138. Threading shall be coarse conforming to IS 1367 and IS 4218,sleeves shall be M.S. tubes – medium to IS 1239.MT 1Enbedded insert platesEmbedded insert plates, insert/corner angles/channels, pipesleeves alongwith lugs/holdfast including painting as per painting specificationsfor steel structures. Plate/angle/channels shall be conforming to IS 2062. Lugs shall be M.S. rounds conforming to IS 2062 and IS 432Grade 1.MT 1.5Prv & Lay Non srink groutProviding and laying non-shrink premix type grout (Fosroc or equivalent make) having minimum <strong>com</strong>pressive strength of 40N/mm2including providing necessary formwork as required.Cu. M 3STRUCTURAL STEEL AND ALLIED WORKSSTRUCTURAL STEEL & ALLIEDProviding, fabricating, welding and/or bolting, as required, erecting and fixing in position all types of structural steel works (including paintingas per specifications : MH2145-C000-CI-SPC-0005) viz. columns,beams, monorails, rafters, trusses, purlins,frame for louvres, bracing,ladders and cage ladders, sag rods (except cheqd. plates, grating & pipe railing only) made up of rolled & built up sections with moment orshear connections, shop/site fabricated including all accessories viz. nuts, bolts, cleats, gussets, suspenders etc as per specification<strong>com</strong>plete as directed by WP/ HPCL Engineer incharge. The rate to include for welding weights, site connection, nut & bolts and same willnot be measured for payment, including the cost of surface preparation by blast cleaning to SA 2.5, primer and painting all <strong>com</strong>plete as perspecification, data sheets, drawings, terms and conditions and as directed by the Engineer-in-charge. The rate shall include for preparing &providing detailed fabrication drawings based on design drawings & getting the same approved from the WP / HPCL Engineer incharge.MT2Electrical SystemContractor to quote for the lump sum amount for the Residual design , supply, Installation, testing, <strong>com</strong>missioning of <strong>com</strong>plete ElectricalSystem including Transportation to site, Loading, unloading, Storage, packing, unpacking etc. at site of Electrical Equipments &accessiories all <strong>com</strong>plete as per detailed scope of work ( MH2145-C000-EL-REQ-0009 ), specifications, design basis, data sheets, SLDs,other provisions of contract document and directions of Engineer-In-ChargeElectrical System for SV's Electrical system for SV stations -01,02,03,04,05 & 06Laying 11KV Power supplyLaying 11KV beyond 3kmsTCPPCPLaying of 11KV power supply line from the point of supply identified / approved by State Electricity Board / Owner to the SV station ( OHline upto a maximum distance of 3Kms) including supply & installation of two pole structures, Transformer, CT/PT etc.as per the approveddrawings, schematics including supply of all material from approved vendors, installation, terminations at all ends including switchgear end,testing and Commissioning as per the scope of work, specifications and provisions of the contract document, instructions of Engineer-in-Charge and terms & conditions of SEB approval.All the works as above for any distance over & above 3Kms all <strong>com</strong>plete as per the scope of work, specifications and provisions of thecontract document, instructions of Engineer-in-Charge and terms & conditions of SEB approval.Cathodic Protection SystemTemporary Cathodic Protection(T-C-P) system ( scope as per Annexure 1 and 2 of Scope of Work -Electrical) for Ch 000 to Ch :227.706all <strong>com</strong>plete as per the Scope of Work, Specifications, Provisions of Contract document and directions of Engineer-in-ChargePermanent Cathodic Protection(P-C-P) system (scope as per Annexure 1 and 2 of Scope of Work - Electrical) for Ch 00 to Ch 227.706 ,including identification & provision of anode beds including acquisition of land (in the name of HPCL) for Anode Beds (each approx. 10 m X10 m) including land development site / area grading as required all <strong>com</strong>plete as per the Scope of Work, Specifications, Provisions ofContract document and directions of Engineer-In-ChargeNote: Contractor to decide the locations of Anode beds, the TCP/PCP requirements for chainage 0 to 227.706 in consultation withEngineer-in-ChargeInstrumentation SystemPRESSURE GAUGE -Type : BOURDON TUBELUMPSUMLUMPSUM66Mtr 10000LUMPSUMLUMPSUM11Prssure gauges BourdonPressue indicating TransInstallation & Calibration of Line mounted or Remote mounted Pressure Gauge with Pulsation Dampener / Syphon / Overrange Protector(Wherever required) inclusive of mounting of instrument, Installation of tubing materials such as valves fittings, pipes, tubes, <strong>com</strong>pressionfittings as per specification, erection of support, mounting on support, (if support required), laying of capillary on supports and installation ofmanifolds/ impulse lines with supports and tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes andstandards and as directed by the Engineer-in-charge.PRESSURE INDICATING TRANSMITTERInstallation & Calibration of Pressure Transmitters including mounting on Yoke / Surface, piping & tubing materials such as valves, fittings,pipes, tubes, <strong>com</strong>pression fittings, supports for capillary (if any) , erection of supports for impulse lines whenever required, installation ofmanifolds/ impulse lines with supports an tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes andstandards and as directed by the Engineer-in-charge.nos. 22nos. 17Page 8 of 11


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)o. Short description Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Temp Element & transInst Thermal relief valveTEMPERATURE ELEMENT WITH TEMPERATURE TRANSMITTER-Type :Skin Temperature measurementInstallation & Calibration of RTD element along with Temperature Transmitter remote mounted. Installation of transmitter including mountingon yoke, fabrication and erection of supports with clamps and laying of extension/RTD cable, Yoke and Calibration as per specification No. nos. 17MH2145-C000-IC-SPC-006 / MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications,drawings, codes and standards and as directed by the Engineer-in-charge.THERMAL RELIEF VALVEInstallation of TSV on piping / vessel with or without isolation valves as per requirement ,Installation of valve including fabrication anderection of supports with clamps and Calibration. including the cost of all labour, materials, equipment etc. as per datasheet no, (Doc no.MH2145-C000-IC-DAS-0002) drawings, codes and standards and as directed by the Engineer-in-charge.nos. 5Inst&Calb wall heat detectInst&Calb smokedetect optInstallation & Calibration of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum)As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 18nos. 36Inst&Calb smokedetect ionInst&Calb Hydrogen detectInst&Calb MCPInst&Calb audio alarmInst&Calb audio alarmFIRE ALARM PANEL, RTUInstallation & Calibration of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 24Installation & Calibration of Hydrogen Gas Detector for Battery Room.As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 6Installation & Calibration of Manual Alarm Call Point double action "break glass" unit.As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 24Installation & Calibration of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,ISAs per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 24Installation & Calibration of Audio Alarm 24VDC,IP66,Explosion proof ,ZONE-1.As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 30FIRE ALARM PANEL, RTU, TELECOMMUNICATION SYSTEM: Erection of Units suppiled by vendors of Tele<strong>com</strong>, SCADA packages,including supply & laying of cables laying as per the approved cable layout between indoor units and from field instruments to indoor unitsnos.including cable terminations as required, all necessary assistance to package vendors for Testing & Commissioning all <strong>com</strong>plete as per the6scope of work, specifications and directions of Engineeer-in-ChargeSUPPLY OF FIRE FIGHTING & SAFETY EQUIPMENTRESIDUAL DESIGN, ENGINEERING, MATERIALS, FABRICATION, ASSEMBLY, INSPECTION, TESTING, PAINTING,Supply FAS equipment DOCUMENTATION, SUPPLY AND SHIPMENT OF ALL ITEMS LISTED UNDER SCOPE OF WORK DOCUMENT NO ."MH2145-C000-SR-SOW-0001", Specifications, Data Sheets, provisions of the contract document and directions of Engineer-In-Charge. The itemshall also include placement of all the equipment as per approved equipment arrangement drawing / layoutAdditional rate over pipeline laying described under line no. 35,36,37 & 38 with extra clearcover of 2m to 5m beyond that defined in theSets 6Extra Depth bet. 2 to 5 mtrMetersalignment sheet for single approved stretch beyond 150m pre-approved by site-in-charge based on site condition.3000All fire extinguishers shall conform to respective IS/UL or Equivalent codes, viz. 10 Kg DCP Type (applicable IS:/UL Standard), 4.5/6,8 Kg1CO2 Type (IS:2878/UL 154) & 25/50/75 Kg DCP Type (IS:10658/UL 299) and bear ISI/UL mark2 Safety Equipment / CO2 flooding system shall meet OISD / NFPA requirement and shall bear relevant/required IS/UL mark3 Safety Signages shall be supplied as lot item based on site requirements.Page 9 of 11


UN PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit FOB Internationalsea port of exit Priceincluding storage( in USD)Total FOBInternational seaport of exit Priceincludingstorage(4 x 5 )( in USD)Unit Priceon CFRMumbai( in USD)Total Price onCFR Mumbai”Qty X UnitCFR price”(4x7)( in USD)Shipping Net Wt ( MT ) /Gross Wt ( MT ) / Volume( M3)1 2 3 4 5 6 7 8 9SUPPLY AS PER TENDER DOCUMENTSQuoted Quoted Quoted QuotedBidders may choose to indicate linewise tax implication in unpriced bid. Please do not indicate price in unpriced bidPage 10 of 10


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Short Description of item Item Description Unit QuantityUnit Price Ex-works incl. P& F charges, taxes &duties incl custom dutiesif any on <strong>com</strong>ponents andraw material but excludingED & ST on finishedgoodsTotal PriceExworksexcluding ED &ST on finishedgoodsExcise CST/LST/VAT Unit Freight charges Service Tax Unit Transit Unit Octroi / Total Price FOT site Total CIFDuty Without extra upto respective including Insurance Entry Tax extra including all taxes / Value of(Applicabl concessional Project site(s) cess on charges extra upto respective duties, Freight, Importe extra on form including all taxes & Freight upto respective project Service Tax on Contentcol. 5(applicable duties except TransitCharges project site site.(Applicable Freight, Transit included in(applicable (Applicable extra on Col.( Insurance upto Col. 6extra on col. 5) Insurance, Octroiextra on Col. extra on col. 5) 5+7+8) ) respective project/Entry Tax & Service9)site IncludingTaxOctroi/entry Tax etc.Import Duty amountconsidered on CIFvalue at Col.14 andincluded in Col. 6[Item-wise details tobe filled in FormatCIF/ CD (asenclosed herewith)]1 2 3 4 5 6 7 8 9 10 11 12 13 14 15SUPPLYSUPPLY including procurement and transportation to worksite (s) / workshop (s) including loading , unloading and handling for thefollowing materials to be supplied by Contractor as per the requirement of PMS , specifications, data-sheets, standards,instructions of Owner /Engineer-In-Charge and other provisions of Contract.BARRED TEESupply of Barred Tee as per details below:1 Barred Tee 18" * 16" Tkh 8.7mm (Size-18INCH x 16INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-8.7mm x Sch.120, Standard-MSS SP-75, NOS 1SPECIFICATION No. MH2145-C000-PL-SPC-0008)Supply of Barred Tee as per details below:2 Barred tee 18" * 16" Tkh 7.1mm (Size-18INCH x 18INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-8.7mm x 8.7mm, Standard-MSS SP-75, NOS 4SPECIFICATION No. MH2145-C000-PL-SPC-0008)MONOLITHIC ISOLATION JOINT3MonolIthicIJ18"*16" Tkh 7.1mmSupply of Carbon Steel Monolithic Isolation Joints as per details below:(Size-18INCH, Pipe Thk-8.7mm, Material-ASTM A694 F65, Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)NOS 54MonolIthicIJ18"*16" Tkh 7.1mmSupply of Carbon Steel Monolithic Isolation Joints as per details below:(Size-2INCH, Pipe Sch-80, Material-ASTM A105 Gr.B (HOLD), Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)NOS 34VALVES5 Valve CS ball 1" 600#Supply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTM A216 WCB,TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED , Tag No. BA-C600-RNOS 126 Valve CS DBBV 2" X1.2" 600#Supply of Carbon steel Double Block & Bleed Valves as per details below: -Size 2 INCH X ½ INCH , Rating 600 , CS BODY, SS 316 TRIM,PTFE, REDUCED BORE BALL VALVE WITH NEEDLE BLEEDER VALVE, ½” FNPT INST. CONN., RF X FNPT, API 6D, Tag No. DB-C608NOS 247Weldolet 18" 600# 8.7mmPIPES, FLANGES & FITTINGSSupply of Weldolet conforming to MSS-SP-97 and as per details given below:(Size1 - 18INCH , Thk1/Sch1-8.7mm, Size2 - 2INCH, Thk2/Sch2 - Sch80, Material-ASTM A105)Supply of Sockolet conforming to MSS-SP-97 and as per details given below:NOS738Sockolet 18" - 3/4" 6000#(Size1-18INCH, Size2-3/4INCH, Rating-6000, Material-ASTM A105)NOS 4Supply of 90°Elbow conforming to ASME B16.9 and as per details given below:990 deg elbow 2" 6000#(Size-2INCH, Rating-6000, Material-ASTM A234 Gr. WPB, BE)NOS171011Flange 2" 600#Flange 18" 600#Supply of Flange conforming to ASME B16.5 and as per details given below:(Size-2INCH, Rating-600 #, Sch-Sch80, Material-ASTM A105, WNRF)Supply of Flange conforming to ASME B16.5 and as per details given below:(Size-18INCH, Rating- 600#, Thk-8.7mm, Material-ASTM A105, WNRF)NOSNOS83412Blind Flg 2" 600#Supply of Blind Flange conforming to ASME B16.5 and as per details given below:(Size-2INCH, Rating-600#, Material-ASTM A105, WNRF)NOS2913Pipe 2" sch 80Supply of Pipe conforming to ASME B36.10 and as per details given below:(Size-2INCH, Material-ASTM A106 Gr.B, Seamless, Sch.80)M 941415Reduce tee 18" > 8" 8.7mm sch8Equal tee 18: 8,7mmSupply of Reducing Tee conforming to MSS SP-75 and as per details given below:(Size-18INCH x 8INCH, Thk/Sch-8.7mm x Sch.80, Material-ASTM A234 Gr.WPB, Seamless)Supply of Equal Tee conforming to MSS SP-75 and as per details given below:(Size-18INCH, Thk-8.7mm, Material-ASTM A234 Gr.WPB, Seamless)NOS 2NOS 416 Seamless BW Cap 2" sch80 Supply of Seamless BW Cap as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB , Dmn. Std. ASME B16.9 NOS 1817 1.5 D 90 BW elbow 2" 80sch18 BW equal 2" Sch 80Supply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn. Std.ASME B16.9 ,Supply of BW Equal Tees as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB Seamless , Dmn. Std. ASMEB16.9 ,NOS 18NOS 30CASED PIPESupply of Casing Pipe conforming to API 5Lor IS3589 and as per details given below:19Casing pipe 24" 7.9mmM 620(Size-24INCH, Material -API 5L or IS3589, 7.9mm Thk.Supply of Conduit Pipe conforming to IS1239 and as per details given below:20Conduit pipe 6"M 2620(Size-6INCH, Material -IS1239, Heavy Wall.Supply of Pipe conforming to PE pipe and as per details given below:21HDPE pipe 2"M 5240(Size-2INCH, Material-HDPE,Heavy Pipe Thickness)22 Pipeline Defect Mapper Supply of 'PIPELINE DEFECT MAPPER as per the specification, scope of work and provisions of Contract Document. NOS 1INSTRUMENTATION ITEMS23 Heat detector 24V IP42Supply of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum)nos. 18As per Specification no. MH2145-C000-00-IC-SPC-0009.24 Opt Smoke Detector24V IP42Supply of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As per Specification no.nos. 36MH2145-C000-00-IC-SPC-0009.25 Ion Smoke detector24V ip42Supply of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As per Specificationnos. 24no. MH2145-C000-00-IC-SPC-0009.26 H gasdetector battery room Supply of Hydrogen Gas Detector for Battery Room. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 627 MCP dbl action glass unit Supply of Manual Alarm Call Point double action "break glass" unit. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 2428 Visual alrm 24v IP66 Ex pr Supply of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,IS. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 2429 Audio Alrm 4V IP66 Ex prof Supply of Audio Alarm 24VDC,IP66,Explosion proof ,ZONE-1. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 30Page 1 of 18


PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Short Description of item Item Description Unit QuantityUnit Price Ex-works incl. P& F charges, taxes &duties incl custom dutiesif any on <strong>com</strong>ponents andraw material but excludingED & ST on finishedgoodsTotal PriceExworksexcluding ED &ST on finishedgoodsExcise CST/LST/VAT Unit Freight charges Service Tax Unit Transit Unit Octroi / Total Price FOT site Total CIFDuty Without extra upto respective including Insurance Entry Tax extra including all taxes / Value of(Applicabl concessional Project site(s) cess on charges extra upto respective duties, Freight, Importe extra on form including all taxes & Freight upto respective project Service Tax on Contentcol. 5(applicable duties except TransitCharges project site site.(Applicable Freight, Transit included in(applicable (Applicable extra on Col.( Insurance upto Col. 6extra on col. 5) Insurance, Octroiextra on Col. extra on col. 5) 5+7+8) ) respective project/Entry Tax & Service9)site IncludingTaxOctroi/entry Tax etc.Import Duty amountconsidered on CIFvalue at Col.14 andincluded in Col. 6[Item-wise details tobe filled in FormatCIF/ CD (asenclosed herewith)]Supply of Thermal Relief Valves as per the data sheet (Doc no. MH2145-C000-IC-DAS-0002), specification, scope of work and provisions of30 TRVNos 5the contract document31 Pressue gauges Supply of Pressure Gauges as per the data sheet, specification, scope of work and provisions of the contract document Nos 2232 Pressure indicator Supply of Pressure indicating Transmitter as per the data sheet, specification, scope of work and provisions of the contract document Nos 1733 Temp. elements with TransmSupply of Temperature Element with Temperature Transmitter (Skin Temeperature Measurement Type) as per the data sheet, specification,scope of work and provisions of the contractNos 1734 OTDR Supply of Optical Time Domain Reflectometer (OTDR) as per the Specifications, Scope of Work, and provisions of the contract document nos. 1Note:1. Quantity indicated abve are tentative. Bidder to ascertain the acual quantity required for different site. Payment shall be made on the actual quantity installed.Page 2 of 18


m No. Short description Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 41 2 3 4 5 6 7PIPELINE LAYING / INSTALLATIONPIPELINE LAYING / INSTALLATION :- Laying /installation of buried coated line pipe, associated fittings, and accessories, etc. includinglaying of optical fibre cable with or without conduit, including splicing and jointing pits and kits (excluding MOVs/SVs which shall be paidunder separate item as per SOR) as per specifications, drawings, other provisions of Contract & instructions of Engineer-in-chargeincluding but not limited to carrying out the followings:“Receiving and taking-over”, handling, loading , transportation and unloading of Owner supplied externally corrosion coated and bare linepipes from designated place(s) of issue/dump site(s) to Contractor’s own stock-yard (s)/workshop(s)/ Work (site) including stringing on thepipeline Right-of-Use (ROU)/Right of way (ROW); “Receiving and taking over”, handling, including loading and unloading, transportation ofOwner supplied materials other than line pipe from Owner’s designated place(s) of issue to worksite(s);PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Opening of ROU in owner notified (6(i) notified / gazzetted) land, including all necessary co-ordination / liasoning for the same. Allnecessary co-oridination / assistance in disbursement of <strong>com</strong>pensation (land / crop). (HPCL will make the necessary payments towardsLand/ crop / any other <strong>com</strong>pensation). Arrangement of all additional land as required for Contractor’s storage, fabrication, access forconstruction (other than Owner gazzetted / notified ROU/ROW); supply of all materials (except Owner supplied materials), consumables,equipment, labour, etc; Staking and installation of construction markers, clearing , grubbing, grading (as required) of Right of Use/ Right ofway, Counting the number and type of trees cut in presence of WP/HPCL/Government concerned authorities and keeping record thereofincluding plantation and maintenance of <strong>com</strong>pensatory trees as per tender requirements; Trenching to all depth and to a width toac<strong>com</strong>modate the pipeline and/ or Optical Fiber Cable(OFC)/Cable Conduit as specified in scope document and as per the relevantstandards, specifications, etc. by excavation in all types of soils (including soft/hard rock) , including blasting, chiseling or otherwise cuttingetc, providing trench padding as required with sand / graded earth approved by Engineer-in-Charge; Carrying out repairs of pipe and coatingdefects not attributable to Owner (i.e. defects occurring after “taking over” of pipes from Owner); Thorough internal cleaning of all pipes bysuitable methods to remove debris, shots, grits etc. to the satisfaction of Engineer-in-Charge; Stringing of line pipes along ROU/ROWincluding providing straw bags, soft padding/sand padding; aligning, bending, cutting and beveled area, welding, carrying out destructive/nondestructivetesting of welds as required including radiography and providing all requisite equipment, labour, supervision, materials, films,consumables, all facilities and personnel to process, develop, examine and interpret radiographs and other test as required; carrying outrepairs of weld joints found defective by Engineer-In-Charge, carrying out re-radiography and other non-destructive tests as required onrepaired joints, etc; Installation of carrier pipe including concrete coated pipes (Wherever required ) at all crossings including; but not limitedto roads/canals/nala/water crossing etc. (except for crossings by HDD that are specifically covered separately in this SOR) by open cut orjacking/boring method (cased crossings) including pre-testing as required; Carrying out installation / insertion of carrier pipe in the casingpipe at cased crossings (excluding supply and installation of casing pipe covered separately); coating of all field weld joints, long radiusbends (HI and Cold), buried fittings, coating and installation of underground MOVs at Stations and terminals, including supply and provisionof Warning tape throughout the length of pipe, etc;35363738Lowering the pipelines in trench including providing sand bag separators for parallel pipelines at the specified spacing (when applicable),providing required padding over and around the pipeline with sand/graded material approved by Engineer-In-Charge (in rocky areas) or withcohesion less soil like sand in case of station approaches (for the underground portion from the point of entry into the station premises) andseisimic fault locations (1KM on etiher side for major faults or 500m on either side of minor faults) or backfilling with available, approvedexcavated material and/or other suitable soil as per Scope of Work and as approved by Engineer-In-Charge; Supply and installation of slopebreakers as per specifications and drawings in steep slope areas, bank stabilization at crossings, wherever required and as per theinstruction of Engineer-In-charge; Carrying out hydrostatic testing including air cleaning, flushing, filling, gauging, pressurization of <strong>com</strong>pletepipeline in various test sections as approved by Engineer-In-Charge to the specified test pressure, providing all equipments, pumps, fittings,instruments, dead weight tester, all types of PIGs etc., and services, supervision, labour, consumables, water including supply of corrosionrectification of defects attributable to Contractor, re-testing after rectification, successful <strong>com</strong>pletion of hydrotesting of pipeline. All tie-inwelding including Golden tie-in, tie-in(s) with the pipeline/piping re-beveling, as required. Carrying out all temporary ancillary, auxiliary worksand all incidental works required to make the pipeline ready for pre-<strong>com</strong>missioning; Repair of defects recorded during EGP/Gauge Plate runor otherwise including cutting, beveling, welding, radiography, field joint coating etc; as applicable, Final clean-up and restoration of ROW/ROU including obtaining NOC from respective statutory authorities as required and disposal of debris and returning all surplus material todesignated disposal areas/storage yard, as directed by Engineer-In-Charge; Restoration of land, facilities and boundary wall etc atassociated facilities dismantled/damaged by the Contractor during construction ; Obtaining work permits/ NOC from various statutoryauthorities having jurisdiction, before execution of the work, and <strong>com</strong>plying with all stipulation /conditions /re<strong>com</strong>mendation of the saidauthorities ; Preparation of as-built drawings, pipe-book, test reports and other records. SOR shall be read in conjunction with scope of work,job specific requirements, specifications, standards, drawings and other provisions of contract document. All above works for buried pipelineas per following details:Installation of Coated Line Pipes (with OFC) as per following details:PIPELINE LAYING 7.9 MM+OFC(Pipe OD-457 mm, Wall Thickness-7.9mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC)as per following details :PIPELINE LAYING 7.1MM +OFC(Pipe OD-457 mm, Wall Thickness-7.1 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC)as per following details :PIPELINE LAYING 6.4 MM+OFC(Pipe OD-457 mm, Wall Thickness-6.4 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC) as per following details :PIPELINE LAYING 8.7MM +OFC(Pipe OD-457 mm, Wall Thickness-8.7 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)CONTINUOUS CONCRETE COATINGUnit rate for additional work over and above item for supply of all consumables and materials and application of continuous concrete weightcoating on pipes of all wall thickness and concrete coating of the filed joints thereof, in all areas of work except minor/ major river crossingsMMMM6700010152559920292039 ContConcrete coatingAllthk covered separately, and performing all works as per specifications and instructions of Engineer-In-Charge and other provisions of Contractdocuments.Pipes as per following details:(Pipe OD-457 mm, Wall Thickness-8.7, 7.9, 7.1, 6.4 mm, Concrete Coating Thickness-75 mm)MINOR CROSSINGS-Open cut method (minor water bodies, minor roads-metalled, asphalted,mud cart tracks etc.)Complete work for minor crossings(minor water bodies, minor roads-metalled, asphalted,mud cart tracks etc.) (between the limits as definedin the drawings and execution of, but not limited to, the followings works) in accordance with specifications and instructions of Engineer-In-Charge and all provisions of Contract document; Receiving and taking over “ Owner supplied corrosion coated line pipes from Owner’sdesignated places of issue/dump site (s) and transportation to Contractor’s stock yard/workshop/’worksite including all handling, loading ,unloading, etc. Supply of all Contractor supplied materials to worksite (s) , manpower, other resources and acquiring the required land forsite preparations; Complete site preparation including arranging of required land for construction purpose, preparations of pipeline launchingarea, etc. String preparation including continuous concrete coating of joints (as applicable but paid under separate item in the SOR), repairM 330040 MINOR Cross.-Open cut mtd of corrosion coating damages, NDT of re-beveled area, welding, testing, radiography, weld repair and retest, corrosion coating of fieldsjoints, pretest (hyrdostatic test) of <strong>com</strong>pleted strings(covered /paid under Pipeline laying / installation item), etc.Pre-construction surveys;Trenching to the required depth on the banks, beds, berms, formations including maintenance of the trench in all types of strata, all depthsand all conditions of minor crossings by various methods, etc. to a width to ac<strong>com</strong>modate the pipeline and optical fiber cable/cable conduit(if applicable) as per the relevant standards, specifications, etc. Laying of pipeline in approved trench and across the minor crossings,Backfilling of the trench including supply and padding by select backfill as required, stabilization of excavation and banks, including supplyof all materials, consumables, restoration and clean up etc. tie in with pipeline at either banks etc.; All other works required as perspecifications, drawings , conditions of crossing approval, instructions of Engineer-In-Charge and provisions of contract dcoument.Uncased Crossings by Open Cut MethodCased CrossingsM 2700Cased crossings including installation of cased pipe including transportation of casing pipes from Contractor’s storage point to worksite.Installation of casing pipe by jacking /boring for rail, road or canal crossings wherever required in all types of soils and terrain as perenclosed reference drawing,etc. including supply of all other materials, equipments, consumables, manpower, welding including visualinspection of all weld joints,supply & installation of casing insulators, end seals, fill material inside casing(as per scope of work), back fillingand restoration of the facility crossed to its original condition and performing all works as per drawings, specifications, conditions of crossingapproval and instructions of Engineer-In-Charge and provisions of Contract document.All works for installation of casing pipe of size 610 mm, Material API 5L Gr B/IS:3589, Wall Thickness 7.9 mmLength of cased crossing by jacking/boringAll works for installation of casing pipe of size 168.3 mm for OFC including insertion of 2 nos.HDPE pipes in the same casingLength of cased crossing by jacking/boring41Cased Crossings 610 mmM85042Cased Cross 168.3 HDPEM 850Page 3 of 18


m No. Short description Item Description Unit QuantityPIPELINE INSTALLATION AT MAJOR RIVER BY HDD TECHNIQUEPRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Unit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Complete works for the Major River crossings by HDD technique including design and detailed engineering of the crossings, mobilizationand demobilization at site(s), supply of all material as per “Scope of Supply” and all consumables equipments, manpower and otherresources, and temporary acquisition of the required land for site preparations and execution of, but not limited to the above works as perspecification, drawings and as per provisions of contract document and instructions of Owner/ Engineer-in-Charge .Seperate Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduitpipe by HDD for major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosedreference drawing including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints, installation of casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all worksas per drawings, specifications, conditions of crossing approval, instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item.For rest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for various crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457mmPipe OD : 168.3mm43 P/L INST MJR RIVER HDD457 For all works under River crossing,( no. of River -3 nos) (for Pipe OD: 457mm) M 70044For all works under River crossing,( no. of River -3 nos) (for Pipe OD: 168.3mm) including insertion of 2 nos.HDPE pipes in the sameP/L INST MJR RIVER HDD168casingM 700PIPELINE INSTALLATION AT MAJOR CANALS / STATE HIGHWAY / NATIONAL HIGHWAY / OTHER CROSSINGS BY HDDTECHNIQUEComplete works for the major canals/State Highways/National Highways/other crossings; if any by HDD technique including design anddetailed engineering of the crossings, mobilization and demobilization at site(s), supply of all material as per “Scope of Supply” and allconsumables equipments, manpower and other resources, and temporary acquisition of the required land for site preparations andexecution of, but not limited to the above works as per specification, drawings and as per provisions of contract document and instructionsof Owner/ Engineer-in-Charge .Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduit pipe byHDD for major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosed referencedrawing including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of all weld joints,installation of casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all works as perdrawings, specifications, conditions of crossing approval, instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item.For rest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457 mmPipe OD : 168.3mmAll works mentioned above for Major Canal/State highway/National highway crossings as per the Crossing List and any other crossing as45 CROSS MJR CAN/SH/NH 457per the directions of Engineer-In-Charge for Pipe OD: 457mmM 140046 CROSS MJR CAN/SH/NH 168For all works mentioned above for Major Canal/State highway/National highway crossing as per the Crossing List and any othre crossingas per the directions of Engineer-in-charge for casing Pipe OD: 168.3mm including insertion of 2 nos. HDPE pipes in the same casingM 1400INSTALLATION OF VALVES/SCRAPER TRAPS/EQUIPMENTS/ABOVE GROUND PIPELINE AND OTHER FACILITY ATDISPATCH AND RECEIVING STATION AND SV STATIONS:Receiving and taking over of all Owner supplied materials, equipments from Owner’s designated place(s) of issue, transportation includingloading, unloading, handling from Owner designated place(s) of issue to Contractor’s own stock yard(s)/work shop(s) including arranging allnecessary intermediate storage areas(s) thereof, as required; Installation of all materials, equipment, consumables as defined inContractor’s scope of supply and its transportation to the work site(s); Installations of above ground piping, valves, bar tees, IJs, equipmentsincluding welding, testing (destructive and non-destructive), Painting (as per specification), supply and fixing of gaskets, bolts, studs, nutsas required, leveling, aligning, installation and assembly of accessories including accessories for actuators, if any, by bolting /threading orwelding of pipes at all elevations as per drawings, specification, other provisions of Contract and directions of the Engineer-in-Charge.Installation of Scraper Launcher including jib crane and PIG trolley, PIG signallers, as per detailed Scope of Work(Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#) for47 INST VALVE LAUNCH REWARI Rewari Set 148 INST VALVE LAUNCH Bharatp Baharatpur Set 149 INST VALVE LAUNCH Mathura Mathura Set 1Installation of Scraper Receiver including PIG trolley, PIG Signallers as per detailed Scope of Work:(Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#)50 INST VLV RECIEVER Bharatp Bharatpur set 151 INST VLV RECIEVER MATHURA Mathura set 1Installation of aboveground 18” pipeline between Scrapper Launcher / Revciever, Barred Tee, IJ , Station by-pass line Check Valve, StationInlet / Outlet Valve) including installation of Barred Tees, IJs as per detailed Scope of Work52 INST Abv grd scr/rec REWAR Rewari Despatch station Mtrs 2053 INST Abv grd scr/rec Bhart Bharatpur Intermediate Station Mtrs 4054 INST Abv grd scr/rec Mathu Mathura Intermediate Station Mtrs 4055 INST 18" check valveInstallation of aboveground 18” 600# Check-Valve (flanged) in Station By-pass lines at Mathura & Bharatpur including supply of allnecessary bolts / studs & nuts, gaskets etc. all <strong>com</strong>plete as per detailed Scope of work.Nos. 256 INST 18" Long Steam SV vlvInstallation of 18" 600# buried Long stem Sectionalizing Valves (SVs),Station Limit Valves (SLVs), Scrapper Launcher / Reciever IsolationValves, Station by-pass Valves, Station Inlet / Outlet Valves as per the Scope of Work.Nos. 2257 Transp. Of valves to siteTransportation of valves to the work site of installation of valves, including supply and fixing of gaskets, bolts, studs, nuts, whereverrequired, leveling, aligning, installation and assembly of accessories including accessories for actuators, if any by bolting/threading orwelding of pipes at all elevations, testing, <strong>com</strong>pleting all work in all respects as per drawings, specifications, other provisions of contact anddirection of the Engineer-in-chargeInstallation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below:Size 2 INCH and below , Rating 600 #PERMANENT MARKERSupply, fabrication and Installation including assembling of following types of permanent markers along the route including all associatedcivil works such as excavation in all types of soil, construction of pedestals and grouting with concrete, clearing, supply and application ofapproved colour and quality of primer and paint, stencil letter cutting for numbers, direction, chainage etc. restoration of area to originalcondition and performing all works as per drawings, specifications and instructions of Engineer-in-Charge.Note: The painting of all markers shall conform to Normal Corrosive Environment of spec.513-MH2145-PL-SPC-0019 irrespective ofwhatever shown on respective standards.Supply and Erection ofNos. 3658 PM : Navigable Water sign Navigable Water Sign NOS 359 PM: KM posts Kilometer Posts NOS 18360 PM: Warning signs Pipeline Warning Signs NOS 26361 PM : Boundary marker Right of use Boundary Markers NOS 222362 PM: Arial marker Aerial Markers NOS 4563 PM: Direction Marker Direction Markers NOS 39964 PM: OFC joint pit marker OFC joint identification markers. NOS 100Page 4 of 18


m No. Short description Item Description Unit QuantityPRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Unit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4LEAKS/BURSTS (ATTRIBUTABLE TO OWNER)6566MAJOR LEAK (DETECTED BY VISUAL METHOD):All works for locating major leak/burst (occurred during hydrostatic testing) including necessary repairing/replacing defective pipe length,including cutting and removing out defective pipes, pretesting of replacement pipe and welding into mainline, NDT of welds and re-beveledarea, repair and re-testing of defective welds, coating of welded joints, clean-up retesting the pipeline including providing all necessaryMAJOR LEAK (VISUALequipments, labour, materials, consumables and inputs other than Owner supplied materials and performing all works as per drawings,METHOD)specifications enclosed with the Contract and directions of Engineer-in-charge.Note: This rate is applicable for manufacturing defects in Company supplied material only.Major Leak (detected by visual method)(Pipeline Size-18 INCH)MINOR LEAK (DETECTED BY SECTIONALISING):All works for locating 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, pretesting of replacement pipe and welding intomainline, NDT of welds and re-bevelled area, repair and re-testing of defective welds, coating of welded joints, clean-up, retesting theMINOR LEAKpipeline including providing all necessary equipments, labour, materials, consumables and inputs other than Owner supplied materials andSECTIONALISINGperforming all works as per drawings, specifications enclosed with the Contract and directions of Engineer-in-ChargeNote: This rate is applicable for manufacturing defects in Company supplied material onlyMinor Leak (detected by sectionalizing)(Pipeline Size-18 INCH)IDLE TIME PRESERVATION OF PIPELINEPreservation of <strong>com</strong>plete pipeline and associated facilities and its maintenance including supply of all consumables, all equipment, manpoweretc. <strong>com</strong>plete as per the requirements of specifications of Engineer-in-ChargeBy filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor toNOSNOS116768Preserve fill&prss.CI 6 MPreserve fill&prss.CI 12 Mmaintain the effectiveness of the inhibitor water for the following details:(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 6 Months)By filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor tomaintain the effectiveness of the inhibitor water for the following details:(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 12 Months)Carrying out pre-<strong>com</strong>missioning checks and making the entire pipeline (including above ground and underground facility) ready for<strong>com</strong>missioning including supply of all equipment, manpower, consumables (including all types of PIGs and required materials), materials forall temporary works and performing all associated works, <strong>com</strong>plete as per the relevant specifications, other provisions of Contract documentand instructions of Engineer-in-Charge.LSLS1169 Dewatering of entire p/l All works as per above for dewatering of entire pipeline. LS 170 Swapping/flushing P/l All works as per above for swabbing/flushing as applicable of entire pipeline. LS 171 Commisioning asst. RKPL All works as per above related to <strong>com</strong>missioning assistance during <strong>com</strong>missioning of Rewari-Kanpur Pipeline LS 172 Transport surplus linepipeTransportation of surplus bare/coated line pipes from the dump sites to Company’s designated storage areas For Haryana-Rewari, forRajasthan-Bharatpur, for Uttar Pradesh-Mathura & Kanpur Terminal including loading/ unloading /handling and carrying out all associatedworks like arranging for cranes, manpower, trailers, loading and unloading equipment; preparation of storage area at unloading pointincluding providing all consumables, sand ridges, wooden sleepers, plastic sheets etc., preparation of material reconciliation statement all<strong>com</strong>plete as per the scope of work, provisions of contract document and directions of Engineer-in-chargeM 765073GEO TEXTILE BAGS FOR ANTI-BUOYANCYUnit rate for additional works over and above for design, manufacture and supply of non-biodegradable geo-textile bags (made ofGEO TEXTILE BAGS Antipolypropylenefabric) materials and installation of geo-textile bags duly filled with gravel/stone ballast on pipelines of all wall thickness for antibuoyancyas per specification no 513-MH2145-PL-SPC-0023, drawings and instructions of Engineer-in-Charge and other provisions of theBouContract document.REPAIR OF DEFECTES IN LINE PIPE (ATTRIBUTABLE TO COMPANY)Repair of defects not attributable to Contractor on Company supplied bare line pipes, noted and recorded at the time of “Receiving andtaking over” by Contractor, in the presence of Company Representative including performing all works as per Scope of Work document 513-M 100074757677Repair defect upto 25mmRepair defect above 25mmRepair defect & reweldingRepair coating defectsMH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following :Cutting and re-beveling of defects due to lamination up to 25 mm for following pipe sizes457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)All works for the following :Cutting and re-bevelling (Defects beyond 25mm) from pipe ends due to lamination and carrying out ultrasonicinspection after repairing as per Scope of Work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)All works for the following :Cutting and re-bevelling defects due to lamination after welding from pipe ends / body and carrying out ultrasonicinspection after repairing and rewelding as per Scope of work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF COATING DEFECTS IN SURPLUS LINE PIPE FROM COMPANY X-STOCK (ATTRIBUTABLE TO COMPANY)Repair of coating defects not attributable to Contractor on Company supplied surplus bare line pipes, noted and recorded at the time of“Receiving and taking over” by Contractor, in the presence of Company representative including performing all works as per Scope of workdocument 513-MH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following:457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesInspection and testing of available coated line pipe at the Owner’s storage point indicated below, identification of line pipe good for theservice (any repair to be carried out in coating or pipe bevel shall be recorded jointly with the owner while taking over the custody and thesame shall be carried out by the contactor and payment shall be made as per applicable SOR items) as required, and lifting of line pipe goodfor the service and its transportation to Dump yards including loading/ unloading /handling and carrying out all associated works likearranging for cranes, manpower, trailers, loading and unloading equipment; testing and inspection equipments, preparation of storage areaat unloading point including providing all consumables, sand ridges, wooden sleepers plastic sheets, etc; preparation of material receiptstatement.Note - The line pipe tested and accepted by Contractor at the Owner’s storage point (with/without repair) shall be considered good for theservice and any further repairs before laying or repairs required during any stage of laying/ testing /pre-<strong>com</strong>missioning / <strong>com</strong>missioning shallbe done by the contractor at no extra cost to Owner. This line pipe shall be considered issued to the pipeline laying contractor from Dumpyard for further transportation to Pipeline route for laying purpose.NONONOM1010203678 Insp & Testing of pipe 6.4 18" Dia x 6.4mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 500079 Insp & Testing of pipe 7.1 18" Dia x 7.1mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 43080 Insp & Testing of pipe 7.9 18" Dia x 7.9mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 220081 Insp & Testing of pipe 8.7 18" Dia x 8.7mm THK coated line pipe from Ramanmandi Terminal M 2582 Insp&Testing uncoatpipe8.7 18" Dia x 8.7mm THK Uncoated from Bahadurgarh Terminal M 25LONG RADIUS BENDSFabrication of Long Radius (R=6D) Bends including coating from free issue Bare line pipe of Size 18” dia, thickness 8.7 mm, API 5L Gr. X-83 LONG RADIOUS BENDS r=6D 65, PSL2 as specified in scope of work, drawings and specifications for different TPs and terminals, stations from 18 to 90 degrees all<strong>com</strong>plete as per the provisions of the contract and directions of Engineer-in-charge.Nos 80Page 5 of 18


m No. Short description Item Description Unit QuantityELECTRONIC GEOMETRIC PIGGING OF PIPELINESCarrying out all works related to Magnetic Cleaning & Electronic Geometric Pigging (EGP) (inlcuding necessary runs of Magnetic Pig, EGP)of pipeline including defect verification at a max. of 2 locations for each identified segment of pipeline including preparation of site reports,data analysis, preparation & submissison of final report (6 sets), inlcuding supply of material, euipment , manpower etc.as required.This itemis inclusive of Mobilization/Demobilization of pigging tools, tackles, consumables, <strong>com</strong>pressors, pumps, accessories and personnel byCONTRACTOR at WORK SITE.as per specification and provisions of the bid document for 18” diameter Rewari-Kanpur Pipeline as perthe sections listed below:(defect verification shall preferably be made for defects not attributable to pipeline laying contractor)84 EGP : Rewari -mathura 18", 600# Pipeline between Rewari to Mathura (including Receiving & Launching from Bharatpur) M 16000085 EGP : Mathura- sayyadpur 18", 600# Pipeline between Mathura to Saiyyadpur Pran M 11830086 EGP: repair of defectRepair of defect identified in EGP not attributable to the pipeline laying contractor inlcuding all necessary works for defect repair like cutting,re-bevelling, welding (as required) including all material, manpower, consumables etc. all <strong>com</strong>plete as per the specifications & provisions of M 36bid document.PIPELINE DEFECT MAPPER87 P/l Mapper data gatheringData to be gathered throughout the strech of pipeline by using pipeline defect mapper, GPS co-ordinates along with depth of the pipleineshall be captured in 100 m intervals along the length of the pipeline including generation & submission of record all <strong>com</strong>plete as per thespecifications, scope of work and directions of Engineer-in-ChargeKm 228FABRICATION, WELDING, ERECTION, INSTALLATION & TESTING OF ABOVE GROUND PIPING : Receiving and Taking over of all (Owner andcontractor supplied) materials from Owner's designated place(s) of issue, transportation including loading, unloading, handling from Owner' designatedplace(s) of issue to Contractor's own stock yard(s)/ work site(s)/ work shop(s) including arranging all necessary intermediate storage area(s) thereof, asrequired; supply of all materials (except those specified subsequently in SOR), equipment, consumables as defined in Contractor's scope of supply andtheir transportation to the work site(s); performing all above ground/buried piping fabrication works including cutting, edge preparation (inclusive ofgrinding the edges of pipes, fittings, flanges etc. to match with the matching edges of uneven/different thickness wherever required),fit up, pre-heatingwherever required, welding, threading etc,; erection of pipes of all types and thickness over sleepers, overhead on racks and at all elevtion as original ofthe facility crossed and performing all works as per drawings, specifications, conditions of crossing approval, instructioPRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Unit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 488Fabr,weld inst AbvGrd pipeSuch as pressure/thermal safety valves(other than those covered separately), fittings of all sizes i.e, elbows, reducers, tees, 'o' lets, flanges, blindflanges, spectacle blinds, tappings for pressure gauges, thermo wells, hoses and hose couplings of all sizes, if applicable, sample connections, flamearrestors as applicable, vents and drains required for process and hydro-testing purposes etc. including supply & fixing of all types of gaskets (includinggaskets for RTJ flanges), bolts, studs and nuts of all sizes; fabrication of strainers of sizes up to 1.5" , carrying out non-destructive testing (excludingradiography covered subsequently in SOR) such as magnetic particle/ liquid penetration etc. as required; hook-up with existing piping/pipeline installedby others as per drawings wherever required; cleaning and flushing by water / <strong>com</strong>pressed air, carrying out hydrostatic test, pneumatic test, valvefunctional test and any other type of testing as specified, de-pressurizing, dewatering, drying by <strong>com</strong>press, end seals, back fillings and restoration asoriginal of the facility crossed and performingand providing <strong>com</strong>missioning assistance to Commissioning Contractor / Agency for process piping and <strong>com</strong>missioning of non-process piping ifapplicable; clean - up and restoration of site, preparation of as built drawings, documents and project records; transportation of surplus free issuematerials to Owner's designated place(s); <strong>com</strong>pleting all works in all respects as per the AFC drawings, specifications , standards and other provisionsof Contract and instruction of Engineer-in-Charge. Note :- Installation of items such as valves (2" and above), flow meters, strainers of size 2" NB andabove, equipments will be paid separately as per rates covered in appropriate items. Radiography of weld joints would be measured and paid forseparately as per separate schedule item.Installation of above ground Carbon Steel Process Piping as per details given below: Size 2 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B ,RADIOGRAPHYRadiography of weld joints of piping ( using gama or x-ray), including the cost of supply of all material, equipment and manpower required fordeveloping the films, review by ASNT qualified personnel, carrying out defect, repair, re-shoot etc. all <strong>com</strong>plete as per specifications and as directed bythe Engineer-in-charge. The radiography work shall be carried out <strong>com</strong>plying with all the statutory and safety requirements. Measurement will be donefor each weld joint of respective size of piping. In case of any repair, re-shoot, re takes, the same shall not be measured again for payment.M5089RADIOGRAPHY DIN20NOS120DN 20PIPE SUPPORTS: Supply, Fabrication and erection of pipe/equipment supports (for all sizes/thickness) including shoes, pipes, cradles, turnbuckles, t-posts for all types of guides, anchors, special supports for all types of pipes etc. If applicable, all necessary equipments, consumables, labouretc. for <strong>com</strong>pleting all works including supply of bolts, nuts, washers, U-clamp, wooden blocks etc. as required for supporting supply including the costof surface preparation by blast cleaning to SA 2.5, primer and painting all <strong>com</strong>plete as per specification, data sheets, drawings, terms and conditionsand as directed by the Engineer-in-charge.CS Structural SteelPAINTING90PIPE SUPPORT suppy,erecKG 150091PAINTING of pipeSupply and application of Paint including Surface preparation blast cleaning, supply of paints, solvents and primers, and application of primer and finishpaints suitable for project specific environment as defined in contract documents and on pipes as per standard specification for painting and protectivecoating as per attached specification no.MH2145-C000-PI-SPC-004, indentification, lettering / Numbering, colour coading etc. as specified includingrub down and touch up wherever required and providing of scaffolding for all heights, labour, materials, tools and tackles, consumable, supervision etc.to <strong>com</strong>plete the work in all respect as per specification, Drawings, standards and instruction of engineer-in -charge.Painting of all above ground piping including all valves fittings, flanges etc. including colour bands Size 2 INCH , Painting Environment NormalCorrosive ,M260ALL GENERAL CIVIL WORKS AND BUILDING WORKS AS MENTIONED BELOW COMPLETE FOR SV STATION : SV-01, 02, 03, 04, 05, 06GENERAL CIVIL WORKS :Design, carrying out geotechnical survey and topographical survey, detail engineering, preparing construction and fabrication drawings, obtainingapproval of drawings and designs from engineer-in-charge, and construction of all general civil works viz. land development, site grading involvingcutting and filling (upto a depth of 1.2m) as per actual site conditions. <strong>com</strong>pound wall (upto a length of 180 mts), gates, approach road (with bitumentopping) from existing road (upto 50 sq. m surface area) , internal roads, drains, culverts, road crossings for electrical and instrumentation cables,pavements, footpath, drinking water system, plumbing work for toilets, construction of tube well including supply and installation of submersible pump,obtaining approval for tubewell from the statutory authorities, structural cage for all valves including preparing design and drawing as per actual sitedetails of valves, water harvesting system, and other miscellaneous works at SV Stations including supply of labour, materis, end seals, back fillingsand restoration as original of the facility crossed and performing all works as per drawings, specifications, conditions of crossing approval, instructions ofEngineer-In-Charge and provisions of Contract document .NotBUILDING WORKS :Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from the engineer-in-charge,construction of structural and architectural works for civil buildings and other miscellaneous structures, transportation, erection, fabrication, painting,finishing etc., all <strong>com</strong>plete to make ready for <strong>com</strong>missioning including switchgear & control room building for all SV stations as indicated in theattached layout plans, including supply of all labour, material, equipment etc., <strong>com</strong>plete as per specification, preliminary and conceptual drawings,design basis, approved drawings, codes and standards, other terms and conditions and as per the direction of Engineer-in-charge.REFERENCE DOCUMENTS :1) SCOPE OF WORK : DOC.NO. : MH2145-C000-CI-SOW-00022) ARCHITECTURAL SPECIFICATION : DOC.NO. MH2145-C000-AR-SPC-0001 TO 00043) ARCHITECTURAL DESIGN BASIS : DOC.NO. MH2145-C000-AR-BOD-00014) CIVIL/STRUCTURAL SPECIFICATION : DOC.NO.MH2145-C000-CI-SPC-0001 TO 0012 & MH2145-C000-ST-SPC-0001 TO 00025) CIVIL/STRUCTURAL DESIGN BASIS : DOC.NO. MH2145-C000-CI-BOD-00016) SV SUILDING TYPE-1 (SV-01, 02, 03 04, 05, 06) STATION- ARCHITECTURAL DRAWINGS( GROUND FLOOR & ROOF PLAN, ELEVATIONS& SECTIONS, FINISHES SCHEDULE) : MH2145-C000-AR-DSK-0001 TO 00037) ARCHITECTURAL STANDARD DRAWINGS : MH2145-C000-AR-DST-0001 TO 00048) CIVIL/STRUCTURAL STANDARD DRAWINGS : MH2145-C000-CI-DST-0001 TO 0008 & MH2145-C000-ST-DST-0001, 0002 &00049) GENERAL CIVIL LAYOUT FOR SV STATION SV STATION (SV-01,02,03,04,05,06) : MH2145-C130-CI-DGA-0001All the above for SV station land acquired by HPCL, including obtaining approvals from concerned road authority for laying of approachroad to SV stations from the nearest road, preparation of layout plan of stations showing outside roads etc.obtaining the permission of localauthorities for construction of SV station building all <strong>com</strong>plete as per the scope of work, provisions of contract document and directions ofEngineer-in-Charge.92 SV1 STATION WORKS For SV-1 station @ approx. Ch: 34.095 , Village: Ramnagar Nichala LS 193 SV2 STATION WORKS For SV-2 station @ apporx. Ch: 58.234, Village: Mubirukpur LS 194 SV3 STATION WORKS For SV-3 station @approx. Ch: 92.699, Village: Qutubpur LS 195 SV4 STATION WORKS For SV-4 station @approx. Ch: 117.435, Village: Supawasa LS 196 SV5 STATION WORKS For SV-5 station @approx. Ch: 184.929, Village: Ghuncha LS 197 SV6 STATION WORKS For SV-6 station @approx. Ch: 227.706, Village: Rajnagar LS 1All the above Including acquisition of Land in the name of HPCL for SV Stations along the pipeline route at chainage marked in thealignment sheets and as per the scope defined in Scope of Work document No. 513-MH2145-PL-SOW-0001, collection of revenuerecords, establishing correctness of ownership by search/revenue records, nil encumbrances, expediting subsequent formalities includingsigning of agreements or sale deed, if any, to facilitate possession of land by HPCL, Making payment to land owners, obtaining all requiredapprovals/no objection certificates from concerned authorities like village panchayats or municipalities etc. under whose jurisdiction eachplot of land falls, for constructing and setting up the SV Stations, obtaining approvals from concerned road authority for laying of approachroad to SV stations from the nearest road, registering the land in HPCL’s name including entry of HPCL’s name in original Jamabandi onthe acquired plot no. and obtaining copy of the same in support. Statutory fees as applicable like stamp duty etc.shall be paid by HPCL.Prepare layout plan of station showing outside roads etc. all <strong>com</strong>plete as per the scope of work, provisions of contract document anddirections of Engineer-in-Charge. Typically the area required for each SV station is approx. (50m X 40m). Payment shall be made basis persq.m area of the SV land.98 SV1 LAND ACQUISITION For SV-1 station @Ch: 34.095 ,Village: Ramnagar Nichala (Chainage tolerance of +/- 500 mtrs) Sq.m 240099 SV2 LAND ACQUISITION For SV-2 station @Ch: 58.234, Village: Mubirukpur (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400Page 6 of 18


m No. Short description Item Description Unit Quantity00 SV3 LAND ACQUISITION For SV-3 station @Ch: 92.699, Village: Qutubpur (Chainage tolerance of +/- 1000 mtrs) Sq.m 240001 SV4 LAND ACQUISITION For SV-4 station @Ch: 117.435, Village: Supawasa (Chainage tolerance of +/- 1000 mtrs) Sq.m 240002 SV5 LAND ACQUISITION For SV-5 station @Ch: 184.929, Village: Ghuncha (Chainage tolerance of +/- 1000 mtrs) Sq.m 240003 SV6 LAND ACQUISITION For SV-6 station @Ch: 227.706, Village: Rajnagar (Chainage tolerance of +/- 1000 mtrs) Sq.m 240004 SV station fill grad <strong>com</strong>pa05 SV const <strong>com</strong>pund wall06 SV approach roadFilling, grading & <strong>com</strong>paction of earth to finish grade level all <strong>com</strong>plete as per the specifications, approved drawings, directions of Engineerin-chargeand provisions of contract document all <strong>com</strong>plete for a depth of filling over and above 1.2 m and upto 3.0mConstruction of Compound wall for SV stations all <strong>com</strong>plete as per the specifications, approved drawings, scope of work ,directions ofEngineer-in-charge & provisions of contract document for a length over and above 180 mtrs (being paid under the earlier items). Paymentshall be made basis additional length of the <strong>com</strong>pound wall constructed over and above 180 mtrs.Construction of approach road (including bitumen topping) all <strong>com</strong>plete as per the specifications, approved drawings, scope of work,directions of Engineer-in-charge and provisions of contract document for Black top road surface over and above 50 Sq.m(being paid underearlier items)All related Civil and Structural works for scraper launcher ,receiver, pipe sleeper and miscellaneous pipe supports at Rewari, Bharatpur &Mathura station.SUPPORTS AND EQUIPMENT FOUNDATIONS :Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from engineer-incharge,construction of supports and foundations, pipe sleepers, transportation, erection, fabrication, painting, finishing etc., all <strong>com</strong>plete forthe scraper launcher and receiving facilities of cross-country pipeline as indicated in the scope drawings, including supply of all labour,material, equipment etc. <strong>com</strong>plete as per specification, preliminary and conceptual drawings, design basis, approved drawings, codes andstandards and as per the directions of Engineer-in-charge.PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Cu.m 12000Mtrs 400Sq.m 2500Unit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Page 7 of 18


m No. Short description Item Description Unit QuantityEXCAVATION AND BACK FILLINGExcavation and backfilling around foundation and trenches/pits in all types of soil viz. earth, sand,gravel, clay, soft & hard murum etc.(excluding soft/hard rock) for footings, steps, plinth beams, equipment foundations, drains, trenches,manholes, underground tanks/pits, etcincluding shoring strutting, dewatering where required (until foundation work is <strong>com</strong>plete). item also includes carting of surplus excavatedearth, stacking,spreading, levelling and <strong>com</strong>pacting/consolidating surplus materials within HPCL's premises or outside at an unobjectionableplace for all leads as per instructions of WP / HPCL engineer in charge (rate includes removal of any vegetation, small shrubs etc. having07 Excav back fill upto 1.5mCu. M 330girth of 300mm or less). excavated volume as per approved drawing shall only be considered for measurement.Note 1: Top soil to be cleared of shrubs grass etc including roots and 150 mm top soil to be stored separately within HPCL's premises oroutside for all leads and to be used for micrograding as required.Note 2 : Rate shall be inclusive of all royalties / obtaining clearance of local authoraties and no extra cost whatsoever than the quoted ratesshall be paid by HPCL.Up to & including 1.5 m below FGL/NGLPRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Unit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 408PCC and allied workCONCRETE AND ALLIED WORKSNote: The rates for all items covered in this section shall include cost of dewatering, if required till <strong>com</strong>pletion of works upto ground level andchamphers in rcc works shall be provided wherever required at no extra cost. rate of concrete work shall be inclusive of materials such ascement, sand, aggregates, water, admixtures, etc.PCC - Providing & laying plain cement concrete (nominal mix) conforming to is:456-2000, using specified graded coarse aggregate ofapproved quality at various locations etc. including machine mixing, shuttering, consolidating with rammers/ vibrators & curing etc. <strong>com</strong>pleteas directed and instructed by WP / HPCL engineer in charge.Same as above for 1:4:8 grade concrete with 40mm max. size & down graded aggregate in making good soft & loose strata met underfoundations, base slab, plinth beams, walls & rafts etc.Cu. M 15RCC - Providing & laying in position controlled grade reinforced cement concrete conforming to is:456-2000,with design mix of requiredgrade at all locations and levels using 20mm and down size graded aggregates in all types of works [including leaving pockets, placing ofconduits, making openings, pockets placing inserts/ sleeves in columns/ beams/ slabs etc.] machine mixing, using admixtures are required,lifting, placing, machine vibrating, tamping, curing etc. as specified, <strong>com</strong>plete as per drawings & / or as directed by WP / HPCL engineerincharge. ready mix concrete may be used by contractor with concrete having required quality at no extra cost.99 RCC for m30 grade Note: (1) The rate also includes cost of providing offsets, cutouts, formwork, construction joints, making holes in or cutting formwork for Cu. M 50taking out dowel bars, hacking the exposed surfaces to receive plaster as necessary.(2) rate of providing andfixing reinforcement steel and any other embedded steel items shall be measured and paid seperately.Same as above, but for M30 grade concrete for below ground works for footings/foundations, plinth beams, raft slabs, pedestals, trenches,manhole pit, culverts, drains, sumps, pits equipment foundations, encasing of pipes etc at depth below and upto plinth level.09 RCC for m20 gradeProviding, supplying & casting in place RCC M20 grade slab/paving with all required machinaries/accessories by using vacuum dewateringmethod (tremix flooring or equivalent) inclusive of shuttering,all construction, isolation, expansion joints & tests,curing, etc <strong>com</strong>plete asdirected by WP/HPCL engineer in charge. The reinforcement shall be paid separately.Cu. M 195REINFORCEMENT-Providing, laying & fixing in position reinforcement as per dwg. locations & levels including bar bending schedules &obtaining their approval, cutting, bending & binding with 16g MS annealed binding wire incl. placing proper concrete cover blocks, chairsupports etc <strong>com</strong>plete as specified and directed by wp/hpcl engineer in charge.10 Reinforcement HYSD IS1786 HYSD conforming to IS:1786 of Grade Fe415 MT 2011 Anchor boltingAnchor bolts and relevant accessories like plates, nuts, pipesleeves etc. bolts shall be turned from M.S. rounds conforming to IS 2062 andIS 432 grade 1. Nuts and washers shall conform to IS 1363 and IS 3138. Threading shall be coarse conforming to IS 1367 and IS 4218,sleeves shall be M.S. tubes – medium to IS 1239.MT 112 Enbedded insert platesEmbedded insert plates, insert/corner angles/channels, pipesleeves alongwith lugs/holdfast including painting as per painting specificationsfor steel structures. Plate/angle/channels shall be conforming to IS 2062. Lugs shall be M.S. rounds conforming to IS 2062 and IS 432Grade 1.MT 1.513 Prv & Lay Non srink groutProviding and laying non-shrink premix type grout (Fosroc or equivalent make) having minimum <strong>com</strong>pressive strength of 40N/mm2including providing necessary formwork as required.Cu. M 3STRUCTURAL STEEL AND ALLIED WORKS14Providing, fabricating, welding and/or bolting, as required, erecting and fixing in position all types of structural steel works (including paintingas per specifications : MH2145-C000-CI-SPC-0005) viz. columns,beams, monorails, rafters, trusses, purlins,frame for louvres, bracing,ladders and cage ladders, sag rods (except cheqd. plates, grating & pipe railing only) made up of rolled & built up sections with moment orSTRUCTURAL STEEL & ALLIED shear connections, shop/site fabricated including all accessories viz. nuts, bolts, cleats, gussets, suspenders etc as per specification<strong>com</strong>plete as directed by WP/ HPCL Engineer incharge. The rate to include for welding weights, site connection, nut & bolts and same willnot be measured for payment, including the cost of surface preparation by blast cleaning to SA 2.5, primer and painting all <strong>com</strong>plete as perspecification, data sheets, drawings, terms and conditions and as directed by the Engineer-in-charge. The rate shall include for preparing &providing detailed fabrication drawings based on design drawings & getting the same approved from the WP / HPCL Engineer incharge.MT 2Electrical SystemContractor to quote for the lump sum amount for the Residual design , supply, Installation, testing, <strong>com</strong>missioning of <strong>com</strong>plete ElectricalSystem including Transportation to site, Loading, unloading, Storage, packing, unpacking etc. at site of Electrical Equipments &accessiories all <strong>com</strong>plete as per detailed scope of work ( MH2145-C000-EL-REQ-0009 ), specifications, design basis, data sheets, SLDs,other provisions of contract document and directions of Engineer-In-Charge15 Electrical System for SV's Electrical system for SV stations -01,02,03,04,05 & 0616 Laying 11KV Power supply17 Laying 11KV beyond 3kms18 TCP10 PCPLaying of 11KV power supply line from the point of supply identified / approved by State Electricity Board / Owner to the SV station ( OHline upto a maximum distance of 3Kms) including supply & installation of two pole structures, Transformer, CT/PT etc.as per the approveddrawings, schematics including supply of all material from approved vendors, installation, terminations at all ends including switchgear end,testing and Commissioning as per the scope of work, specifications and provisions of the contract document, instructions of Engineer-in-Charge and terms & conditions of SEB approval.All the works as above for any distance over & above 3Kms all <strong>com</strong>plete as per the scope of work, specifications and provisions of thecontract document, instructions of Engineer-in-Charge and terms & conditions of SEB approval.Cathodic Protection SystemTemporary Cathodic Protection(T-C-P) system ( scope as per Annexure 1 and 2 of Scope of Work -Electrical) for Ch 000 to Ch :227.706all <strong>com</strong>plete as per the Scope of Work, Specifications, Provisions of Contract document and directions of Engineer-in-ChargePermanent Cathodic Protection(P-C-P) system (scope as per Annexure 1 and 2 of Scope of Work - Electrical) for Ch 00 to Ch 227.706 ,including identification & provision of anode beds including acquisition of land (in the name of HPCL) for Anode Beds (each approx. 10 m X10 m) including land development site / area grading as required all <strong>com</strong>plete as per the Scope of Work, Specifications, Provisions ofContract document and directions of Engineer-In-ChargeNote: Contractor to decide the locations of Anode beds, the TCP/PCP requirements for chainage 0 to 227.706 in consultation withEngineer-in-ChargeInstrumentation SystemPRESSURE GAUGE -Type : BOURDON TUBELUMPSUMLUMPSUM66Mtr 10000LUMPSUMLUMPSUM1119 Prssure gauges Bourdon20 Pressue indicating Trans21 Temp Element & transInstallation & Calibration of Line mounted or Remote mounted Pressure Gauge with Pulsation Dampener / Syphon / Overrange Protector(Wherever required) inclusive of mounting of instrument, Installation of tubing materials such as valves fittings, pipes, tubes, <strong>com</strong>pressionfittings as per specification, erection of support, mounting on support, (if support required), laying of capillary on supports and installation ofmanifolds/ impulse lines with supports and tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes andstandards and as directed by the Engineer-in-charge.nos. 22PRESSURE INDICATING TRANSMITTERInstallation & Calibration of Pressure Transmitters including mounting on Yoke / Surface, piping & tubing materials such as valves, fittings,pipes, tubes, <strong>com</strong>pression fittings, supports for capillary (if any) , erection of supports for impulse lines whenever required, installation ofmanifolds/ impulse lines with supports an tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /nos. 17MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes andstandards and as directed by the Engineer-in-charge.TEMPERATURE ELEMENT WITH TEMPERATURE TRANSMITTER-Type :Skin Temperature measurementInstallation & Calibration of RTD element along with Temperature Transmitter remote mounted. Installation of transmitter including mountingon yoke, fabrication and erection of supports with clamps and laying of extension/RTD cable, Yoke and Calibration as per specification No. nos. 17MH2145-C000-IC-SPC-006 / MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications,drawings, codes and standards and as directed by the Engineer-in-charge.Page 8 of 18


m No. Short description Item Description Unit QuantityPRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Unit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 422 Inst Thermal relief valve23 Inst&Calb wall heat detectTHERMAL RELIEF VALVEInstallation of TSV on piping / vessel with or without isolation valves as per requirement ,Installation of valve including fabrication anderection of supports with clamps and Calibration. including the cost of all labour, materials, equipment etc. as per datasheet no, (Doc no.MH2145-C000-IC-DAS-0002) drawings, codes and standards and as directed by the Engineer-in-charge.Installation & Calibration of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum)As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 5nos. 1824 Inst&Calb smokedetect optInstallation & Calibration of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.nos. 3625 Inst&Calb smokedetect ion26 Inst&Calb Hydrogen detect27 Inst&Calb MCP28 Inst&Calb audio alarm29 Inst&Calb audio alarm30 FIRE ALARM PANEL, RTUInstallation & Calibration of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Hydrogen Gas Detector for Battery Room.As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Manual Alarm Call Point double action "break glass" unit.As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,ISAs per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Audio Alarm 24VDC,IP66,Explosion proof ,ZONE-1.As per Specification no. MH2145-C000-00-IC-SPC-0009.FIRE ALARM PANEL, RTU, TELECOMMUNICATION SYSTEM: Erection of Units suppiled by vendors of Tele<strong>com</strong>, SCADA packages,including supply & laying of cables laying as per the approved cable layout between indoor units and from field instruments to indoor unitsincluding cable terminations as required, all necessary assistance to package vendors for Testing & Commissioning all <strong>com</strong>plete as per thescope of work, specifications and directions of Engineeer-in-Chargenos. 24nos. 6nos. 24nos. 24nos. 30nos. 631 Supply FAS equipmentSUPPLY OF FIRE FIGHTING & SAFETY EQUIPMENTRESIDUAL DESIGN, ENGINEERING, MATERIALS, FABRICATION, ASSEMBLY, INSPECTION, TESTING, PAINTING,DOCUMENTATION, SUPPLY AND SHIPMENT OF ALL ITEMS LISTED UNDER SCOPE OF WORK DOCUMENT NO ."MH2145-C000-SR-SOW-0001", Specifications, Data Sheets, provisions of the contract document and directions of Engineer-In-Charge. The itemshall also include placement of all the equipment as per approved equipment arrangement drawing / layoutSets 632 Extra Depth bet. 2 to 5 mtrAdditional rate over pipeline laying described under line no. 35,36,37 & 38 with extra clearcover of 2m to 5m beyond that defined in thealignment sheet for single approved stretch beyond 150m pre-approved by site-in-charge based on site condition.Meters 3000TE:1TE:2TE:3All fire extinguishers shall conform to respective IS/UL or Equivalent codes, viz. 10 Kg DCP Type (applicable IS:/UL Standard), 4.5/6,8 KgCO2 Type (IS:2878/UL 154) & 25/50/75 Kg DCP Type (IS:10658/UL 299) and bear ISI/UL markSafety Equipment / CO2 flooding system shall meet OISD / NFPA requirement and shall bear relevant/required IS/UL markSafety Signages shall be supplied as lot item based on site requirements.Page 9 of 18


Item No. Item Description Unit QuantityUN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Unit Price Ex-works incl.P & F charges, taxes &duties incl custom dutiesif any on <strong>com</strong>ponentsand raw material butexcluding ED & ST onfinished goodsTotal PriceExworksexcluding ED &ST on finishedgoodsExciseDuty(Applicable extra oncol. 5%ageCST/LST/VATWithoutconcessionalform(applicableextra on col.5)%ageUnit Freight charges Service Taxextra upto respective includingProject site(s) cess onFreightincluding all taxes &duties except TransitInsurance, Octroi/Entry Tax & ServiceTaxCharges(applicableextra on Col.9) %ageUnit TransitInsurancecharges extrauptorespectiveproject site(Applicableextra on col. 5)Unit Octroi /Entry Tax extrauptorespectiveprojectsite.(Applicableextra on Col.(5+7+8) %ageTotal Price FOT siteincluding all taxes /duties, Freight,Service Tax onFreight, TransitInsurance uptorespective projectsite IncludingOctroi/entry Tax etc.Total CIFValue ofImportContentincluded inCol. 6 %ageImport Duty amountconsidered on CIFvalue at Col.14 andincluded in Col. 6[Item-wise details tobe filled in FormatCIF/ CD (asenclosed herewith)]1 2 3 4 5 6 7 8 9 10 11 12 13 14 151 SUPPLY As Per <strong>Tender</strong> DocumentQuoted Quoted Quoted Quoted Quoted QuotedBidders may choose to indicate linewise tax implication in unpriced bid. Please do not indicate price in unpriced bidPage 10 of 18


Item No. Item Description Unit QuantityUN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Unit Price Ex-works incl.P & F charges, taxes &duties incl custom dutiesif any on <strong>com</strong>ponentsand raw material butexcluding ED & ST onfinished goodsTotal PriceExworksexcluding ED &ST on finishedgoodsExciseDuty(Applicable extra oncol. 5%ageCST/LST/VATWithoutconcessionalform(applicableextra on col.5)%ageUnit Freight charges Service Taxextra upto respective includingProject site(s) cess onFreightincluding all taxes &duties except TransitInsurance, Octroi/Entry Tax & ServiceTaxCharges(applicableextra on Col.9) %ageUnit TransitInsurancecharges extrauptorespectiveproject site(Applicableextra on col. 5)Unit Octroi /Entry Tax extrauptorespectiveprojectsite.(Applicableextra on Col.(5+7+8) %ageTotal Price FOT siteincluding all taxes /duties, Freight,Service Tax onFreight, TransitInsurance uptorespective projectsite IncludingOctroi/entry Tax etc.Total CIFValue ofImportContentincluded inCol. 6 %ageImport Duty amountconsidered on CIFvalue at Col.14 andincluded in Col. 6[Item-wise details tobe filled in FormatCIF/ CD (asenclosed herewith)]Page 11 of 18


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 41 2 3 4 5 6 71 PIPELINE LAYING / INSTALLATION WORK AS PER TENDER DOCUMENTQuoted QuotedBidders may choose to indicate linewise tax implication in unpriced bid. Please do not indicate price in unpriced bidPage 12 of 18


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Page 13 of 18


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Page 14 of 18


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Page 15 of 18


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Page 16 of 18


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Page 17 of 18


UN PRICE SCHEDULE (INDIAN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part I)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 4Page 18 of 18


Item No.PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)30 Character ShortDescriptionTotal FOB Unit Total Price onUnit FOB International International sea Price on CFR MumbaiShipping Net Wt (sea port of exit Price port of exit Price CFR ”Qty X UnitItem Description Unit QuantityMT ) / Gross Wt ( MTincluding storage including storage Mumbai CFR price”) / Volume ( M3)( in USD)(4 x 5 ) ( in (4x7)( in USD) USD) ( in USD)1 2 3 4 5 6 7 8 9SUPPLYSUPPLY including procurement and transportation to worksite (s) / workshop (s) including loading , unloading and handling for the followingmaterials to be supplied by Contractor as per the requirement of PMS , specifications, data-sheets, standards, instructions of Owner /Engineer-In-Charge and other provisions of Contract.BARRED TEESupply of Barred Tee as per details below:Barred tee1 (Size-18INCH x 16INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-8.7mm x 8.7mm, Standard-MSS SP-75, NOS 118"*16"Tkh8.7mmSPECIFICATION No. MH2145-C000-PL-SPC-0008)Supply of Barred Tee as per details below:Barred tee2(Size-18INCH x 18INCH, Rating-600#, Material-ASTM A860 Gr.WPHY65, Ends-BW, Pipe Thk-7.1mm x 7.1mm, Standard-MSS SP-75, NOS 218"*16"Tkh7.1mmSPECIFICATION No. MH2145-C000-PL-SPC-0008)MONOLITHIC ISOLATION JOINT34Supply of Carbon Steel Monolithic Isolation Joints as per details below:MONOLITHIC IJ 18" Thk8.7(Size-18INCH, Pipe Thk-8.7mm, Material-ASTM A694 F65, Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)Supply of Carbon Steel Monolithic Isolation Joints as per details below:MONOLITHIC IJ 18" Thk7.1(Size-18INCH, Pipe Thk-7.1mm, Material-ASTM A694 F65, Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)NOS 2NOS 15MONOLITHIC IJ 21" sch80Supply of Carbon Steel Monolithic Isolation Joints as per details below:(Size-2INCH, Pipe Sch-80, Material-ASTM A105 Gr.B (HOLD), Ends-BE, Rating-600#, SPECIFICATION No. MH2145-C000-PL-SPC-009)VALVESNOS 266 valve Size3/4 " #1507 valveSize3/4 " #6008 valve 1" #1509 valve 1" #60010 valve 2" #60011 valve 4" #60012 4" #600 with elec sensor13 valve Check 1" #15014 valve Globe 4" #60015 valve Plug 1" 150#16 valve Plug 3/4 600#17 valve Plug 1" 800#18 DBBV VALVES 1" 600#19 valve Ball 1" 600#20 DBB valve 1"X 1/2" 600#Supply of Carbon steel Ball Valves as per details below: -Size 3/4 INCH , Rating 150 , Ends Flanged RF , BODY/BONNET – A105N,TRIM – SS 316 SEALS PTFE, DIMENSION / DESIGN AS PER B16.10 / BS EN ISO 17292, API 6D. REDUCED BORE,Tag No. BA-C100-RSupply of Carbon steel Ball Valves as per details below: -Size 3/4 INCH , Rating 600 , Ends Flanged RF , Standard BS 5351 / API 6D, BODY/BONNET – ASTM A216 WCB, TRIM - AISI316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B16.10 / BS EN ISO 17292,API 6D. REDUCED BORE, Tag No. BA-C600-RSupply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 150 , Ends Flanged RF ,BODY/BONNET – A105N,TRIM – SS 316 SEALS PTFE, DIMENSION / DESIGN AS PER B16.10 / BS EN ISO 17292, API 6D. REDUCED BORE , Tag No. BA-C100-RSupply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – A105N,TRIM - AISI316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE, Tag No. BA-C600-RSupply of Carbon steel Ball Valves as per details below: -Size 2 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTMA216 WCB, TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE ,Tag No. BA-C600-RSupply of Carbon steel Ball Valves as per details below: -Size 4 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTMA216 WCB, TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE,Tag No. BA-C610-RSupply of Carbon steel Ball Valves (with electronic position sensor) as per details below: -Size 4 INCH , Rating 600 , Ends FlangedRF , BODY/BONNET – ASTM A216 WCB, TRIM - SS 316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO17292, API 6D. REDUCED BORE, Tag No. BA-C610-R-INSupply of Lift Check Valves as per details below : -Size 1 INCH , Rating 150 , Ends Flanged RF , LIFT TYPE, BODY – A105N, TRIM13% Cr, DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 15761, Tag No. CH-C110Supply of Carbon Steel Globe Valves as per details below : -Size 4 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – ASTMA216 WCB,TRIM – 13% Cr, DIMENSIONS / DESIGN AS PER B 16.10 / BS1873, GEAR OP , Tag No. GL-C600-GSupply of Carbon Steel Plug Valves as per details below: -Size 1 INCH , Rating 150 , Ends flanged , BODY ASTM A105N, TRIM SS316, PTFE, TO BS 5353 / API 599, FULL PORT, Tag No. PL-C110Supply of Carbon Steel Plug Valves as per details below:-Size 3/4 INCH , Rating 600 , Ends flanged , BODY ASTM A105N, TRIMSS 316, PTFE, TO BS 5353 / API 599, FULL PORT , Tag No. PL-C610Supply of Carbon Steel Plug Valves as per details below:-Size 1 INCH , Rating 800 , Ends Socket weld, BODY ASTM A105N, TRIMSS 316, PTFE, TO BS 5353 / API 599, REGULAR PATTERN, SW CLASS 6000, Tag No. PL-C804Supply of Carbon Steel Double Block and Bleed Valves as per details below : - Size 2 INCH , Rating 600 , Ends Flanged RF XFNPT , CS BODY, SS 316 TRIM, PTFE, REDUCED BORE BALL VALVE WITH NEEDLE BLEEDER VALVE, ½” FNPT INST. CONN.,API 6D , Tag No. DBC608Supply of Carbon steel Ball Valves as per details below: -Size 1 INCH , Rating 600 , Ends Flanged RF , BODY/BONNET – A105N,TRIM - AISI316 SEALS PTFE. DIMENSIONS / DESIGN AS PER B 16.10 / BS EN ISO 17292, API 6D. REDUCED BORE, Tag No. BA-600-RSupply of Carbon steel Double Block & Bledd Valves as per details below: -Size 2 INCH X ½ INCH , Rating 600 , Ends Flanged RF XFNPT , CS BODY, SS 316 TRIM, PTFE, REDUCED BORE BALL VALVE WITH NEEDLE BLEEDER VALVE, ½” FNPT INST. CONN.,API 6D , Tag No. DB-C608NOS 3NOS 3NOS 1NOS 11NOS 12NOS 6NOS 4NOS 1NOS 2NOS 19NOS 9NOS 2NOS 8NOS 20NOS 20PIPES, FLANGES & FITTINGSSupply of Weldolet conforming to MSS-SP-97 and as per details given below:21 weldolet 18" 8.7 mmNOS 52(Size1 - 18INCH , Thk1/Sch1-8.7mm, Size2 - 2INCH, Thk2/Sch2 - Sch80, Material-ASTM A105)Supply of BW Weldolet as per details given below: Size1- 16 INCH ,Sch- 80 , Size2 – 2 INCH, Sch 80 , MaterialASTM A 694 Gr. F52,22 BW weldolet 16" sch 80NOS 2Dmn. Std. MSS-SP-97Supply of BW Weldolet as per details given below: Size1- 16 INCH ,Sch- 80 , Size2 – 3 INCH, Sch 80 , MaterialASTM A 694 Gr. F52,23 BW weldolet 16" sch 80NOS 2Dmn. Std. MSS-SP-97Supply of Sockolet conforming to MSS-SP-97 and as per details given below:24 Sockelet 18" 2-3/4" 6000#NOS 3(Size1-18INCH, Size2-3/4INCH, Rating-6000, Material-ASTM A105)Supply of Sockolet as per details given below: Size1- 2 INCH , Size2 - 1 INCH, Material ASTM A105N,Sch / Rating 3000 #, Dmn.25 Sockelet 2"-1" 3000#NOS 11Std. MSS-SP-9726 Sockelet 4"-1" 6000#Supply of Sockolet as per details given below: Size1- 4 INCH ,Std. MSS-SP-97Size2 - 1 INCH, Material ASTM A105N, Sch / Rating 6000 #, Dmn.NOS 227 Sockelet 8"-3/4" 3000#Supply of Sockolet as per details given below: Size1- 8 INCH , Size2 – 3/4 INCH, Material ASTM A105N, Sch / Rating 3000 #,Dmn. Std. MSS-SP-97NOS 328 Sockelet 16"-3/4" 3000#Supply of Sockolet as per details given below: Size1- 16 INCH ,6000 #, Dmn. Std. MSS-SP-97Size2 – 3/4 INCH, MaterialASTM A 694 Gr. F52, Sch / RatingNOS 429 Sockelet 16"-1" 6000#3090 Deg elbow 2" 6000#Supply of Sockolet as per details given below: Size1- 16 INCH , Size2 – 1 INCH, MaterialASTM A 694 Gr. F52, Sch / Rating 6000#, Dmn. Std. MSS-SP-97Supply of 90°Elbow conforming to ASME B16.9 and as per details given below:(Size-2INCH, Rating-6000, Material-ASTM A234 Gr. WPB, BE)NOS 3NOS 13Supply of Flange conforming to ASME B16.5 and as per details given below:31 Flange 2" 600#NOS 23(Size-2INCH, Rating-600 #, Sch-Sch80, Material-ASTM A105, WNRF)Supply of Flange conforming to ASME B16.5 and as per details given below:32 Flange 18" 600#NOS 4(Size-18INCH, Rating- 600#, Thk-8.7mm, Material-ASTM A105, WNRF)Supply of Blind Flange conforming to ASME B16.5 and as per details given below:33 Blind Flg 2" 600#NOS 28(Size-2INCH, Rating-600#, Material-ASTM A105, WNRF)Sock Welded Flg 3/4" Supply of Socket Welded Flanges as per details below: Size 3/4 INCH , Rating 150 , Material ASTM A105N , Face/Finish34NOS 9150#RF/125AARH , Dmn. Std. ASME B16.5 ,Sock Welded Flg 3/4" Supply of Socket Welded Flanges as per details below: Size 3/4 INCH , Rating 600 , Material ASTM A105N , Face/Finish35NOS 68600#RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Socket Welded Flanges as per details below: Size 1 INCH , Rating 150 , Material ASTM A105N , Face/Finish36 Sock Welded Flg 1" 150# NOS 69RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Socket Welded Flanges as per details below: Size 1 INCH , Rating 600 , Material ASTM A105N , Face/Finish37 Sock Welded Flg 1" 600# NOS 6RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 4 INCH , Rating 150 , Thk/Sch 40 , Material ASTM A105N ,38 WN flange 4" 150#NOS 6Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 2 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A105N ,39 WN flange 2" 600#NOS 76Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 2 INCH , Rating 600 , Thk/Sch 40 , Material ASTM A105N ,40 WN flange 2" 600#NOS 9Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 2 INCH , Rating 150 , Thk/Sch 40 , Material ASTM A105N ,41 WN flange 2" 150#NOS 6Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 4 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A105N ,42 WN flange 4" 600#NOS 17Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 8 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A105N ,43 WN flange 8" 600#NOS 9Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Weld Neck (WN) Flanges as per details below:Size 16 INCH , Rating 600 , Thk/Sch 80 , Material ASTM A694 Gr. F52 ,44 WN flange 16" 600#NOS 14Face/Finish RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Blind Flanges as per details given below:Size 4 INCH , Rating 150 , Material ASTM A105N , Face/Finish RF/125AARH ,45 Blind flg 4" 150#NOS 2Dmn. Std. ASME B16.5 ,Supply of Blind Flanges as per details given below:Size 1 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH ,46 Blind flg 1" 600#NOS 2Dmn. Std. ASME B16.5 ,Supply of Blind Flanges as per details given below:Size 16 INCH , Rating 600 , Material ASTM A694 Gr. F52 , Face/Finish47 Blindflg 16" 600#NOS 3RF/125AARH , Dmn. Std. ASME B16.5 ,Supply of Carbon Steel Seamless Pipes as per details below:Size 3/4 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B , Ends PE ,48 CS pipe 3/4" sch80M 29Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 1 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B , Ends PE ,49 CS pipe 1" sch80M 75Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 2 INCH , Thk/Sch 40 , Material ASTM A106 Gr.B , Ends BE ,50 CS pipe 2" sch40M 51Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below: Size 4 INCH , Thk/Sch 40 , Material ASTM A106 Gr.B / ASTM A 10651 CS pipe 4" sch40M 106GR.B / API 5L GR. B, Seamless, Ends BE , Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 2 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B , Ends BE ,52 CS pipe 2" sch80M 114Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below: Size 4 INCH , Thk/Sch 80 , Material ASTM A106 Gr.B / API 5L GR. B,53 CS pipe 4" sch80M 58Seamless, TO ASME B36.10, BE , Ends BE , Dmn. Std. ASME B36.10Supply of Carbon Steel Seamless Pipes as per details below:Size 8 INCH , Thk/Sch 80 , ASTM A 106 GR.B / API 5L GR. B,54 CS pipe 8" sch80M 55Seamless, TO ASME B36.10, BE , Ends BE , Dmn. Std. ASME B36.10Supply of Carbon Steel Pipes as per details below:Size 16 INCH , Thk/Sch 80 , Material API 5L GR. X52, LSAW, Ends BE , Dmn.55 CS pipe 16" sch80M 157Std. ASME B36.10Reducing Tee 18" X 18" Supply of Reducing Tee conforming to MSS SP-75 and as per details given below:56NOS 18.7mm(Size-18INCH x 8INCH, Thk/Sch-8.7mm x Sch.80, Material-ASTM A234 Gr.WPB, Seamless)Supply of Equal Tee conforming to MSS SP-75 and as per details given below:57 Equal tee 18" 8.7mmNOS 3(Size-18INCH, Thk-8.7mm, Material-ASTM A234 Gr.WPB, Seamless)Seamless BW cap 1" Supply of Seamless BW Cap as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB , Dmn. Std. ASME58NOS 3sch80B16.959 SW Cap 1" 6000# Supply of SW Cap as per details given below:Size 1 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME B16.11 NOS 21.5 D 45 SW Elbow 1" Supply of 1.5 D 45 SW Elbow as per details given below:Size 1 INCH , Thk/Sch 3000# , Material ASTM A105N , Dmn. Std. ASME60NOS 23000#B16.11 ,1.5 D 45 SW Elbow 2" Supply of 1.5 D 45 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn.61NOS 6sch40Std. ASME B16.9 ,1.5 D 45 SW Elbow 4" Supply of 1.5 D 45 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn.62NOS 11sch80Std. ASME B16.9 ,1.5 D 45 SW Elbow 2" Supply of 1.5 D 45 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.63NOS 5sch80Std. ASME B16.9 ,1.5 D 45 SW Elbow 4" Supply of 1.5 D 45 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.64NOS 3sch80Std. ASME B16.9 ,1.5 D 45 SW Elbow 8" Supply of 1.5 D 45 BW Elbow as per details given below:Size 8 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.65NOS 3sch80Std. ASME B16.9 ,1.5 D 90 SW Elbow 8" Supply of 1.5 D 90 SW Elbow as per details given below:Size 1 INCH , Thk/Sch 3000# , Material ASTM A105N , Dmn. Std. ASME66NOS 403000#B16.11 ,1.5 D 90 SW Elbow 2" Supply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn.67NOS 33sch40Std. ASME B16.9 ,1.5 D 90 SW Elbow 4" Supply of 1.5 D 90 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 40 , Material ASTM A234 Gr. WPB Seamless , Dmn.68NOS 29sch40Std. ASME B16.9 ,1.5 D 90 SWElbow 3/4" Supply of 1.5 D 90 SW Elbow as per details given below:Size 3/4 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME69NOS 276000B16.11 ,1.5 D 90 SW Elbow 1" Supply of 1.5 D 90 SW Elbow as per details given below:Size 1 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME70NOS 136000#B16.11 ,1.5 D 90 SW Elbow 2" Supply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.71NOS 31sch80Std. ASME B16.9 ,Page 1 of 9


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)1.5 D 90 SW Elbow 4" Supply of 1.5 D 90 BW Elbow as per details given below:Size 4 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.72sch80Std. ASME B16.9 ,1.5 D 90 SW Elbow 8" Supply of 1.5 D 90 BW Elbow as per details given below:Size 8 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.73sch80Std. ASME B16.9 ,1.5 D 90 SW Elbow Supply of 1.5 D 90 BW Elbow as per details given below:Size 16 INCH , Thk/Sch 80 , Material WPHY X52, Welded AS PER MSS SP7416"sch8075,BW reducing Tee 4" sch1 Supply of BW Reducing Tees as per details given below:Size1-4 INCH , Thk1/Sch1 40 , Size2 -2 INCH SCH 40 , Material ASTM A2347540Gr WPB Seamless , Dmn. Std. ASME B16.9 ,BW reducing Tee 8" sch1 Supply of BW Reducing Tees as per details given below:Size1- 8 INCH , Thk1/Sch1 80 , Size2 -4 INCH SCH 80 , Material ASTM A2347680Gr WPB Seamless , Dmn. Std. ASME B16.9 ,BW reducing Tee16" sch1 Supply of BW Reducing Tees as per details given below:Size1- 16 INCH , Thk1/Sch1 80 , Size2- 8 INCH SCH 80 , Material WPHY7780X52, Welded AS PER MSS SP 75SW equal Tee 1" sch Supply of SW Equal Tees as per details given below: Size 1 INCH , Thk/Sch 6000# , Material ASTM A105N , Dmn. Std. ASME786000#B16.11 ,Supply of BW Equal Tees as per details given below: Size 2 INCH , Thk/Sch 40 , Material ASTM A234 Gr WPB , Dmn. Std. ASME79 SW equal Tee 2" sch 40B16.9 ,Supply of BW Equal Tees as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB , Dmn. Std. ASME80 SW equal Tee 2" sch 80B16.9 ,Supply of BW Equal Tees as per details given below:Size 4 INCH , Thk/Sch 40 , Material ASTM A234 Gr WPB , Dmn. Std. ASME81 SW equal Tee 4" sch 40B16.9 ,Supply of BW Equal Tees as per details given below:Size 8 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB , Dmn. Std. ASME82 SW equal Tee 8" sch 80B16.9 ,NOS 18NOS 16NOS 18NOS 4NOS 3NOS 3NOS 4NOS 5NOS 4NOS 6NOS 283 SW equal Tee 16" sch 80 Supply of BW Equal Tees as per details given below:Size 16 INCH , Thk/Sch 80 , Material WPHY X52, Welded AS PER MSS SP 75, NOS 5SeamlessPBE 2" 3/4"sch1 Supply of Seamless PBE Concentric Swage as per details given below:Size1- 2 INCH , Thk1/Sch1 80 , Size2- 3/4 INCH SCH 80 ,8480Material ASTM A105N, Dmn. Std. BS 3799Seamless BW Cap 2" Supply of Seamless BW Cap as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB , Dmn. Std. ASME85sch80B16.91.5 D 90 BW elbow 2" Supply of 1.5 D 90 BW Elbow as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr. WPB Seamless , Dmn.86sch80Std. ASME B16.9 ,Supply of BW Equal Tees as per details given below:Size 2 INCH , Thk/Sch 80 , Material ASTM A234 Gr WPB Seamless , Dmn. Std.87 BW equal Tee 2" sch 80ASME B16.9 ,NOS 3NOS 15NOS 15NOS 25CASED PIPESupply of Casing Pipe conforming to API 5Lor IS3589 and as per details given below:88 Casing pipe 24" 7.9mmM 620(Size-24INCH, Material -API 5L or IS3589, 7.9mm Thk.Supply of Conduit Pipe conforming to IS1239 and as per details given below:89 Conduit pipe 6"M 2620(Size-6INCH, Material -IS1239, Heavy Wall.Supply of Pipe conforming to PE pipe and as per details given below:90 HDPE pipe 2"M 5240(Size-2INCH, Material-HDPE,Heavy Pipe Thickness)91 Pipeline Defect Mapper Supply of 'PIPELINE DEFECT MAPPER as per the specification, scope of work and provisions of Contract Document. Nos 192 Fig 8 blind 2" 600#93 Fif 8 blind 4" 600#SUPPLY OF SPECTACLE BLINDSSupply of Fig. 8 Sp. Blind as per details given below:Size 2 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH ,Dim. Std. ASME B 16.48 ,Supply of Fig. 8 Sp. Blind as per details given below:Size 4 INCH , Rating 600 , Material ASTM A105N , Face/Finish RF/125AARH ,Dim. Std. ASME B 16.48 ,NOS 4NOS 5SUPPLY OF SPACER & BLINDSSupply of Spacer & Blind as per details given below:Size 16 INCH , Rating 600 , Material A516 GR. 70 , Face/Finish RF , Dmn. Std.94 Space & Blind 16" 600#NOS 3ASME B16.48 ,95 Hose pipe 4" SUPPLY OF HOSE 4” as per the dats sheet, scope of work, specifications & provisions of the tender document Nos. 4SIGHT FLOW INDICATOR96Sight flow indicator DN100Supply of SIGHT FLOW INDICATOR of size DN 100 as per the data sheet, scope of work, specifications and provisions of contractdocumentNOS 4INSTRUMENTATION ITEMSSupply of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum). As per Specification97 Heat detector 24V IP42nos. 18no. MH2145-C000-00-IC-SPC-0009.Opt Smoke Detector24V Supply of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As per98nos. 36IP42Specification no. MH2145-C000-00-IC-SPC-0009.Ion Smoke detector24V Supply of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum). As per99nos. 24ip42Specification no. MH2145-C000-00-IC-SPC-0009.H gasdetector battery100Supply of Hydrogen Gas Detector for Battery Room. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 6room101 MCP dbl action glass unit Supply of Manual Alarm Call Point double action "break glass" unit. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 24102 Visual alrm 24v IP66 Ex pr Supply of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,IS. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 24103Audio Alrm 4V IP66 ExSupply of Audio Alarm 4VDC,IP66,Explosion proof ,ZONE-1. As per Specification no. MH2145-C000-00-IC-SPC-0009. nos. 30prof104 TRV Supply of Thermal Relief Valves as per the data sheet, specification, scope of work and provisions of the contract document Nos 8105 Pressue gauges Supply of Pressure Gauges as per the data sheet, specification, scope of work and provisions of the contract document Nos 16106 Pressure indicator Supply of Pressure indicating Transmitter as per the data sheet, specification, scope of work and provisions of the contract document Nos 15107108Temp. elements withTransmTemp. elements withTransmSupply of Temperature Element with Temperature Transmitter (Skin Temeperature Measurement Type) as per the data sheet,specification, scope of work and provisions of the contractSupply of Temperature Element with Temperature Transmitter as per the data sheet, specification, scope of work and provisions ofthe contractNos 13Nos 2109 OTDR Supply of Optical Time Domain Reflectometer (OTDR) as per the Specifications, Scope of Work, and provisions of the contract document nos. 1Note:1. Quantity indicated abve are tentative. Bidder to ascertain the acual quantity required for different site. Payment shall be made on the actual quantity installed.Page 2 of 9


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Unit Price inclusive of all costtowards Air/ Rail fare,lodging,boarding, Traveling ,medical ,Service Taxlocal transport, allincluding cessinsurances,applicable onItem No. 30 Character Short Description Item Description Unit Quantity in<strong>com</strong>e/corporate(as may be applicable)Unit Price,incidental charges and all (@ 12.36%)other expenses, taxes Itduties etc. but excludingservice taxTotal Price inclusive of all cost towards Air/Rail fare, lodging, boarding, Traveling,medical , local transport, all insurances,in<strong>com</strong>e/corporate (as may be applicable),incidental charges and all other expenses ,taxes It duties etc. including service tax(7) = (5 + 6) x 41 2 3 4 5 6 7INSTALLATION / WORKSPIPELINE LAYING / INSTALLATIONPIPELINE LAYING / INSTALLATION :- Laying /installation of buried coated line pipe, associated fittings, and accessories, etc. includinglaying of optical fibre cable with or without conduit, including splicing and jointing pits and kits (excluding MOVs/SVs which shall be paidunder separate item as per SOR) as per specifications, drawings, other provisions of Contract & instructions of Engineer-in-charge includingbut not limited to carrying out the followings:“Receiving and taking-over”, handling, loading , transportation and unloading of Owner supplied externally corrosion coated and bare line pipesfrom designated place(s) of issue/dump site(s) to Contractor’s own stock-yard (s)/workshop(s)/ Work (site) including stringing on the pipelineRight-of-Use (ROU)/Right of way (ROW); “Receiving and taking over”, handling, including loading and unloading, transportation of Ownersupplied materials other than line pipe from Owner’s designated place(s) of issue to worksite(s);Opening of ROU in owner notified (6(i) notified / gazzetted) land, including all necessary co-ordination / liasoning for the same. All necessaryco-oridination / assistance in disbursement of <strong>com</strong>pensation (land / crop). (HPCL will make the necessary payments towards Land/ crop / anyother <strong>com</strong>pensation). Arrangement of all additional land as required for Contractor’s storage, fabrication, access for construction (other thanOwner gazzetted / notified ROU/ROW); supply of all materials (except Owner supplied materials), consumables, equipment, labour, etc;Staking and installation of construction markers, clearing , grubbing, grading (as required) of Right of Use/ Right of way, Counting the numberand type of trees cut in presence of WP/HPCL/Government concerned authorities and keeping record thereof including plantation andmaintenance of <strong>com</strong>pensatory trees as per tender requirements; Trenching to all depth and to a width to ac<strong>com</strong>modate the pipeline and/ orOptical Fiber Cable(OFC)/Cable Conduit as specified in scope document and as per the relevant standards, specifications, etc. by excavationin all types of soils (including soft/hard rock) , including blasting, chiseling or otherwise cutting etc, providing trench padding as required withsand / graded earth approved by Engineer-in-Charge; Carrying out repairs of pipe and coating defects not attributable to Owner (i.e. defectsoccurring after “taking over” of pipes from Owner); Thorough internal cleaning of all pipes by suitable methods to remove debris, shots, gritsetc. to the satisfaction of Engineer-in-Charge; Stringing of line pipes along ROU/ROW including providing straw bags, soft padding/sandpadding; aligning, bending, cutting and beveled area, welding, carrying out destructive/non-destructive testing of welds as required includingradiography and providing all requisite equipment, labour, supervision, materials, films, consumables, all facilities and personnel to process,develop, examine and interpret radiographs and other test as required; carrying out repairs of weld joints found defective by Engineer-In-Charge, carrying out re-radiography and other non-destructive tests as required on repaired joints, etc; Installation of carrier pipe includingconcrete coated pipes (Wherever required ) at all crossings including; but not limited to roads/canals/nala/water crossing etc. (except forcrossings by HDD that are specifically covered separately in this SOR) by open cut or jacking/boring method (cased crossings) including pretestingas required; Carrying out installation / insertion of carrier pipe in the casing pipe at cased crossings (excluding supply and installation ofcasing pipe covered separately); coating of all field weld joints, long radius bends (HI and Cold), buried fittings, coating and installation ofunderground MOVs at Stations and terminals, including supply and provision of Warning tape throughout the length of pipe, etc;Lowering the pipelines in trench including providing sand bag separators for parallel pipelines at the specified spacing (when applicable),providing required padding over and around the pipeline with sand/graded material approved by Engineer-In-Charge (in rocky areas) or withcohesion less soil like sand in case of station approaches (for the underground portion from the point of entry into the station premises) andseisimic fault locations (1KM on etiher side for major faults or 500m on either side of minor faults) or backfilling with available, approvedexcavated material and/or other suitable soil as per Scope of Work and as approved by Engineer-In-Charge; Supply and installation of slopebreakers as per specifications and drawings in steep slope areas, bank stabilization at crossings, wherever required and as per the instructionof Engineer-In-charge; Carrying out hydrostatic testing including air cleaning, flushing, filling, gauging, pressurization of <strong>com</strong>plete pipeline invarious test sections as approved by Engineer-In-Charge to the specified test pressure, providing all equipments, pumps, fittings, instruments,dead weight tester, all types of PIGs etc., and services, supervision, labour, consumables, water including supply of corrosion rectification ofdefects attributable to Contractor, re-testing after rectification, successful <strong>com</strong>pletion of hydrotesting of pipeline. All tie-in welding includingGolden tie-in, tie-in(s) with the pipeline/piping re-beveling, as required. Carrying out all temporary ancillary, auxiliary works and all incidentalworks required to make the pipeline ready for pre-<strong>com</strong>missioning; Repair of defects recorded during EGP/Gauge Plate run or otherwiseincluding cutting, beveling, welding, radiography, field joint coating etc; as applicable, Final clean-up and restoration of ROW/ ROU includingobtaining NOC from respective statutory authorities as required and disposal of debris and returning all surplus material to designated disposalareas/storage yard, as directed by Engineer-In-Charge; Restoration of land, facilities and boundary wall etc at associated facilitiesdismantled/damaged by the Contractor during construction ; Obtaining work permits/ NOC from various statutory authorities havingjurisdiction, before execution of the work, and <strong>com</strong>plying with all stipulation /conditions /re<strong>com</strong>mendation of the said authorities ; Preparation ofas-built drawings, pipe-book, test reports and other records. SOR shall be read in conjunction with scope of work, job specific requirements,specifications, standards, drawings and other provisions of contract document. All above works for buried pipeline as per following details:Installation of Coated Line Pipes (with OFC/ OFC conduit ) as per following details:110 PIPELINE LAYING 7.9 MM+OFCM 38130(Pipe OD-457 mm, Wall Thickness-7.9mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/OFC conduit) as per following details :111 PIPELINE LAYING 7.1MM+OFCM 5494(Pipe OD-457 mm, Wall Thickness-7.1 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/OFC conduit) as per following details :112 PIPELINE LAYING 6.4MM +OFCM 140200(Pipe OD-457 mm, Wall Thickness-6.4 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/OFC conduit) as per following details :113 PIPELINE LAYING 8.7 mm+OFCM 258(Pipe OD-457 mm, Wall Thickness-8.7 mm, Pipe Grade-API 5L Gr X-65, PSL2, Coating-3 LPE)Installation of Coated Line Pipes (with OFC/ OFC conduit ) as per following details:114 PIPELINE LAYING 6.4MM +OFCM 32550(Pipe OD-457 mm, Wall Thickness-6.4mm, Pipe Grade-API 5L Gr X-60, PSL2, Coating-3 LPE)CONTINUOUS CONCRETE COATINGUnit rate for additional work over and above item for supply of all consumables and materials and application of continuous concrete weightcoating on pipes of all wall thickness and concrete coating of the filed joints thereof, in all areas of work except minor/ major river crossingscovered separately, and performing all works as per specifications and instructions of Engineer-In-Charge and other provisions of Contract115 ContConcrete coatingAllthkM 4650documents.Pipes as per following details:(Pipe OD-457 mm, Wall Thickness-8.7, 7.9, 7.1, 6.4 mm, Concrete Coating Thickness-75 mm)MINOR WATER CROSSINGS116MINOR Cross.-Open cut mtdComplete work for minor crossings(minor water bodies, minor roads-metalled, asphalted,mud cart tracks etc.) (between the limits as definedin the drawings and execution of, but not limited to, the followings works) in accordance with specifications and instructions of Engineer-In-Charge and all provisions of Contract document; Receiving and taking over “ Owner supplied corrosion coated line pipes from Owner’sdesignated places of issue/dump site (s) and transportation to Contractor’s stock yard/workshop/’worksite including all handling, loading ,unloading, etc. Supply of all Contractor supplied materials to worksite (s) , manpower, other resources and acquiring the required land for sitepreparations; Complete site preparation including arranging of required land for construction purpose, preparations of pipeline launching area,etc. String preparation including continuous concrete coating of joints (as applicable but paid under separate item in the SOR), repair ofcorrosion coating damages, NDT of re-beveled area, welding, testing, radiography, weld repair and retest, corrosion coating of fields joints,pretest (hyrdostatic test) of <strong>com</strong>pleted strings(covered /paid under Pipeline laying / installation item), etc.Pre-construction surveys; Trenchingto the required depth on the banks, beds, berms, formations including maintenance of the trench in all types of strata, all depths and allconditions of minor crossings by various methods, etc. to a width to ac<strong>com</strong>modate the pipeline and optical fiber cable/cable conduit (ifapplicable) as per the relevant standards, specifications, etc. Laying of pipeline in approved trench and across the minor crossings, Backfillingof the trench including supply and padding by select backfill as required, stabilization of excavation and banks, including supply of allmaterials, consumables, restoration and clean up etc. tie in with pipeline at either banks etc.; All other works required as per specifications,drawings and instruction of Engineer-In-ChargeM 3800Minor Water Crossing By Open Cut MethodPage 3 of 9


PRICE SCHEDULE (FOREIGN BIDDERS)INSTALLATION OF CASING PIPE:Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Cased crossings including installation of cased pipe including transportation of casing pipes from Contractor’s storage point to worksite.Installation of casing pipe by jacking /boring for rail, road or canal crossings wherever required in all types of soils and terrain as per enclosedreference drawing,etc. including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints,supply & installation of casing insulators, end seals, fill material inside casing(as per scope of work), back filling and restoration ofthe facility crossed to its original condition and performing all works as per drawings, specifications, conditions of crossing approval andinstructions of Engineer-In-Charge and provisions of Contract document.All works for installation of casing pipe of size 610 mm, Material API 5L Gr B/IS:3589, Wall Thickness 7.9 mmLength of cased crossing by jacking/boringAll works for installation of casing pipe of size 168.3 mm for OFC including insertion of 2 nos.HDPE pipes in the same casingLength of cased crossing by jacking/boringPIPELINE INSTALLATION AT MAJOR RIVER BY HDD TECHNIQUE117Cased Crossings 610 mmM550118Cased Cross 168.3 HDPEM550Complete works for the Major River crossings by HDD technique including design and detailed engineering of the crossings, mobilization anddemobilization at site(s), supply of all material as per “Scope of Supply” and all consumables equipments, manpower and other resources, andtemporary acquisition of the required land for site preparations and execution of, but not limited to the above works as per specification,drawings and as per provisions of contract document and instructions of Owner/ Engineer-in-Charge .Seperate Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduit pipeby HDD for major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosed referencedrawing including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of all weld joints,installation of casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all works as perdrawings, specifications and instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item. Forrest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for various crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457mmPipe OD : 168.3mm119 P/L INST MJR RIVER HDD457 For all works under River crossing, refer Crossing List. (No of River - 5 nos) M 900120P/L INST MJR RIVER HDD168For all works under River crossing,( no. of River -5 nos) (for Pipe OD: 168.3mm) including insertion of 2 Nos HDPE pipe in the casing M 900PIPELINE INSTALLATION AT MAJOR CANALS / OTHER CROSSINGS BY HDD TECHNIQUEComplete works for the major canals/State Highways/National Highways/other crossings; if any by HDD technique including design anddetailed engineering of the crossings, mobilization and demobilization at site(s), supply of all material as per “Scope of Supply” and allconsumables equipments, manpower and other resources, and temporary acquisition of the required land for site preparations and executionof, but not limited to the above works as per specification, drawings and as per provisions of contract document and instructions of Owner/Engineer-in-Charge .Installation including transportation of CS conduit for OFC from Contractor’s storage point to worksite. Installation of CS Conduit pipe by HDDfor major canal and other crossings wherever required in all types of soils and terrain and all other materials as per enclosed reference drawingincluding supply of all other materials, equipments, consumables, manpower, welding including visual inspection of all weld joints, installationof casing insulators, end seals, back fillings and restoration as original of the facility crossed and performing all works as per drawings,specifications and instructions of Engineer-In-Charge and provisions of Contract document .Note: For HDD works, the measurement shall be considered as per Drawing No: MH2145-C000-PL-DST-0020 & paid as per SOR Item. Forrest of the portion of the Pipeline it shall be measured and paid as per Pipeline works.Note:1. Rates quoted shall be applicable for crossing at different locations.2. Contractor shall be paid based on distance between tie-in points at two ends of crossing on string length basis and not for the distancebetween points of entry & exit.Pipe OD : 457 mmPipe OD : 168.3 mmAll works mentioned above for Major Canal/State highway/National highway crossings as per the Crossing List and any other crossing as perthe directions of Engineer-In-Charge for Pipe OD: 457mm121CROSS MJR CAN/SH/NH 457M 1000122CROSS MJR CAN/SH/NH 168For all works mentioned above for Major Canal/State highway/National highway crossing as per the Crossing List and any othre crossing asper the directions of Engineer-in-charge for casing Pipe OD: 168.3mm including insertion of 2 nos. HDPE pipes in the same casingINSTALLATION OF VALVES/SCRAPER TRAPS/EQUIPMENTS/ABOVE GROUND PIPELINE AND OTHER FACILITY AT DISPATCHAND RECEIVING STATION AND SV STATIONS:Receiving and taking over of all Owner supplied materials, equipments from Owner’s designated place(s) of issue, transportation includingloading, unloading, handling from Owner designated place(s) of issue to Contractor’s own stock yard(s)/work shop(s) including arranging allnecessary intermediate storage areas(s) thereof, as required; Installation of all materials, equipment, consumables as defined in Contractor’sscope of supply and its transportation to the work site(s); Installations of above ground piping, valves, bar tees, IJs, equipments includingwelding, testing (destructive and non-destructive), Painting (as per specification), supply and fixing of gaskets, bolts, studs, nuts as required,leveling, aligning, installation and assembly of accessories including accessories for actuators, if any, by bolting /threading or welding of pipesat all elevations as per drawings, specification, other provisions of Contract and directions of the Engineer-in-Charge.M 1000Installation of Scraper Launcher including jib crane and PIG trolley, PIG signallers, as per detailed Scope of WorkINST VALVE LAUNCH Sayyadpur (Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#) forSet123 1Saiyyadpur PranInstallation of Scraper Receiver including PIG trolley, PIG Signallers as per detailed Scope of Work:(Major Barrel Size-24 INCH, Minor Barrel Size-18 INCH, Rating-600#)124 INST VALVE Reciever Sayyadpur Saiyyadpur Pran Set 1125 INST VALVE Reciver Kanpur Kanpur Set 1Installation of aboveground 18” pipeline between Scrapper Launcher / Revciever, Barred Tee, IJ , Station by-pass line Check Valve, StationInlet / Outlet Valve) including installation of Barred Tees, IJs as per detailed Scope of Work126 INST VLV RECIEVER Bharatp Saiyyadpur Pran Mtrs 150127 INST VLV RECIEVER MATHURA Kanpur Receipt Station Mtrs 20128Installation of aboveground 18” 600# Check-Valve (flanged) in Station By-pass lines at Saiyyadpur Pran including supply of all necessary boltsNo 1INST Abv grd scr/rec REWAR / studs & nuts, gaskets etc. all <strong>com</strong>plete as per detailed Scope of work.129Installation of buried Long stem Sectionalizing Valves (SVs),Station Limit Valves (SLVs), Scrapper Launcher / Reciever Isolation Valves,No 17INST Abv grd scr/rec Bhart Station by-pass Valves, Station Inlet / Outlet Valves as per the Scope of Work.Transportation of valves to the work site of installation of valves, including supply and fixing of gaskets, bolts, studs, nuts, wherever required,leveling, aligning, installation and assembly of accessories including accessories for actuators, if any by bolting/threading or welding of pipes atall elevations, testing, <strong>com</strong>pleting all work in all respects as per drawings, specifications, other provisions of contact and direction of theengineer-in-charge130Installation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below: SizeNOS 81INST Abv grd scr/rec Mathu 4 INCH and below , Rating 150,600 & 800131Installation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below: SizeNOS 5INST 18" check valve6 INCH and above , Rating 600132Installation of above ground Flanged Valves (Ball / Plug / Check / Globe and Double Block and Bleed Valves) as per details given below: SizeNOS 30INST 18" Long Steam SV vlv 2 INCH and below , Rating 600PERMANENT MARKERSupply, fabrication and Installation including assembling of following types of permanent markers along the route including all associated civilworks such as excavation in all types of soil, construction of pedestals and grouting with concrete, clearing, supply and application of approvedcolour and quality of primer and paint, stencil letter cutting for numbers, direction, chainage etc. restoration of area to original condition andperforming all works as per drawings, specifications and instructions of Engineer-in-Charge.Note: The painting of all markers shall conform to Normal Corrosive Environment of spec.513-MH2145-PL-SPC-0019 irrespective of whatevershown on respective standards.133 PM : Navigable Water sign Navigable Water Sign NOS 4134 PM: KM posts Kilometer Posts NOS 161135 PM: Warning signs Pipeline Warning Signs NOS 286136 PM : Boundary marker Right of use Boundary Markers NOS 2067137 PM: Arial marker Aerial Markers NOS 53138 PM: Direction Marker Direction Markers NOS 351139 PM: OFC joint pit marker OFC joint identification markers. NOS 100LEAKS/BURSTS (ATTRIBUTABLE TO OWNER)MAJOR LEAK (DETECTED BY VISUAL METHOD):All works for locating major leak/burst (occurred during hydrostatic testing) including necessary repairing/replacing defective pipe length,including cutting and removing out defective pipes, pretesting of replacement pipe and welding into mainline, NDT of welds and re-beveledarea, repair and re-testing of defective welds, coating of welded joints, clean-up retesting the pipeline including providing all necessary140MAJOR LEAK (VISUAL METHOD)equipments, labour, materials, consumables and inputs other than Owner supplied materials and performing all works as per drawings,NOS 1specifications enclosed with the Contract and directions of Engineer-in-charge.Note: This rate is applicable for manufacturing defects in Company supplied material only.Major Leak (detected by visual method)(Pipeline Size-18 INCH)MINOR LEAK (DETECTED BY SECTIONALISING):All works for locating 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, pretesting of replacement pipe and welding into mainline,MINOR LEAK SECTIONALISING NDT of welds and re-bevelled area, repair and re-testing of defective welds, coating of welded joints, clean-up, retesting the pipeline including141 providing all necessary equipments, labour, materials, consumables and inputs other than Owner supplied materials and performing all works NOSas per drawings, specifications enclosed with the Contract and directions of Engineer-in-Charge1Note: This rate is applicable for manufacturing defects in Company supplied material onlyMinor Leak (detected by sectionalizing)(Pipeline Size-18 INCH)IDLE TIME PRESERVATION OF PIPELINEPreservation of <strong>com</strong>plete pipeline and associated facilities and its maintenance including supply of all consumables, all equipment, man-poweretc. <strong>com</strong>plete as per the requirements of specifications of Engineer-in-ChargePage 4 of 9


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)By filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor to maintain142the effectiveness of the inhibitor water for the following details:LS 1Preserve fill&prss.CI 6 M(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 6 Months)By filling and pressurizing with corrosion inhibited water including supply and maintenance of water with regular dosing of inhibitor to maintain143 Preserve fill&prss.CI 12 Mthe effectiveness of the inhibitor water for the following details:LS 1(Pipeline Size-457 mm, Pressure in bar(g) - 0.5, Specified period - 12 Months)Carrying out pre-<strong>com</strong>missioning checks and making the entire pipeline (including above ground and underground facility) ready for<strong>com</strong>missioning including supply of all equipment, manpower, consumables (including all types of PIGs and required materials), materials forall temporary works and performing all associated works, <strong>com</strong>plete as per the relevant specifications, other provisions of Contract documentand instructions of Engineer-in-Charge.144 Dewatering of entire p/l All works as per above for dewatering of entire pipeline. LS 1145 Swapping/flushing P/l All works as per above for swabbing/flushing as applicable of entire pipeline. LS 1146 Commisioning asst. RKPL All works as per above related to <strong>com</strong>missioning assistance during <strong>com</strong>missioning of Rewari-Kanpur Pipeline LS 1147Transportation of surplus bare/coated line pipes from the dump sites to Company’s designated storage areas For Haryana-Rewari, forRajasthan-Bharatpur, for Uttar Pradesh-Mathura & Kanpur Terminal including loading/ unloading /handling and carrying out all associatedworks like arranging for cranes, manpower, trailers, loading and unloading equipment; preparation of storage area at unloading point including M 7650providing all consumables, sand ridges, wooden sleepers, plastic sheets etc., preparation of material reconciliation statement all <strong>com</strong>plete asper the scope of work, provisions of contract document and directions of Engineer-in-chargeTransport surplus linepipe148GEO TEXTILE BAGS FOR ANTI-BUOYANCYUnit rate for additional works over and above for design, manufacture and supply of non-biodegradable geo-textile bags (made of polypropylenefabric) materials and installation of geo-textile bags duly filled with gravel/stone ballast on pipelines of all wall thickness for anti-buoyancy as M 1500GEO TEXTILE BAGS Anti- Bouper specification no 513-MH2145-PL-SPC-0023, drawings and instructions of Engineer-in-Charge and other provisions of the Contractdocument.REPAIR OF DEFECTES IN LINE PIPE (ATTRIBUTABLE TO COMPANY)149Repair defect upto 25mmRepair of defects not attributable to Contractor on Company supplied bare line pipes, noted and recorded at the time of “Receiving and takingover” by Contractor, in the presence of Company Representative including performing all works as per Scope of Work document 513-MH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following :Cutting and re-beveling of defects due to lamination up to 25 mm for following pipe sizes457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)All works for the following :Cutting and re-bevelling (Defects beyond 25mm) from pipe ends due to lamination and carrying out ultrasonicinspection after repairing as per Scope of Work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF DEFECTS IN LINE PIPE (ATTRIBUTABLE TO COMPANY)NO 10150Repair defect above 25mmNO 10All works for the following :Cutting and re-bevelling defects due to lamination after welding from pipe ends / body and carrying out ultrasonic151 Repair defect & reweldingNO 20inspection after repairing and rewelding as per Scope of work document 513-MH2145-PL-SOW-0001 for following pipe sizes:457 mm (18”) OD x 6.4 /7.1 /7.9 /8.7 mm thk. HSAW / LSAW / EW line pipesREPAIR OF COATING DEFECTES IN SURPLUS LINE PIPE FROM COMPANY X-STOCK (ATTRIBUTABLE TO COMPANY)152 Repair coating defectsRepair of coating defects not attributable to Contractor on Company supplied surplus bare line pipes, noted and recorded at the time of“Receiving and taking over” by Contractor, in the presence of Company representative including performing all works as per Scope of workdocument 513-MH2145-PL-SOW-0001 specifications and instructions of Company representative in respect of the following:M 10457 mm (18”) OD x 6.4/ 7.1/ 7.9/ 8.7 mm thk. HSAW / LSAW / EW line pipesInspection and testing of available coated line pipe at the Owner’s storage point indicated below, identification of line pipe good for the service(any repair to be carried out in coating or pipe bevel shall be recorded jointly with the owner while taking over the custody and the same shallbe carried out by the contactor and payment shall be made as per applicable SOR items) as required, and lifting of line pipe good for theservice and its transportation to Dump yard near Bahadurgarh including loading/ unloading /handling and carrying out all associated works likearranging for cranes, manpower, trailers, loading and unloading equipment; testing and inspection equipments, preparation of storage area atunloading point including providing all consumables, sand ridges, wooden sleepers plastic sheets, etc; preparation of material receiptstatement.Note - The line pipe tested and accepted by Contractor at the Owner’s storage point (with/without repair) shall be considered good for theservice and any further repairs before laying or repairs required during any stage of laying/ testing /pre-<strong>com</strong>missioning / <strong>com</strong>missioning shallbe done by the contractor at no extra cost to Owner. This line pipe shall be considered issued to the pipeline laying contractor from Dumpyard for further transportation to Pipeline route for laying purpose.153 Insp & Testing of pipe 6.4 18" Dia x 6.4mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 5000154 Insp & Testing of pipe 7.1 18" Dia x 7.1mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 430155 Insp & Testing of pipe 7.9 18" Dia x 7.9mm THK coated line pipe from Bahadurgarh & Ramanmandi Terminal M 2200156 Insp & Testing of pipe 8.7 18" Dia x 8.7mm THK coated line pipe from Ramanmandi Terminal M 25157 Insp&Testing uncoatpipe8.7 18" Dia x 8.7mm THK Uncoated from Bahadurgarh Terminal M 25LONG RADIUS BENDS158Fabrication of Long Radius (R=6D) Bends including coating from free issue Bare line pipe of Size 18” dia, thickness 8.7 mm, API 5L Gr. X-65,PSL2 as specified in scope of work, drawings and specifications for different TPs and terminals, stations from 18 to 90 degrees all <strong>com</strong>plete Nos 95LONG RADIOUS BENDS r=6D as per the provisions of the contract and directions of Engineer-in-charge.ELCTRONIC GEOMETRIC PIGGING OF PIPELINESCarrying out all works related to Magnetic Cleaning & Electronic Geometric Pigging (EGP) (inlcuding necessary runs of Magnetic Pig, EGP) ofpipeline including defect verification at a max. of 2 locations for each identified segment of pipeline including preparation of site reports, dataanalysis, preparation & submissison of final report (6 sets), inlcuding supply of material, euipment , manpower etc.as required.This item isinclusive of Mobilization/Demobilization of pigging tools, tackles, consumables, <strong>com</strong>pressors, pumps, accessories and personnel byCONTRACTOR at WORK SITE.as per specification and provisions of the bid document for 18” diameter Rewari-Kanpur Pipeline as per thesections listed below:(defect verification shall preferably be made for defects not attributable to pipeline laying contractor)159 EGP : Mathura- sayyadpur 18", 600# Pipeline between Mathura to Saiyyadpur Pran M 118300160 EGP : sayyadpur -Kanpur 18", 600# Pipeline between Saiyyadpur Pran to Kanpur M 162818162Repair of defect identified in EGP not attributable to the pipeline laying contractor inlcuding all necessary works for defect repair like cutting, rebevelling,welding (as required) including all material, manpower, consumables etc. all <strong>com</strong>plete as per the specifications & provisions of bid M 36EGP: repair of defectdocument.163P/l Mapper data gatheringPIPELINE DEFECT MAPPERData to be gathered throughout the strech of pipeline by using pipeline defect mapper, GPS co-ordinates along with depth of the pipleine shallbe captured in 10 m intervals along the length of the pipeline including generation & submission of recordFABRICATION, WELDING, ERECTION, INSTALLATION & TESTING OF ABOVE GROUND PIPING : Receiving and Taking over of all(Owner and contractor supplied) materials from Owner's designated place(s) of issue, transportation including loading, unloading, handlingfrom Owner' designated place(s) of issue to Contractor's own stock yard(s)/ work site(s)/ work shop(s) including arranging all necessaryintermediate storage area(s) thereof, as required; supply of all materials (except those specified subsequently in SOR), equipment,consumables as defined in Contractor's scope of supply and their transportation to the work site(s); performing all above ground/buried pipingfabrication works including cutting, edge preparation (inclusive of grinding the edges of pipes, fittings, flanges etc. to match with the matchingedges of uneven/different thickness wherever required),fit up, pre-heating wherever required, welding, threading etc,; erection of pipes of alltypes and thickness over sleepers, overhead on racks and at all elevations, hook-up with equipment nozzles; installation of all type of valves upto size of 1.5" NB, all types of inline and online instrumentsKm 228Such as pressure/thermal safety valves(other than those covered separately), fittings of all sizes i.e, elbows, reducers, tees, 'o' lets, flanges,blind flanges, spectacle blinds, tappings for pressure gauges, thermo wells, hoses and hose couplings of all sizes, if applicable, sampleconnections, flame arrestors as applicable, vents and drains required for process and hydro-testing purposes etc. including fixing of all types ofgaskets (including gaskets for RTJ flanges), bolts, studs and nuts of all sizes; fabrication of strainers of sizes up to 1.5" , carrying out nondestructivetesting (excluding radiography covered subsequently in SOR) such as magnetic particle/ liquid penetration etc. as required; hookupwith existing piping/pipeline installed by others as per drawings wherever required; cleaning and flushing by water / <strong>com</strong>pressed air,carrying out hydrostatic test, pneumatic test, valve functional test and any other type of testing as specified, de-pressurizing, dewatering,drying by <strong>com</strong>pressed air if applicable; cutting/ re beveling as required, dewatering, drying by <strong>com</strong>pressed airand providing <strong>com</strong>missioning assistance to Commissioning Contractor / Agency for process piping and <strong>com</strong>missioning of non-process pipingif applicable; clean - up and restoration of site, preparation of as built drawings, documents and project records; transportation of surplus freeissue materials to Owner's designated place(s); <strong>com</strong>pleting all works in all respects as per the AFC drawings, specifications , standards andother provisions of Contract and instruction of Engineer-in-Charge. Note :- Installation of items such as valves (2" and above), flow meters,strainers of size 2" NB and above, equipments will be paid separately as per rates covered in appropriate items. Radiography of weld jointswould be measured and paid for separately as per separate schedule item.Installation of above ground Carbon Steel Process Piping as per details given below: Size ¾ INCH , Thk / Sch 80 , Material ASTM A106 Gr.164M 29Fabr,weld inst AbvGrd pipe 3/4" B , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 1 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B165M 75Fabr,weld inst AbvGrd pipe 1" , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 2 INCH , Thk/Sch 40 , Material ASTM A106 Gr. B166M 51Fabr,weld inst AbvGrd pipe 2" 40 , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 2 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B167M 38Fabr,weld inst AbvGrd pipe 2" 80 , SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 4 INCH , Thk/Sch 40 , Material ASTM A106 Gr. B168M 106Fabr,weld inst AbvGrd pipe 4" 40 / API 5L GR. B, SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 4 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B169M 58Fabr,weld inst AbvGrd pipe 4" 80 / API 5L GR. B, SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 8 INCH , Thk/Sch 80 , Material ASTM A106 Gr. B170M 55Fabr,weld inst AbvGrd pipe 8" 80 B / API 5L GR. B, SeamlessInstallation of above ground Carbon Steel Process Piping as per details given below: Size 16 INCH , Thk/Sch 80 , Material API 5L GR. X52,171M 157Fabr,weld inst AbvGrd pipe 8" 80 LSAWRADIOGRAPHYRadiography of weld joints of piping ( using gama or x-ray), including the cost of supply of all material, equipment and manpower required fordeveloping the films, review by ASNT qualified personnel, carrying out defect, repair, re-shoot etc. all <strong>com</strong>plete as per specifications and asdirected by the Engineer-in-charge. The radiography work shall be carried out <strong>com</strong>plying with all the statutory and safety requirements.Measurement will be done for each weld joint of respective size of piping. In case of any repair, re-shoot, re takes, the same shall not bemeasured again for payment.172 RADIOGRAPHY DIN20 DN 50 NOS 365173 RADIOGRAPHY DIN100 DN 100 NOS 185174 RADIOGRAPHY DIN200 DN 200 NOS 70175 RADIOGRAPHY DIN400 DN 400 NOS 106Page 5 of 9


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)176 PIPE SUPPORT suppy,erecPIPE SUPPORTS: Supply, 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 for all types of pipes etc. If applicable, all necessary equipments,consumables, labour etc. for <strong>com</strong>pleting all works including supply of bolts, nuts, washers, U-clamp, wooden blocks etc. as required forsupporting supply including the cost of surface preparation by blast cleaning to SA 2.5, primer and painting all <strong>com</strong>plete as per specification,data sheets, drawings, terms and conditions and as directed by the Engineer-in-charge.Kg 1500CS Structural SteelPAINTINGSupply and application of Paint including Surface preparation blast cleaning, supply of paints, solvents and primers, and application of primerand finish paints suitable for project specific environment as defined in contract documents and on pipes as per standard specification forpainting and protective coating as per attached specification no.MH2145-C000-PI-SPC-004, indentification, lettering / Numbering, colourcoading etc. as specified including rub down and touch up wherever required and providing of scaffolding for all heights, labour, materials,tools and tackles, consumable, supervision etc. to <strong>com</strong>plete the work in all respect as per specification, Drawings, standards and instructionsof Engineer-in -charge.177178179180181182Paiting abvgrd pipe 3/4"Paiting abvgrd pipe 1"Paiting abvgrd pipe 2"Paiting abvgrd pipe 4"Paiting abvgrd pipe 6"Paiting abvgrd pipe 16"Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 3/4 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 1 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 2 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 4 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 8 INCH , Painting Environment NormalCorrosive ,Painting of all above ground piping including all fittings, flanges etc. including colour bands Size 16 INCH , Painting Environment NormalCorrosive ,M2 10M2 20M2 115M2 70M2 50M2 240ALL GENERAL CIVIL WORKS AND BUILDING WORKS AS MENTIONED BELOW COMPLETE FOR SV STATION : SV-07, 08, 09, 10,11 & SAIYYADPUR PRANGENERAL CIVIL WORKS :Design, carrying out geotechnical survey and topographical survey, detail engineering, preparing construction and fabrication drawings,obtaining approval of drawings and designs from engineer-in-charge, and construction of all general civil works viz. land development, sitegrading involving cutting and filling (upto a depth of 1.2m) as per actual site conditions. <strong>com</strong>pound wall (upto a length of 180 mts), gates,approach road (with bitumen topping) from existing road (upto 50 sq. m surface area) , internal roads, drains, culverts, road crossings forelectrical and instrumentation cables, pavements, footpath, drinking water system, plumbing work for toilets, construction of tube wellincluding supply and installation of submersible pump, obtaining approval for tubewell from the statutory authorities, structural cage for allvalves including preparing design and drawing as per actual site details of valves, water harvesting system, and other miscellaneous works atSV Stations & Saiyyadpur Pran including supply of labour, material, equipment etc <strong>com</strong>plete as per specification, preliminary and conceptualdrawings, design basis, approved drawings, codes and standards, other terms and conditions and as per the direction of engineer-incharge.(DOC.NO.MH2145-C000-CI-SOW-0002)BUILDING WORKS :Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from the engineerin-charge,construction of structural and architectural works for civil buildings and other miscellaneous structures, transportation, erection,fabrication, painting, finishing etc., all <strong>com</strong>plete to make ready for <strong>com</strong>missioning including switchgear & control room building for all SVstations & Saiyyadpur Pran as indicated in the attached layout plans, including supply of all labour, material, equipment etc., <strong>com</strong>plete as perspecification, preliminary and conceptual drawings, design basis, approved drawings, codes and standards, other terms and conditions and asper the direction of Engineer-in-charge.REFERENCE DOCUMENTS :1) SCOPE OF WORK : DOC.NO. : MH2145-C000-CI-SOW-00022) ARCHITECTURAL SPECIFICATION : DOC.NO. MH2145-C000-AR-SPC-0001 TO 00043) ARCHITECTURAL DESIGN BASIS : DOC.NO. MH2145-C000-AR-BOD-00014) CIVIL/STRUCTURAL SPECIFICATION : DOC.NO.MH2145-C000-CI-SPC-0001 TO 0012 & MH2145-C000-ST-SPC-0001 TO 00025) CIVIL/STRUCTURAL DESIGN BASIS : DOC.NO. MH2145-C000-CI-BOD-00016) SV SUILDING TYPE-1 (SV-01, 02, 03 04, 05, 06) STATION- ARCHITECTURAL DRAWINGS( GROUND FLOOR & ROOF PLAN,ELEVATIONS & SECTIONS, FINISHES SCHEDULE) : MH2145-C000-AR-DSK-0001 TO 00037) ARCHITECTURAL STANDARD DRAWINGS : MH2145-C000-AR-DST-0001 TO 00048) CIVIL/STRUCTURAL STANDARD DRAWINGS : MH2145-C000-CI-DST-0001 TO 0008 & MH2145-C000-ST-DST-0001, 0002 & 00049) GENERAL CIVIL LAYOUT FOR SV STATION SV STATION (SV-01,02,03,04,05,06) : MH2145-C130-CI-DGA-0001All the above for SV station/ IP station land acquired by HPCL, including obtaining approvals from concerned road authority for laying ofapproach road to SV stations/ IP Stations from the nearest road, preparation of layout plan of stations showing outside roads etc.obtaining thepermission of local authorities for construction of SV station/ IP Station building all <strong>com</strong>plete as per the scope of work, provisions of contractdocument and directions of Engineer-in-Charge.183 SV7 STATION WORKS For SV-7 station @ approx. Ch: 256.251 ,Village: Husainpur Garhia LS 1184 SV8 STATION WORKS For SV-8 station @ approx. Ch: 322.473, Village: Keshapur Rahin LS 1185 SV9 STATION WORKS For SV-9 station @ approx. Ch: 343.701, Village: Karathu LS 1186 SV10 STATION WORKS For SV-10 station @ approx. Ch: 371.453, Village: Sayal LS 1187 SV11 STATION WORKS For SV-11 station @ approx. Ch: 408.130, Village: Laipur LS 1188 For IP station @Ch: 284.605, Saiyyadpur Pran LS 1ISP STATION WORKSAll the above Including acquisition of Land in the name of HPCL for SV Stations/ IP Stations along the pipeline route at chainage marked inthe alignment sheets and as per the scope defined in Scope of Work document No. 513-MH2145-PL-SOW-0001, collection of revenuerecords, establishing correctness of ownership by search/revenue records, nil encumbrances, expediting subsequent formalities includingsigning of agreements or sale deed, if any, to facilitate possession of land by HPCL, Making payment to land owners, obtaining all requiredapprovals/no objection certificates from concerned authorities like village panchayats or municipalities etc. under whose jurisdiction each plotof land falls, for constructing and setting up the SV Stations/ IP Stations, obtaining approvals from concerned road authority for laying ofapproach road to SV stations/ IP Stations from the nearest road, registering the land in HPCL’s name including entry of HPCL’s name inoriginal Jamabandi on the acquired plot no. and obtaining copy of the same in support. Statutory fees as applicable like stamp duty etc.shallbe paid by HPCL. Prepare layout plan of station showing outside roads etc. all <strong>com</strong>plete as per the scope of work, provisions of contractdocument and directions of Engineer-in-Charge. Typically the area required for each SV station is approx. (50m X 40m) and IP station isapprox. (80m X 50m). Payment shall be made basis per Sq.m of SV/ IP land189 SV7 WORK WITH LAND Acquisition of land for SV-7 station @Ch: 256.197, Husainpur Garha (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400190 SV8 WORK WITH LAND Acquisition of land for SV-8 station @Ch: 322.540, Keshapur Rahin (Chainage tolerance of +/- 500 mtrs) Sq.m 2400191 SV9 WORK WITH LAND Acquisition of land for SV-9 station @Ch: 343.670, Karathu (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400192 SV10 WORK WITH LAND Acquisition of land for SV-10 station @Ch:371.453, Sayal (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400193 SV11 WORK WITH LAND Acquisition of land for SV-11 station @Ch: 408.130, Laipur (Chainage tolerance of +/- 1000 mtrs) Sq.m 2400194 IPS WORK WITH LAND Acquisition of land for IP station @Ch: 284.605, Saiyyadpur Pran (Chainage tolerance of +/- 500 mtrs) Sq.m 4800195196197SV station fill grad <strong>com</strong>paSV const <strong>com</strong>pund wallSV approach roadFilling, grading & <strong>com</strong>paction of earth to finish grade level all <strong>com</strong>plete as per the specifications, approved drawings, directions of Engineer-inchargeCu.m 12000and provisions of contract document all <strong>com</strong>plete for a depth of filling over and above 1.2 m and upto 3.0mConstruction of Compound wall for SV stations/ IP Stations all <strong>com</strong>plete as per the specifications, approved drawings, scope of work,directions of Engineer-in-charge & provisions of contract document for a length over and above 180 mtrs (being paid under the earlier items) Mtrs 500Payment shall be made on length of the <strong>com</strong>pound wallConstruction of approach road (including bitumen topping) all <strong>com</strong>plete as per the specifications, approved drawings, scope of work, directionsof Engineer-in-charge and provisions of contract document for Black top surface over and above 50 Sq.m (being paid under earlier items) Sq.m 2500All related civil and structural works for scraper launcher ,receiver, pipe sleeper and miscellaneous pipe supports at Saiyyadpur Pran station &Kanpur station.SUPPORTS AND EQUIPMENT FOUNDATIONS :Design, detailed engineering, preparing construction and fabrication drawings, obtaining approval of drawings and designs from engineer-incharge,construction of supports and foundations, pipe sleepers, transportation, erection, fabrication, painting, finishing etc., all <strong>com</strong>plete forthe scraper launcher and receiving facilities of cross-country pipeline as indicated in the scope drawings, including supply of all labour,material, equipment etc. <strong>com</strong>plete as per specification, preliminary and conceptual drawings, design basis, approved drawings, codes andstandards, other terms and conditions and as per the direction of Engineer-in-charge.EXCAVATION AND BACK FILLING198Excav back fill upto 1.5mExcavation and backfilling around foundation and trenches/pits in all types of soil viz. earth, sand,gravel, clay, soft & hard murum etc.(excluding soft/hard rock) for footings, steps, plinth beams, equipment foundations, drains, trenches,manholes, underground tanks/pits, etcincluding shoring strutting, dewatering where required (until foundation work is <strong>com</strong>plete). item also includes carting of surplus excavatedearth, stacking,spreading, levelling and <strong>com</strong>pacting/consolidating surplus materials within hpcl's premises or outside at an unobjectionableplace for all leads as per instructions of WP / HPCL engineer in charge (rate includes removal of any vegetation, small shrubs etc. having girthof 300mm or less). excavated volume as per approved drawing shall only be considered for measurement.Note 1: Top soil to be cleared of shrubs grass etc including roots and 150 mm top soil to be stored separately within HPCL's premises oroutside for all leads and to be used for micrograding as required.Note 2 : Rate shall be inclusive of all royalties / obtaining clearance of local authoraties and no extra cost whatsoever than the quoted ratesshall be paid by HPCL.Up to & including 1.5 m below FGL/NGLCu. M 220CONCRETE AND ALLIED WORKSNote: The rates for all items covered in this section shall include cost of dewatering, if required till <strong>com</strong>pletion of works upto ground level andchamphers in rcc works shall be provided wherever required at no extra cost. rate of concrete work shall be inclusive of materials such ascement, sand, aggregates, water, admixtures, etc.PCC - Providing & laying plain cement concrete (nominal mix) conforming to is:456-2000, using specified graded coarse aggregate of199 PCC and allied workCu. M 7approved quality at various locations etc. including machine mixing, shuttering, consolidating with rammers/ vibrators & curing etc. <strong>com</strong>pleteas directed and instructed by WP / HPCL engineer in charge.Same as above for 1:4:8 grade concrete with 40mm max. size & down graded aggregate in making good soft & loose strata met underfoundations, base slab, plinth beams, walls & rafts etc.Page 6 of 9


PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)RCC - Providing & laying in position controlled grade reinforced cement concrete conforming to is:456-2000,with design mix of required gradeat all locations and levels using 20mm and down size graded aggregates in all types of works [including leaving pockets, placing of conduits,making openings, pockets placing inserts/ sleeves in columns/ beams/ slabs etc.] machine mixing, using admixtures are required, lifting,placing, machine vibrating, tamping, curing etc. as specified, <strong>com</strong>plete as per drawings & / or as directed by WP / HPCL engineer incharge.ready mix concrete may be used by contractor with concrete having required quality at no extra cost.200 RCC for m30 gradeNote: (1) The rate also includes cost of providing offsets, cutouts, formwork, construction joints, making holes in or cutting formwork for taking Cu. M 31out dowel bars, hacking the exposed surfaces to receive plaster as necessary.(2) rate of providing and fixingreinforcement steel and any other embedded steel items shall be measured and paid seperately.Same as above, but for M30 grade concrete for below ground works for footings/foundations, plinth beams, raft slabs, pedestals, trenches,manhole pit, culverts, drains, sumps, pits equipment foundations, encasing of pipes etc at depth below and upto plinth level.201RCC for m20 gradeProviding, supplying & casting in place RCC M20 grade slab/paving with all required machinaries/accessories by using vacuum dewateringmethod (tremix flooring or equivalent) inclusive of shuttering,all construction, isolation, expansion joints & tests,curing, etc <strong>com</strong>plete asdirected by WP/HPCL engineer in charge. The reinforcement shall be paid separately.Cu. M 130REINFORCEMENT-Providing, laying & fixing in position reinforcement as per dwg. locations & levels including bar bending schedules &obtaining their approval, cutting, bending & binding with 16g MS annealed binding wire incl. placing proper concrete cover blocks, chair202 Reinforcement HYSD IS1786MT 13supports etc <strong>com</strong>plete as specified and directed by wp/hpcl engineer in charge.HYSD conforming to IS:1786 of Grade Fe415Anchor bolts and relevant accessories like plates, nuts, pipesleeves etc. bolts shall be turned from M.S. rounds conforming to IS 2062 and IS432 grade 1. Nuts and washers shall conform to IS 1363 and IS 3138. Threading shall be coarse conforming to IS 1367 and IS 4218, sleeves203 Anchor boltingMT 1shall be M.S. tubes – medium to IS 1239.Embedded insert plates, insert/corner angles/channels, pipesleeves alongwith lugs/holdfast including painting as per painting specifications for204 Enbedded insert platessteel structures. Plate/angle/channels shall be conforming to IS 2062. Lugs shall be M.S. rounds conforming to IS 2062 and IS 432 Grade 1. MT 1.5205Prv & Lay Non srink groutProviding and laying non-shrink premix type grout (Fosroc or equivalent make) having minimum <strong>com</strong>pressive strength of 40N/mm2 includingproviding necessary formwork as required.Cu. M 3STRUCTURAL STEEL AND ALLIED WORKS206 STRUCTURAL STEEL & ALLIEDProviding, fabricating, welding and/or bolting, as required, erecting and fixing in position all types of structural steel works (including paintingas per specifications : MH2145-C000-CI-SPC-0005) viz. columns,beams, monorails, rafters, trusses, purlins,frame for louvres, bracing,ladders and cage ladders, sag rods (except cheqd. plates, grating & pipe railing only) made up of rolled & built up sections with moment orshear connections, shop/site fabricated including all accessories viz. nuts, bolts, cleats, gussets, suspenders etc as per specification <strong>com</strong>pleteas directed by WP/ HPCL Engineer incharge. The rate to include for welding weights, site connection, nut & bolts and same will not bemeasured for payment.(painting & sand blasting shall be included in this item.) The rate shall include for preparing & providing detailedfabrication drawings based on design drawings & getting the same approved from the WP / HPCL Engineer incharge.MT 10207Electrical System for SV's208Electrical System for IPS209Laying 11KV Power supply211Laying 11KV beyond 3kms212 TCP213 PCPElectrical SystemContractor to quote for the lump sum amount for the Residual design , supply, Installation, testing, <strong>com</strong>missioning of <strong>com</strong>plete ElectricalSystem including Transportation to site, Loading, unloading, Storage, packing, unpacking etc. at site of Electrical Equipments & accessioriesall <strong>com</strong>plete as per detailed scope of work ( MH2145-C000-EL-REQ-0009 ), specifications, design basis, data sheets, SLDs, other provisionsof contract document and directions of Engineer-In-ChargeElectrical system for SV-07,08,09,10,11Electrical system for IP Station at Saiyyadpur PranLaying of 11KV power supply line from the point of supply identified / approved by State Electricity Board / Owner to the SV/IP station ( OHline upto a maximum distance of 3Kms) including supply & installation of two pole structures, Transformer, CT/PT etc.as per the approveddrawings, schematics including supply of all material from approved vendors, installation, terminations at all ends including switchgear end,testing and Commissioning as per the scope of work, specifications and provisions of the contract document, instructions of Engineer-in-Charge and terms & conditions of SEB approval.All the works as above for any distance over & above 3Kms all <strong>com</strong>plete as per the scope of work, specifications and provisions of the contractdocument, instructions of Engineer-in-Charge and terms & conditions of SEB approval.Cathodic Protection SystemTemporary Cathodic Protection(T-C-P) system ( scope as per Annexure 1 and 2 of Scope of Work -Electrical) for Ch 227.706 to EndReceiving Station at KanpurPermanent Cathodic Protection(P-C-P) system ( scope as per Annexure 1 and 2 of Scope of Work - Electrical) for Ch 227.706 to EndReceiving Station at Kanpur, including identification & provision of anode beds including acquisition of land (in the name of HPCL) for AnodeBeds (each approx. 10 m X 10 m) including land development site / area grading as required all <strong>com</strong>plete as per the Scope of Work,Specifications, Provisions of Contract document and directions of Engineer-In-ChargeNote: Contractor to decide the locations and the TCP/PCP requirements for chainage 227.706 to End Receiving Station at KanpurLUMP5SUMLUMP1SUMLUMP6SUMMtr 10000LUMP1SUMLUMP1SUM214 Prssure gauges Bourdon215 Pressue indicating Trans216 Temp Element & trans217 Temp Element & transInstrumentation SystemPRESSURE GAUGE -Type : BOURDON TUBEInstallation & Calibration of Line mounted or Remote mounted Pressure Gauge with Pulsation Dampener / Syphon / Overrange Protector(Wherever required) inclusive of mounting of instrument, Installation of tubing materials such as valves fittings, pipes, tubes, <strong>com</strong>pressionfittings as per specification, erection of support, mounting on support, (if support required), laying of capillary on supports and installation ofmanifolds/ impulse lines with supports and tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes and standardsand as directed by the Engineer-in-charge.PRESSURE INDICATING TRANSMITTERInstallation & Calibration of Pressure Transmitters including mounting on Yoke / Surface, piping & tubing materials such as valves, fittings,pipes, tubes, <strong>com</strong>pression fittings, supports for capillary (if any) , erection of supports for impulse lines whenever required, installation ofmanifolds/ impulse lines with supports an tubings with SS <strong>com</strong>pression fittings as per specification No. MH2145-C000-IC-SPC-006 /MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes and standardsand as directed by the Engineer-in-charge.TEMPERATURE ELEMENT WITH TEMPERATURE TRANSMITTER-Type :Skin Temperature measurementInstallation & Calibration of RTD element along with Temperature Transmitter remote mounted. Installation of transmitter including mountingon yoke, fabrication and erection of supports with clamps and laying of extension/RTD cable, Yoke and Calibration as per specification No.MH2145-C000-IC-SPC-006 / MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as per specifications,drawings, codes and standards and as directed by the Engineer-in-charge.TEMPERATURE ELEMENT WITH TEMPERATURE TRANSMITTERInstallation & Calibration of RTD element with thermowell, along with Temperature Transmitter remote mounted. Installation of transmitterincluding mounting on yoke, fabrication and erection of supports with clamps and laying of extension/RTD cable, Yoke and Calibration as perspecification No. MH2145-C000-IC-SPC-006 / MH2145-C000-IC-SPC-0017 including the cost of all labour, materials, equipment etc. as perspecifications, drawings, codes and standards and as directed by the Engineer-in-charge.nos. 16nos. 15nos. 13nos. 2218 Inst Thermal relief valve219 Inst&Calb wall heat detect220 Inst&Calb smokedetect opt221 Inst&Calb smokedetect ion222 Inst&Calb Hydrogen detect223 Inst&Calb MCP224 Inst&Calb audio alarm225 Inst&Calb audio alarm226 FIRE ALARM PANEL, RTUSupply FAS equipment227 Extra Depth bet. 2 to 5 mtr228NOTE:1NOTE:2NOTE:3THERMAL RELIEF VALVEInstallation of TSV on piping / vessel with or without isolation valves as per requirement ,Installation of valve including fabrication and erectionof supports with clamps and Calibration. including the cost of all labour, materials, equipment etc. as per datasheet no, (Doc no. MH2145-C000-IC-DAS-0002) drawings, codes and standards and as directed by the Engineer-in-charge.Installation & Calibration of wall mounted heat detector-Type: Rate of rise Heat, 24V DC, 4-20mA O/p, Safe Area, IP 42 (minimum)As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of wall mounted smoke detector-Type: Optical Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of wall mounted smoke detector-Type: lonisation Type Smoke, 24V DC, 4-20mA O/p, Safe Area, IP42 (minimum).As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Hydrogen Gas Detector for Battery Room.As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Manual Alarm Call Point double action "break glass" unit.As per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Visual Alarm 24VDC,IP66,Explosion proof ,ZONE-1,ISAs per Specification no. MH2145-C000-00-IC-SPC-0009.Installation & Calibration of Audio Alarm 4VDC,IP66,Explosion proof ,ZONE-1.As per Specification no. MH2145-C000-00-IC-SPC-0009.FIRE ALARM PANEL, RTU, TELECOMMUNICATION SYSTEM: Erection of Units suppiled by vendors of Tele<strong>com</strong>, SCADA packages,including supply & laying of cables laying as per the approved cable layout between indoor units and from field instruments to indoor unitsincluding cable terminations as required, all necessary assistance to package vendors for Testing & Commissioning all <strong>com</strong>plete as per thescope of work, specifications and directions of Engineeer-in-ChargeSUPPLY OF FIRE FIGHTING & SAFETY EQUIPMENTRESIDUAL DESIGN, ENGINEERING, MATERIALS, FABRICATION, ASSEMBLY, INSPECTION, TESTING, PAINTING,DOCUMENTATION, SUPPLY AND SHIPMENT OF ALL ITEMS LISTED UNDER SCOPE OF WORK DOCUMENT NO ."MH2145-C000-SR-SOW-0001", Specifications, Data Sheets, provisions of the contract document and directions of Engineer-In-Charge. The item shall alsoinclude placement of all the equipment as per approved equipment arrangement drawing / layoutAdditional rate over pipeline laying described under line no. 110,111,112,113 & 114 with extra clearcover of 2m to 5m beyond that defined inthe alignment sheet for single approved stretch beyond 150m pre-approved by site-in-charge based on site condition.All fire extinguishers shall conform to respective IS/UL or Equivalent codes, viz. 10 Kg DCP Type (applicable IS:/UL Standard), 4.5/6,8 KgCO2 Type (IS:2878/UL 154) & 25/50/75 Kg DCP Type (IS:10658/UL 299) and bear ISI/UL markSafety Equipment / CO2 flooding system shall meet OISD / NFPA requirement and shall bear relevant/required IS/UL markSafety Signages shall be supplied as lot item based on site requirements.nos. 8nos. 18nos. 36nos. 24nos. 6nos. 24nos. 24nos. 30nos. 6NOS. 6Meters 3000Page 7 of 9


Item No. Item Description Unit QuantityUN PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Unit Price Ex-works incl.P & F charges, taxes &duties incl custom dutiesif any on <strong>com</strong>ponentsand raw material butexcluding ED & ST onfinished goodsTotal PriceExworksexcluding ED &ST on finishedgoodsExciseDuty(Applicable extra oncol. 5%ageCST/LST/VATWithoutconcessionalform(applicableextra on col.5)%ageUnit Freight charges Service Taxextra upto respective includingProject site(s) cess onFreightincluding all taxes &duties except TransitInsurance, Octroi/Entry Tax & ServiceTaxCharges(applicableextra on Col.9) %ageUnit TransitInsurancecharges extrauptorespectiveproject site(Applicableextra on col. 5)Unit Octroi /Entry Tax extrauptorespectiveprojectsite.(Applicableextra on Col.(5+7+8) %ageTotal Price FOT siteincluding all taxes /duties, Freight,Service Tax onFreight, TransitInsurance uptorespective projectsite IncludingOctroi/entry Tax etc.Total CIFValue ofImportContentincluded inCol. 6 %ageImport Duty amountconsidered on CIFvalue at Col.14 andincluded in Col. 6[Item-wise details tobe filled in FormatCIF/ CD (asenclosed herewith)]1 2 3 4 5 6 7 8 9 10 11 12 13 14 151 SUPPLY AS PER TENDER DOCUMENTQuoted Quoted Quoted Quoted Quoted QuotedBidders may choose to indicate linewise tax implication in unpriced bid. Please do not indicate price in unpriced bidPage 8 of 9


UN PRICE SCHEDULE (FOREIGN BIDDERS)Schedule of Quantities for 18” dia Rewari - Kanpur Cross Country Pipeline ( Part II)Item No. Item Description Unit QuantityUnit Price inclusive of all cost towards Air/Rail fare, lodging,boarding, Traveling ,medical , localtransport, all insurances, in<strong>com</strong>e/corporate(as may be applicable) ,incidental chargesand all other expenses, taxes Itduties etc. but excluding service taxService Tax including cessapplicable onUnit Price(@ 12.36%)or 4.94%Total Price inclusive of all costtowards Air/ Rail fare, lodging,boarding, Traveling,medical , local transport, allinsurances, in<strong>com</strong>e/corporate (as maybe applicable),incidental charges and all otherexpenses , taxes It duties etc.including service tax(7) = (5 + 6) x 41 2 3 4 5 6 71 PIPELINE LAYING / INSTALLATION WORK AS PER TENDER DOCUMENTQuoted QuotedBidders may choose to indicate linewise tax implication in unpriced bid. Please do not indicate price in unpriced bidPage 9 of 9


NAME OF BIDDER :PROJECT: RKPL PROJECTPackage: LAYING OF PIPELINE AND ASSOCIATED WORKSTENDER NO..: 13000011-HD-10129DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED INQUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULESl.DESCRIPTIONCurrencyRATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICESNo.ConsideredItem No.as perMR/ SORDescription ofImported ItemsQty. of ImportedItems(as applicable)(Unit____) *(1)CIF value of ImportContentincluded in quotedsupply priceson per (asapplicable ) basisCUSTOMTARRIFNO.BASICCUSTOMS DUTY(%)CVD + EDU.CESS ONCVD(%)EDU. CESSONCUSTOMDUTY (%)SAD(%)TOTAL CUSTOMDUTY (%)xxxxxAsperPriceBidformatAs perPrice BidformatxxxxxxxxxxxxxxxxxxTOTAL CIF IMPORT CONTENTNOTE: * (1) Bidder shall indicate CIF value against each quoted item and give description of goods along with its quantities (UNIT TO BE SPECIFIED BY BIDDER)(2) Bidder has to ensure that currency quoted in this format shall be same with the currency quoted in the Price schedule format.Signature & Stamp of Bidder

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!